Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika...

368
Model Request for Proposal (RFP) for Engineering, Procurement & Construction Contracts MINISTRY OF RAILWAYS GOVERNMENT OF INDIA Page 1 of 47

Transcript of Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika...

Page 1: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Model

Request for Proposal (RFP)

for

Engineering, Procurement & Construction

Contracts

MINISTRY OF RAILWAYS GOVERNMENT OF INDIA

Page 1 of 47

Page 2: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 2 of 47

Page 3: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

TABLE OF CONTENTS

S. No. Contents Page No.

Letter of Invitation 5

Disclaimer 6

Glossary 8

1 Introduction

1.1 Background 9

1.2 Brief description of Bidding Process 10

1.3 Schedule of Bidding Process 12

2 Instructions to Bidders 13

A General 13

2.1 General terms of Bidding 13

2.2 Change in composition of the Consortium 16

2.3 Change in Ownership 16

2.4 Cost of Bidding 17

2.5 Site visit and verification of information 17

2.6 Verification and Disqualification 18

B Documents 19

2.7 Contents of the RFP 19

2.8 Clarifications 19

2.9 Amendment of RFP 20

C Preparation and Submission of Bids 20

2.10 Format and Signing of Bid 20

2.11 Sealing and Marking of Bids 21

2.12 Bid Due Date 22

2.13 Late Bids 22

2.14 Contents of the Bid 22

2.15 Modifications/ Substitution/ Withdrawal of Bids 22

2.16 Rejection of Bids 22

2.17 Validity of Bids 23

2.18 Confidentiality 23

Page 3 of 47

Page 4: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

2.19 Correspondence with the Bidder 23

D Bid Security 23

2.20 Bid Security 23

3 Evaluation of Bids 26

3.1 Opening and Evaluation of Bids 26

3.2 Tests of responsiveness 26

3.3 Selection of Bidder 26

3.4 Contacts during Bid Evaluation 27

4 Fraud and Corrupt Practices 28

5 Pre-Bid Conference 30

6 Miscellaneous 31

Appendices

I Letter comprising the Bid 35

II Bank Guarantee for Bid Security 39

III Power of Attorney for signing of Bid 42

IV Power of Attorney for Lead Member of Consortium 44

V List of Bid Specific Clauses 46

Page 4 of 47

Page 5: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Ministry of Railways

Office of Chief Administrative Officer, Central Organization for Railway Electrification

1, Nawab Yusuf Road, Civil Lines, Allahabad – 211002

LETTER OF INVITATION

Dated 14.02.2017 To M/s Larsen & Toubro Limited, Vatika

Mindscape, Tower-A, 8th Floor, 12/3, Delhi-

Mathura Road, Near Sarai Metro Station,

Faridabad-121 003, Haryana (India)

Fax No. 0129-6620 799

M/s IRCON International Limited, Plot No. C-4,

District Centre, Saket, New Delhi-110 017 , Fax

011 2652 2000 / 2685 4000

M/s KEC International Limited, 8th Floor,

Building No. 9A, DLF Phase-III, Cyber City,

Gurgaon-122 002

Fax No. 0124-6757 798/99

M/s TATA Projects Limited. Mithona Towers-1,

1-7-80 to 87, Prenderghast Road,

Secunderabad-500 003, Fax No 040 – 6617

4129

Sub: RFP for Engineering, Procurement & Construction under two stage process

of bidding for Railway Electrification Project between DELHI-SARAI ROHILLA-

REWARI & ALWAR-BANDIKUI-JAIPUR-PHULERA-MADAR of Indian Railways Dear Sir,

Pursuant to your application in response to our Request for Qualification for the

aforesaid project (the "RFQ"), you were shortlisted as a Bidder, in accordance with the

provisions of the RFQ for the aforesaid project. We acknowledge your remittance of Rs.

100,000 (Rs. one lakh only) for procuring the Request for Proposal document (the “RFP”).

The RFP is enclosed.

You are requested to participate in the Bid Stage and submit your financial

proposal (the “Bid”) for the aforesaid project in accordance with the RFP.

Please note that we reserve the right to accept or reject all or any of the bids

without assigning any reason whatsoever. Thanking you,

Yours faithfully,

Ompal Singh

Chief Administrative Officer

CORE, Allahabad

Page 5 of 47

Page 6: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

DISCLAIMER

This RFP is not an agreement and is neither an offer nor invitation by the Authority to the

prospective Bidders or any other person. The information contained in this Request for

Proposal document (the “RFP”) or subsequently provided to Bidder(s), whether verbally

or in documentary or any other form by or on behalf of the Authority or any of its

employees or advisors, is provided to Bidder(s) on the terms and conditions set out in

this RFP and such other terms and conditions subject to which such information is

provided. The purpose of this RFP is to provide interested parties with information that

may be useful to them in making their financial offers (Bids) pursuant to this RFP. This

RFP includes statements, which reflect various assumptions and assessments arrived at

by the Authority in relation to the Project. Such assumptions, assessments and

statements do not purport to contain all the information that each Bidder may require.

This RFP may not be appropriate for all persons, and it is not possible for the Authority,

its employees or advisors to consider the objectives, financial situation and particular

needs of each party who reads or uses this RFP. The assumptions, assessments,

statements and information contained in the Bidding Documents, especially the

Feasibility Report, may not be complete, accurate, adequate or correct. Each Bidder

should, therefore, conduct its own investigations and analysis and should check the

accuracy, adequacy, correctness, reliability and completeness of the assumptions,

assessments, statements and information contained in this RFP and obtain independent

advice from appropriate sources.

Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of

which may depend upon interpretation of law. The information given is not intended to

be an exhaustive account of statutory requirements and should not be regarded as a

complete or authoritative statement of law. The Authority accepts no responsibility for

the accuracy or otherwise for any interpretation or opinion on law expressed herein.

The Authority, its employees and advisors make no representation or warranty and shall

have no liability to any person, including any Applicant or Bidder under any law, statute,

rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for

any loss, damages, cost or expense which may arise from or be incurred or suffered on

account of anything contained in this RFP or otherwise, including the accuracy, adequacy,

correctness, completeness or reliability of the RFP and any assessment, assumption,

statement or information contained therein or deemed to form part of this RFP or arising

in any way for participation in this Bid Stage.

The Authority also accepts no liability of any nature whether resulting from negligence or

otherwise howsoever caused arising from reliance of any Bidder upon the statements

contained in this RFP.

The Authority may in its absolute discretion, but without being under any obligation to

do so, update, amend or supplement the information, assessment or assumptions

contained in this RFP.

The issue of this RFP does not imply that the Authority is bound to select a Bidder or to

appoint the Selected Bidder/Consortium or Contractor, as the case may be, for the

Project and the Authority reserves the right to reject all or any of the Bidders or Bids

without assigning any reason whatsoever. Page 6 of 47

Page 7: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

The Bidder shall bear all its costs associated with or relating to the preparation and

submission of its Bid including but not limited to preparation, copying, postage, delivery

fees, expenses associated with any demonstrations or presentations which may be

required by the Authority or any other costs incurred in connection with or relating to its

Bid. All such costs and expenses will remain with the Bidder and the Authority shall not

be liable in any manner whatsoever for the same or for any other costs or other expenses

incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or

outcome of the Bidding Process.

Page 7 of 47

Page 8: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

GLOSSARY

Agreement As defined in Clause 1.1.2 Appointed Date As defined in the Agreement Associate As defined in Clause 2.1.13 Authority As defined in Clause 1.1.1 Bank Guarantee As defined in Clause 2.20.1 Bid(s) As defined in Clause 1.2.2 Bidders As defined in Clause 1.2.2 Bidding Documents As defined in Clause 1.1.7 Bid Due Date As defined in Clause 1.1.7 Bid Price As defined in Clause 1.2.6 Bidding Process As defined in Clause 1.2.1 Bid Security As defined in Clause 1.2.4 Bid Stage As defined in Clause 1.2.1 Conflict of Interest As defined in Clause 2.1.13 Contract Price As defined in Agreement Contractor As defined in Clause 1.1.2 Demand Draft As defined in Clause 2.20.2 Estimated Project Cost As defined in Clause 1.1.4 Feasibility Report As defined in Clause 1.2.3 LOA As defined in Clause 3.3.5 Member Member of a Consortium Project As defined in Clause 1.1.1 Re. or Rs. or INR Indian Rupee RFP or Request for Proposals As defined in the Disclaimer RFQ As defined in Clause 2.1.2 Selected Bidder As defined in Clause 3.3.1 The words and expressions beginning with capital letters and defined in this

document shall, unless the context otherwise requires, have the meaning ascribed

thereto herein. The words and expressions beginning with capital letters and not

defined herein, but defined in the RFQ, shall, unless the context otherwise requires,

have the meaning ascribed thereto therein.

Page 8 of 47

Page 9: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Ministry of Railways

Office of Chief Administrative Officer, Central Organization for Railway Electrification

1, Nawab Yusuf Road, Civil Lines, Allahabad – 211002

1. INTRODUCTION

1.1 Background2

1.1.1 The President of India represented by the Chief Administrative Officer, Central Organisation for Railway Electrification, (the “Authority”)having its principal office at 1, Nawab Yusuf Road, Civil Lines, Allahabad India, is engaged in the electrification of railway lines and as part of this endeavor, the Authority has decided to undertake electrification of the railway line in DELHI SARAI ROHILLA- REWARI, ALWAR-BANDIKUI-JAIPUR-PHULERA, PHULERA-MADAR section (the “Project”) through an Engineering, Procurement and Construction (the “EPC”) Agreement, and has decided to carry out the bidding process for selection of the Bidder to whom the Project may be awarded. Brief particulars of the Project are as follows:

Name of the Project Length in TKM

Estimated Project Cost (In Rs. cr.)

ELECTRIFICATION OF DELHI SARAI ROHILLA- REWARI, ALWAR-BANDIKUI-JAIPUR-PHULERA, PHULERA-AJMER

section

780 496.07

1.1.2 The Selected Bidder (the “Contractor”), shall be responsible for engineering,

procurement and construction of the Project under and in accordance with the

provisions of an engineering, procurement and construction agreement (the

“Agreement”) to be entered into between the Selected Bidder and the Authority

inthe form provided by the Authority as part of the Bidding Documents pursuant

hereto.

The curly parenthesis including the provisions contained therein and all the blank spaces may be retained in

the RFQ document to be issued to prospective Applicants. They should be suitably modified/ filled up

subsequently by the respective Applicants or the Authority, as the case may be, to reflect the particulars

relating to the Project or the Applicants.

Page 9 of 47

Page 10: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

1.1.3 The scope of work will broadly include [Design, Supply, Erection, testing &

Commissioning of 25 KV, 50 Hz Single Phase, electrification work of OHE, TSS,

SCADA, Electrical general, Signal & Telecom and Civil Engineering Works.]. 1.1.4 The estimated cost of the Project (the “Estimated Project Cost”) has been

specified in Clause 1.1.1 above. The assessment of actual costs, however, will

have to be made by the Bidders. 1.1.5 The Agreement sets forth the detailed terms and conditions for award of the

Project to the Contractor, including the scope of the Contractor’s services and

obligations 1.1.6 The statements and explanations contained in this RFP are intended to provide a

better understanding to the Bidders about the subject matter of this RFP and

should not be construed or interpreted as limiting in any way or manner the scope

of services and obligations of the Contractor set forth in the Agreement or the

Authority’s rights to amend, alter, change, supplement or clarify the scope of

work, the Project to be awarded pursuant to this RFP or the terms thereof or

herein contained. Consequently, any omissions, conflicts or contradictions in the

Bidding Documents including this RFP are to be noted, interpreted and applied

appropriately to give effect to this intent, and no claims on that account shall be

entertained by Authority. 1.1.7 The Authority shall receive Bids pursuant to this RFP in accordance with the terms

set forth in this RFP and other documents to be provided by the Authority

pursuant to this RFP, as modified, altered, amended and clarified from time to

time by the Authority (collectively the "Bidding Documents"), and all Bids shall be

prepared and submitted in accordance with such terms on or before the bid due

date specified in Clause 1.3 for submission of Bids (the “Bid Due Date”). 1.2 Brief description of Bidding Process

1.2.1 The Authority has adopted a two-stage process (collectively referred to as the

"Bidding Process") for selection of the Bidder for award of the Project. The

firststage (the "Qualification Stage") of the process involved pre-qualification of

interested parties in accordance with the provisions of the RFQ. At the end of this

stage, the Authority short listed 4 (Four) suitable pre-qualified Applicants who

were eligible for participation in the second stage of the Bidding Process (the

“BidStage”) comprising Request for Proposals. 1.2.2 In the Bid Stage, the aforesaid short-listed Applicants, including their successors,

(the “Bidders”) are being called upon to submit their financial offers (the “Bids”)

in accordance with the terms specified in the Bidding Documents. The Bid shall be

valid for a period of not less than 120 days from Bid Due Date. 1.2.3 The Bidding Documents include the draft Agreement for the Project. The

Feasibility Report prepared by the Authority/ consultants of the Authority (the

"Feasibility Report") is enclosed. Subject to the provisions of Clause 2.1.3,

theaforesaid documents and any addenda issued subsequent to this RFP

Document will be deemed to form part of the Bidding Documents. Page 10 of 47

Page 11: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

1.2.4 A Bidder is required to deposit, along with its Bid, a bid security of Rs.

9,92,15,000.00 (the "Bid Security"), refundable not later than 180 (one hundred

and eighty) days from the Bid Due Date, except in the case of the Selected Bidder

whose Bid Security shall be retained till it has provided a Performance Security

under the Agreement. The Bidders will have an option to provide Bid Security in

the form of a demand draft or a bank guarantee acceptable to the Authority, and

in such event, the validity period of the demand draft or bank guarantee, as the

case may be, shall not be less than 180 (one hundred and eighty) days from the

Bid Due Date, inclusive of a claim period of 60 (sixty) days, and may be extended

as may be mutually agreed between the Authority and the Bidder from time to

time. The Bid shall be summarily rejected if it is not accompanied by the Bid

Security. 1.2.5 During the Bid Stage, Bidders are invited to examine the Project in greater detail,

and to carry out, at their cost, such studies as may be required for submitting

their respective Bids for award of the Contract including implementation of the

Project. 1.2.6 Bids are invited for the Project on the basis of the lowest cost required by a

Bidder for implementing the Project (the "Bid Price"). The total time allowed for

completion of construction under the Agreement (the “Construction Period”) and

the period during which the Contractor shall be liable for rectification of any

defect or deficiency in the Project after completion of the Construction Period

(the “Defect Liability Period”) shall be pre-determined, and are specified in the

draftAgreement forming part of the Bidding Documents.

In this RFP, the term “Lowest Bidder” shall mean the Bidder who is offering the

lowest Bid Price. 1.2.7 Generally, the Lowest Bidder shall be the Selected Bidder. 1.2.8 Further and other details of the process to be followed at the Bid Stage and the

terms thereof are spelt out in this RFP. 1.2.9 Any queries or request for additional information concerning this RFP shall be

submitted in writing or by fax and e-mail to the officer designated in Clause 2.11.5

below. The envelopes/ communication shall clearly bear the following

identification/ title:

"Queries/Request for Additional Information: Engineering, Procurement &

Construction under two stage process of bidding for Railway Electrification Project

between DELHI-SARAI ROHILLA-REWARI, ALWAR-BANDIKUI-JAIPUR-PHULERA,

PHULERA-MADAR of Indian Railways ".

Page 11 of 47

Page 12: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

1.3 Schedule of Bidding Process

1.3.1 The Authority shall endeavor to adhere to the following schedule:

Event Description Date

1. Last date for receiving queries 06.03.2017

2. Pre-Bid meeting-1 09.03.2017

3. Authority response to queries

latest by

16.03.2017

5. Bid Due Date 03.04.2017

6. Opening of Bids On Bid Due Date

7. Letter of Award (LOA) Within 120 days of Bid Due Date

8. Validity of Bids 120 days of Bid Due Date

9. Signing of Agreement Within 15 days of

Award of LOA

Page 12 of 47

Page 13: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

2. INSTRUCTIONS TO BIDDERS A. GENERAL

2.1. General terms of Bidding

2.1.1 No Bidder shall submit more than one Bid for the Project. A Bidder bidding

individually or as a member of a Consortium shall not be entitled to submit

another bid either individually or as a member of any Consortium, as the case may

be. 2.1.2 Unless the context otherwise requires, the terms not defined in this RFP, but

defined in the Request for Qualification document for the Project (the “RFQ”)

shall have the meaning assigned thereto in the RFQ. 2.1.3 The Feasibility Report for the Project is being provided only as a preliminary

reference document by way of assistance to the Bidders who are expected to

carry out their own surveys, investigations and other detailed examination before

submitting their Bids. Nothing contained in the Feasibility Report shall be binding

on the Authority nor confer any right on the Bidders, and the Authority shall have

no liability whatsoever in relation to or arising out of any or all contents of the

Feasibility Report. 2.1.4 Notwithstanding anything to the contrary contained in this RFP, the detailed

terms specified in the draft Agreement shall have overriding effect; provided,

however, that any conditions or obligations imposed on the Bidder hereunder

shall continue to have effect in addition to its obligations under the Agreement. 2.1.5 The Bid should be furnished in the format at Appendix - I, clearly indicating the

bid amount in both figures and words, in Indian Rupees, and signed by the

Bidder’s authorised signatory. In the event of any difference between figures and

words, the amount indicated in words shall be taken into account. 2.1.6 The Bidder shall deposit a Bid Security of Rs. Rs. 9,92,15,000.00 (Rupees Nine

Crore, Ninty Two Lakhs & Fifteen Thousand) in accordance with the provisions of

this RFP. The Bidder has the option to provide the Bid Security either as a Demand

Draft or in the form of a Bank Guarantee acceptable to the Authority, as per

format at Appendix–II. 2.1.7 The validity period of the Bank Guarantee or Demand Draft, as the case may be,

shall not be less than 180 (one hundred and eighty) days from the Bid Due Date,

inclusive of a claim period of 60 (sixty) days, and may be extended as may be

mutually agreed between the Authority and the Bidder. The Bid shall be

summarily rejected if it is not accompanied by the valid Bid Security. The Bid

Security shall be refundable no later than 180 (one hundred and eighty) days from

the Bid Due Date except in the case of the Selected Bidder whose Bid Security

shall be retained till it has provided a Performance Security under the Agreement. 2.1.8 The Bidder should submit a Power of Attorney as per the format at Appendix – III,

authorizing the signatory of the Bid to commit the Bidder. Page 13 of 47

Page 14: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

2.1.9 In case the Bidder is a Consortium, the Members thereof should furnish a Power

of Attorney in favour of the Lead Member in the format at Appendix – IV.

2.1.10 Any condition or qualification or any other stipulation contained in the Bid shall

render the Bid liable to rejection as a non-responsive Bid. 2.1.11 The Bid and all communications in relation to or concerning the Bidding

Documents and the Bid shall be in English language.

2.1.12 The documents including this RFP and all attached documents, provided by the

Authority are and shall remain or become the properties of the Authority and are

transmitted to the Bidders solely for the purpose of preparation and the

submission of a Bid in accordance herewith. Bidders are to treat all information as

strictly confidential and shall not use it for any purpose other than for preparation

and submission of their Bid. The provisions of this Clause 2.1.12 shall also apply

mutatis mutandis to Bids and all other documents submitted by the Bidders, and

the Authority will not return to the Bidders any Bid, document or any information

provided along therewith. 2.1.13 A Bidder shall not have a conflict of interest (the “Conflict of Interest”) that

affects the Bidding Process. Any Bidder found to have a Conflict of Interest shall

be disqualified. In the event of disqualification, the Authority shall be entitled to

forfeit and appropriate the Bid Security or Performance Security, as the case may

be, as mutually agreed genuine pre-estimated loss and damage likely to be

suffered and incurred by the Authority and not by way of penalty for, inter alia,

the time, cost and effort of the Authority, including consideration of such Bidder’s

proposal (the “Damages”), without prejudice to any other right or remedy that

may be available to the Authority under the Bidding Documents and/ or the

Agreement or otherwise. Without limiting the generality of the above, a Bidder

shall be deemed to have a Conflict of Interest affecting the Bidding Process, if:

(i) the Bidder, its Member or Associate (or any constituent thereof) and any other

Bidder, its Member or any Associate thereof (or any constituent thereof) have

common controlling shareholders or other ownership interest; provided that this

disqualification shall not apply in cases where the direct or indirect shareholding

of a Bidder, its Member or an Associate thereof (or any shareholder thereof

having a shareholding of more than 5% (five per cent) of the paid up and

subscribed share capital of such Bidder, Member or Associate, as the case may

be) in the other Bidder, its Member or Associate, is less than 5% (five per cent) of

the subscribed and paid up equity share capital thereof; provided further that this

disqualification shall not apply to any ownership by a bank, insurance company,

pension fund or a public financial institution referred to in section 4A of the

Companies Act, 1956. For the purposes of this Clause 2.1.13, indirect shareholding

held through one or more intermediate persons shall be computed as follows:

(aa) where any intermediary is controlled by a person through management

control or otherwise, the entire shareholding held by such controlled

intermediary in any other person (the “SubjectPerson”) shall be taken into

account for computing the shareholding of such controlling person in

thesubject person: and Page 14 of 47

Page 15: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

(bb) subject always to sub-clause (aa) above, where a person does not exercise

control over an intermediary, which has shareholding in the Subject Person,

the computation of indirect shareholding of such person in the Subject Person

shall be undertaken on a proportionate basis; provided, however, that no

such shareholding shall be reckoned under this sub-clause (bb) if the

shareholding of such person in the intermediary is less than 26% of the

subscribed and paid up equity shareholding of such intermediary; or (ii) a constituent of such Bidder is also a constituent of another Bidder; or

(iii) such Bidder, its Member or any Associate thereof receives or has received any

direct or indirect subsidy, grant, concessional loan or subordinated debt from any

other Bidder, its Member or Associate, or has provided any such subsidy, grant,

concessional loan or subordinated debt to any other Bidder, its Member or any

Associate thereof; or

(iv) such Bidder has the same legal representative for purposes of this Bid as any

other Bidder; or

(v) such Bidder, or any Associate thereof, has a relationship with another Bidder, or

any Associate thereof, directly or through common third party/ parties, that puts

either or both of them in a position to have access to each others’ information

about, or to influence the Bid of either or each other; or

(vi) such Bidder or any Associate thereof has participated as a consultant to the

Authority in the preparation of any documents, design or technical specifications

of the Project.

Explanation:

For purposes of this RFP, Associate means, in relation to the Bidder/ Consortium

Member, a person who controls, is controlled by, or is under the common control

with such Bidder/ Consortium Member (the “Associate”). As used in this

definition, the expression “control” means, with respect to a person which is a

company or corporation, the ownership, directly or indirectly, of more than 50%

(fifty per cent) of the voting shares of such person, and with respect to a person

which is not a company or corporation, the power to direct the management and

policies of such person, by operation of law. 2.1.14 A Bidder shall be liable for disqualification and forfeiture of Bid Security if any

legal, financial or technical adviser of the Authority in relation to the Project is

engaged by the Bidder, its Members or any Associate thereof, as the case may be,

in any manner for matters related to or incidental to such Project during the

Bidding Process or subsequent to the (i) issue of the LOA or (ii) execution of the

Agreement. In the event any such adviser is engaged by the Selected Bidder or

Contractor, as the case may be, after issue of the LOA or execution of the

Agreement for matters related or incidental to the Project, then notwithstanding

Page 15 of 47

Page 16: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

anything to the contrary contained herein or in the LOA or the Agreement and

without prejudice to any other right or remedy of the Authority, including the

forfeiture and appropriation of the Bid Security or Performance Security, as the

case may be, which the Authority may have thereunder or otherwise, the LOA or

the Agreement, as the case may be, shall be liable to be terminated without the

Authority being liable in any manner whatsoever to the Selected Bidder or

Contractor for the same. For the avoidance of doubt, this disqualification shall not

apply where such adviser was engaged by the Bidder, its Member or Associate in

the past but its assignment expired or was terminated 6 (six) months prior to the

date of issue of RFQ for the Project. Nor will this disqualification apply where such

adviser is engaged after a period of 3 (three) years from the date of commercial

operation of the Project. 2.1.15 This RFP is not transferable. 2.1.16 Any award of the Project pursuant to this RFP shall be subject to the terms of

Bidding Documents. 2.1.17 Deleted 2.2 Change in composition of the Consortium

2.2.1 Where the Bidder is a Consortium, change in composition of the Consortium may

be permitted by the Authority during the Bid Stage, only where:

(a) the Lead Member continues to be the Lead Member of the Consortium;

(b) the substitute has at least 25% (twenty five per cent) of the Threshold

Technical Capacity and the modified Consortium shall continue to meet

the pre-qualification and short-listing criteria for Applicants; and

(c) the new Member(s) expressly adopt(s) the Application already made on

behalf of the Consortium as if it were a party to it originally, and is not an

Applicant Member/ Associate of any other Consortium bidding for this

Project. 2.2.2 Approval for change in the composition of a Consortium shall be at the sole

discretion of the Authority and must be approved by the Authority in writing. The

Bidder must submit its application for change in composition of the Consortium

no later than 15 (fifteen) days prior to the Bid Due Date. 2.2.3 The modified/reconstituted Consortium shall submit a revised Jt. Bidding

Agreement and a Power of Attorney, substantially in the form at Appendix-IV, at

least 15 (fifteen) days prior to the Bid Due Date. 2.3 Change in Ownership

2.3.1 By submitting the Bid, the Bidder shall be deemed to have acknowledged and

agreed that in the event of a change in control of a Consortium Member or an

Page 16 of 47

Page 17: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Associate whose Technical Capacity and/ or Financial Capacity was taken into

consideration for the purposes of short-listing and pre- qualification under and in

accordance with the RFQ, the Bidder shall be deemed to have knowledge of the

same and shall be required to inform the Authority forthwith along with all

relevant particulars about the same and the Authority may, in its sole discretion,

disqualify the Bidder or withdraw the LOA from the Selected Bidder, as the case

may be. In the event such change in control occurs after signing of the

Agreement, it would, notwithstanding anything to the contrary contained in the

Agreement, be deemed to be a breach of the Agreement, and the same shall be

liable to be terminated without the Authority being liable in any manner

whatsoever to the Contractor. In such an event, notwithstanding anything to the

contrary contained in the Agreement, the Authority shall be entitled to forfeit

and appropriate the Bid Security or Performance Security, as the case may be, as

Damages, without prejudice to any other right or remedy that may be available to

the Authority under the Bidding Documents and/ or the Agreement or otherwise. 2.4 Cost of Bidding

The Bidders shall be responsible for all of the costs associated with the

preparation of their Bids and their participation in the Bidding Process. The

Authority will not be responsible or in any way liable for such costs, regardless of

the conduct or outcome of the Bidding Process. 2.5 Site visit and verification of information

2.5.1 Bidders are encouraged to submit their respective Bids after visiting the Project

site and ascertaining for themselves the site conditions, traffic, location,

surroundings, climate, availability of power, water and other utilities for

construction, access to site, handling and storage of materials, weather data,

applicable laws and regulations, and any other matter considered relevant by

them. 2.5.2 It shall be deemed that by submitting a Bid, the Bidder has:

(a) made a complete and careful examination of the Bidding Documents;

(b) received all relevant information requested from the Authority;

(c) accepted the risk of inadequacy, error or mistake in the information

provided in the Bidding Documents or furnished by or on behalf of the

Authority relating to any of the matters referred to in Clause 2.5.1 above;

(d) satisfied itself about all matters, things and information including matters

referred to in Clause 2.5.1 hereinabove necessary and required for

submitting an informed Bid, execution of the Project in accordance with

the Bidding Documents and performance of all of its obligations

thereunder;

(e) acknowledged and agreed that inadequacy, lack of completeness or

incorrectness of information provided in the Bidding Documents or

ignorance of any of the matters referred to in Clause 2.5.1 hereinabove

shall not be a basis for any claim for compensation, damages, extension of Page 17 of 47

Page 18: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

time for performance of its obligations, loss of profits etc. from the

Authority, or a ground for termination of the Agreement by the

Contractor;

(f) acknowledged that it does not have a Conflict of Interest; and

(g) agreed to be bound by the undertakings provided by it under and in terms

hereof.

2.5.3 The Authority shall not be liable for any omission, mistake or error in respect of

any of the above or on account of any matter or thing arising out of or concerning

or relating to RFP, RFQ, the Bidding Documents or the Bidding Process, including

any error or mistake therein or in any information or data given by the Authority. 2.6 Verification and Disqualification

2.6.1 The Authority reserves the right to verify all statements, information and

documents submitted by the Bidder in response to the RFQ, the RFP or the

Bidding Documents and the Bidder shall, when so required by the Authority, make

available all such information, evidence and documents as may be necessary for

such verification. Any such verification or lack of such verification, by the

Authority shall not relieve the Bidder of its obligations or liabilities hereunder nor

will it affect any rights of the Authority thereunder. 2.6.2 The Authority reserves the right to reject any Bid and appropriate the Bid Security

if:

(a) at any time, a material misrepresentation is made or uncovered, or

(b) the Bidder does not provide, within the time specified by the Authority,

the supplemental information sought by the Authority for evaluation of

the Bid.

Such misrepresentation/ improper response shall lead to the disqualification of

the Bidder. If the Bidder is a Consortium, then the entire Consortium and each

Member may be disqualified/ rejected. If such disqualification / rejection occur

after the Bids have been opened and the Lowest Bidder gets disqualified /

rejected, then the Authority reserves the right to:

(i) invite the remaining Bidders to submit their Bids in accordance with

Clauses 3.3.3 and 3.3.4; or

(ii) take any such measure as may be deemed fit in the sole discretion of the

Authority, including annulment of the Bidding Process.

2.6.3 In case it is found during the evaluation or at any time before signing of the

Agreement or after its execution and during the period of subsistence thereof that

one or more of the pre-qualification conditions have not been met by the Bidder

or the Bidder has made material misrepresentation or has given any materially

incorrect or false information, the Bidder shall be disqualified forthwith if not yet

appointed as the Contractor either by issue of the LOA or entering into of the

Agreement, and if the Selected Bidder has already been issued the LOA or has

entered into the Agreement, as the case may be, the same shall, notwithstanding

anything to the contrary contained therein or in this RFP, be liable to be

terminatedby a communication in writing by the Authorityto the Selected Bidder Page 18 of 47

Page 19: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

or the Contractor, as the case may be, without the Authority being liable in any

manner whatsoever to the Selected Bidder or Contractor. In such an event, the

Authority shall be entitled to forfeit and appropriate the Bid Security or

Performance Security, as the case may be, as Damages, without prejudice to any

other right or remedy that may be available to the Authority under the Bidding

Documents and/ or the Agreement, or otherwise. B. DOCUMENTS 2.7 Contents of the RFP

2.7.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as listed

below, and will additionally include any Addenda issued in accordance with Clause

2.9.

Invitation for Bids

Section 1. Introduction

Section 2. Instructions to Bidders

Section 3. Evaluation of Bids

Section 4. Fraud and Corrupt Practices

Section 5. Pre-Bid Conference

Section 6. Miscellaneous

Appendices

I. Letter comprising the Bid

II. Bank Guarantee for Bid Security

III. Power of Attorney for signing of Bid

IV. Power of Attorney for Lead Member of Consortium 2.7.2 The draft Agreement and the Feasibility Report provided by the Authority as part

of the Bid Documents shall be deemed to be part of this RFP. 2.8 Clarifications

2.8.1 Bidders requiring any clarification on the RFP may notify the Authority in writing

or by fax and e-mail in accordance with Clause 1.2.9. They should send in their

queries before the date mentioned in the Schedule of Bidding Process specified in

Clause 1.3. The Authority shall endeavor to respond to the queries within the

period specified therein, but no later than 15 (fifteen) days prior to the Bid Due

Date. The responses will be sent by fax or e-mail. The Authority will forward all

the queries and its responses thereto, to all Bidders without identifying the source

of queries.

Page 19 of 47

Page 20: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

2.8.2 The Authority shall endeavor to respond to the questions raised or clarifications

sought by the Bidders. However, the Authority reserves the right not to respond

to any question or provide any clarification, in its sole discretion, and nothing in

this Clause shall be taken or read as compelling or requiring the Authority to

respond to any question or to provide any clarification. 2.8.3 The Authority may also on its own motion, if deemed necessary, issue

interpretations and clarifications to all Bidders. All clarifications and

interpretations issued by the Authority shall be deemed to be part of the Bidding

Documents. Verbal clarifications and information given by Authority or its

employees or representatives shall not in any way or manner be binding on the

Authority. 2.9 Amendment of RFP 2.9.1 At any time prior to the Bid Due Date, the Authority may, for any reason, whether

at its own initiative or in response to clarifications requested by a Bidder, modify

the RFP by the issuance of Addenda. 2.9.2 Any Addendum issued hereunder will be in writing and shall be sent to all the

Bidders. 2.9.3 In order to afford the Bidders a reasonable time for taking an Addendum into

account, or for any other reason, the Authority may, in its sole discretion, extend

the Bid Due Date$.

C. PREPARATION AND SUBMISSION OF BIDS 2.10 Format and Signing of Bid 2.10.1 The Bidder shall provide all the information sought under this RFP. The Authority

will evaluate only those Bids that are received in the required formats and

complete in all respects. 2.10.2 The Bid and its copy shall be typed and signed by the authorised signatory of the

Bidder who shall also initial each page, in blue ink. In case of printed and

published documents, only the cover shall be initialed. All the alterations,

omissions, additions or any other amendments made to the Bid shall be initialed

by the person(s) signing the Bid.

Page 20 of 47

Page 21: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

2.11 Sealing and Marking of Bids

2.11.1 The Bidder shall submit the Bid in the format specified at Appendix-I, and seal it in

an envelope and mark the envelope as “BID”. 2.11.2 The documents accompanying the Bid shall be placed in a separate envelope and

marked as “Enclosures of the Bid”. The documents shall include:

(a) Bid Security in the format at Appendix-II;

(b) Power of Attorney for signing of Bid in the format at Appendix-III;

(c) If applicable, the Power of Attorney for Lead Member of Consortium in the

format at Appendix-IV; and

(d) A copy of the Agreement with each page initialed by the person signing

the Bid in pursuance of the Power of Attorney referred to in Clause (b)

hereinabove. 2.11.3 A true copy of the documents accompanying the Bid, as specified in Clause 2.11.2

above, shall be bound together in hard cover and the pages shall be numbered

serially. Each page thereof shall be initialed in blue ink by the authorised signatory

of the Bidder. This copy of the documents shall be placed in a separate envelope

and marked “Copy of Documents”. 2.11.4 The three envelopes specified in Clauses 2.11.1, 2.11.2 and 2.11.3 shall be placed

in an outer envelope, which shall be sealed. Each of the four envelopes shall

clearly bear the following identification:

“Bid for the RFP for Engineering, Procurement & Construction under two stage process of bidding for Railway Electrification Project between DELHI-SARAI ROHILLA-REWARI, ALWAR-BANDIKUI-JAIPUR-PHULERA, PHULERA-MADAR of Indian Railways Project”

and shall clearly indicate the name and address of the Bidder. In addition, the Bid

Due Date should be indicated on the right hand top corner of each of the

envelopes. 2.11.5 Each of the envelopes shall be addressed to:

ATTN. OF: Mr. Ompal Singh

DESIGNATION Chief Administrative Officer

ADDRESS: Central Organization for Railway Electrification,

1, Nawab Yusuf Road, Civil Lines, Allahabad-211001

FAX NO: 0532-2408826 E-MAIL [email protected]

2.11.6 If the envelopes are not sealed and marked as instructed above, the Authority

assumes no responsibility for the misplacement or premature opening of the

contents of the Bid submitted and consequent losses, if any, suffered by the

Bidder. Page 21 of 47

Page 22: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

2.11.7 Bids submitted by fax, telex, telegram or e-mail shall not be entertained and shall

be rejected. 2.12 Bid Due Date

2.12.1 Bids should be submitted before 1100 hours IST on the Bid Due Date at the

address provided in Clause 2.11.5 in the manner and form as detailed in this RFP.

A receipt thereof should be obtained from the person specified at Clause 2.11.5. 2.12.2 The Authority may, in its sole discretion, extend the Bid Due Date by issuing an

Addendum in accordance with Clause 2.9 uniformly for all Bidders. 2.13 Late Bids

Bids received by the Authority after the specified time on the Bid Due Date shall

not be eligible for consideration and shall be summarily rejected. 2.14 Contents of the Bid

2.14.1 The Bid shall be furnished in the format at Appendix-I and shall consist of a Bid

price to be quoted by the Bidder. The Bidder shall specify (in Indian Rupees) the

Bid price offered by him to undertake the Project in accordance with this RFP and

the provisions of the Agreement. 2.14.2 Generally, the Project will be awarded to the Lowest Bidder. 2.14.3 The opening of Bids and acceptance thereof shall be substantially in accordance

with this RFP. 2.14.4 The proposed Agreement shall be deemed to be part of the Bid. 2.15 Modifications/ Substitution/ Withdrawal of Bids

2.15.1 The Bidder may modify, substitute or withdraw its Bid after submission, provided

that written notice of the modification, substitution or withdrawal is received by

the Authority prior to Bid Due Date. No Bid shall be modified, substituted or

withdrawn by the Bidder on or after the Bid Due Date. 2.15.2 The modification, substitution or withdrawal notice shall be prepared, sealed,

marked, and delivered in accordance with Clause 2.11, with the envelopes being

additionally marked “MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL”, as

appropriate. 2.15.3 Any alteration/ modification in the Bid or additional information supplied

subsequent to the Bid Due Date, unless the same has been expressly sought for

by the Authority, shall be disregarded. 2.16 Rejection of Bids

2.16.1 Notwithstanding anything contained in this RFP, the Authority reserves the right

to reject any Bid and to annul the Bidding Process and reject all Bids at any time

without any liability or any obligation for such acceptance, rejection or

annulment, and without assigning any reasons therefor. In the event that the Page 22 of 47

Page 23: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Authority rejects or annuls all the Bids, it may, in its discretion, invite all eligible

Bidders to submit fresh Bids hereunder. 2.16.2 The Authority reserves the right not to proceed with the Bidding Process at any

time, without notice or liability, and to reject any Bid without assigning any

reasons. 2.17 Validity of Bids

The Bids shall be valid for a period of not less than 120 (one hundred and twenty)

days from the Bid Due Date. The validity of Bids may be extended by mutual

consent of the respective Bidders and the Authority. 2.18 Confidentiality

Information relating to the examination, clarification, evaluation and

recommendation for the Bidders shall not be disclosed to any person who is not

officially concerned with the process or is not a retained professional advisor

advising the Authority in relation to, or matters arising out of, or concerning the

Bidding Process. The Authority will treat all information, submitted as part of the

Bid, in confidence and will require all those who have access to such material to

treat the same in confidence. The Authority may not divulge any such information

unless it is directed to do so by any statutory entity that has the power under law

to require its disclosure or is to enforce or assert any right or privilege of the

statutory entity and/ or the Authority or as may be required by law or in

connection with any legal process. 2.19 Correspondence with the Bidder

Save and except as provided in this RFP, the Authority shall not entertain any

correspondence with any Bidder in relation to acceptance or rejection of any Bid. D. BID SECURITY 2.20 Bid Security

2.20.1 The Bidder shall furnish as part of its Bid, a Bid Security referred to in Clauses

2.1.6 and 2.1.7 hereinabove in the form of a bank guarantee issued by a

nationalized bank, or a Scheduled Bank in India, in favour of the Authority in the

format at Appendix–II (the “Bank Guarantee”) and having a validity period of not

less than 180 (one hundred eighty) days from the Bid Due Date, inclusive of a

claim period of 60 (sixty) days, and may be extended as may be mutually agreed

between the Authority and the Bidder from time to time. In case the Bank

Guarantee is issued by a foreign bank outside India, confirmation of the same by

any nationalized bank in India is required. For the avoidance of doubt, Scheduled

Bank shall mean a bank as defined under Section 2(e) of the Reserve Bank of India

Act, 1934. 2.20.2 Bid Security can also be in the form of a demand draft issued by a Scheduled Bank

in India, drawn in favour of the Financial Advisor & Chief Account Officer (FA &

CAO/CORE) and payable at [Allahabad] (the “DemandDraft” ).

Page 23 of 47

Page 24: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

The Authority shall not be liable to pay any interest on the Bid Securitydeposit so

made and the same shall be interest free. 2.20.3 Any Bid not accompanied by the Bid Security shall be summarily rejected by the

Authority as non-responsive. 2.20.4 Save and except as provided in Clause 1.2.4 above, the Bid Security of

unsuccessful Bidders will be returned by the Authority, without any interest, as

promptly as possible on acceptance of the Bid of the Selected Bidder or when the

Bidding process is cancelled by the Authority, and in any case within 180 (one

hundred and eighty) days from the Bid Due Date. Where Bid Security has been

paid by deposit, the refund thereof shall be in the form of an account payee

demand draft in favour of the unsuccessful Bidder(s). Bidders may by specific

instructions in writing to the Authority give the name and address of the person in

whose favour the said demand draft shall be drawn by the Authority for refund,

failing which it shall be drawn in the name of the Bidder and shall be mailed to the

address given on the Bid. 2.20.5 The Selected Bidder’s Bid Security will be returned, without any interest, upon the

Contractor signing the Agreement and furnishing the Performance Security in

accordance with the provisions thereof. The Authority may, at the Selected

Bidder’s option, adjust the amount of Bid Security in the amount of Performance

Security to be provided by him in accordance with the provisions of the

Agreement. 2.20.6 The Authority shall be entitled to forfeit and appropriate the Bid Security as

Damages inter alia in any of the events specified in Clause 2.20.7 herein below.

The Bidder, by submitting its Bid pursuant to this RFP, shall be deemed to have

acknowledged and confirmed that the Authority will suffer loss and damage on

account of withdrawal of its Bid or for any other default by the Bidder during the

period of Bid validity as specified in this RFP. No relaxation of any kind on Bid

Security shall be given to any Bidder. 2.20.7 The Bid Security shall be forfeited as Damages without prejudice to any other

right or remedy that may be available to the Authority under the Bidding

Documents and/or under the Agreement, or otherwise, under the following

conditions:

(a) If a Bidder submits a non-responsive Bid;

(b) If a Bidder engages in a corrupt practice, fraudulent practice, coercive

practice, undesirable practice or restrictive practice as specified in Clause 4

of this RFP;

(c) If a Bidder withdraws its Bid during the period of Bid validity as specified in

this RFP and as extended by mutual consent of the respective Bidder(s)

and the Authority;

(d) In the case of Selected Bidder, if it fails within the specified time limit -

(i) to sign and return the duplicate copy of LOA; Page 24 of 47

Page 25: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

(ii) to sign the Agreement; or

(iii) to furnish the Performance Security within the period prescribed

therefor in the Agreement; or (e) In case the Selected Bidder, having signed the Agreement, commits any

breach thereof prior to furnishing the Performance Security.

Page 25 of 47

Page 26: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

3. EVALUATION OF BIDS 3.1 Opening and Evaluation of Bids 3.1.1 The Authority shall open the Bids at 1130 hours on the Bid Due Date, at the place

specified in Clause 2.11.5 and in the presence of the Bidders who choose to

attend. 3.1.2 The Authority will subsequently examine and evaluate the Bids in accordance with

the provisions set out in this Section 3. 3.1.3 To facilitate evaluation of Bids, the Authority may, at its sole discretion, seek

clarifications in writing from any Bidder regarding its Bid. 3.2 Tests of responsiveness 3.2.1 Prior to evaluation of Bids, the Authority shall determine whether each Bid is

responsive to the requirements of this RFP. A Bid shall be considered responsive

only if:

(a) it is received as per the format at Appendix–I;

(b) it is received by the Bid Due Date including any extension thereof pursuant

to Clause 2.12.2;

(c) it is signed, sealed, bound together in hard cover and marked as stipulated

in Clauses 2.10 and 2.11;

(d) it is accompanied by the Bid Security as specified in Clause 2.1.6;

(e) it is accompanied by the Power of Attorney as specified in Clauses 2.1.8

and 2.1.9, as the case may be;

(f) it contains all the information (complete in all respects) as requested in

this RFP and/or Bidding Documents (in formats same as those specified);

(g) it does not contain any condition or qualification; and

(h) it is not non-responsive in terms hereof. 3.2.2 The Authority reserves the right to reject any Bid which is non-responsive and no

request for alteration, modification, substitution or withdrawal shall be

entertained by the Authority in respect of such Bid. 3.3 Selection of Bidder

3.3.1 Subject to the provisions of Clause 2.16.1, the Bidder whose Bid is adjudged as

responsive in terms of Clause 3.2.1 and who quotes the lowest price shall be

declared as the selected Bidder (the “Selected Bidder”). In the event that the

Authority rejects or annuls all the Bids, it may, in its discretion, invite all eligible

Bidders to submit fresh Bids hereunder. Page 26 of 47

Page 27: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

3.3.2 In the event that two or more Bidders quote the same bid price (the

"TieBidders"), the Authority shall identify the Selected Bidder by draw of lots,

whichshall be conducted, with prior notice, in the presence of the Tie Bidders who

choose to attend. 3.3.3 In the event of withdrawal of offer by the Lowest Bidder, the Authority shall annul

the Bidding Process and invite fresh bids. 3.3.4 After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the

Authority to the Selected Bidder and the Selected Bidder shall, within 7 (seven)

days of the receipt of the LOA, sign and return the duplicate copy of the LOA in

acknowledgement thereof. In the event the duplicate copy of the LOA duly signed

by the Selected Bidder is not received by the stipulated date, the Authority may,

unless it consents to extension of time for submission thereof, appropriate the Bid

Security of such Bidder as Damages on account of failure of the Selected Bidder to

acknowledge the LOA, and the next eligible Bidder may be considered. 3.3.5 After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall

cause the Contractor to execute the Agreement within the period prescribed in

Clause 1.3. The Selected Bidder shall not be entitled to seek any deviation,

modification or amendment in the Agreement. 3.4 Contacts during Bid Evaluation

Bids shall be deemed to be under consideration immediately after they are

opened and until such time the Authority makes official intimation of award/

rejection to the Bidders. While the Bids are under consideration, Bidders and/ or

their representatives or other interested parties are advised to refrain, save and

except as required under the Bidding Documents, from contacting by any means,

the Authority and/ or their employees/ representatives on matters related to the

Bids under consideration.

Page 27 of 47

Page 28: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

4. FRAUD AND CORRUPT PRACTICES 4.1 The Bidders and their respective officers, employees, agents and advisers shall

observe the highest standard of ethics during the Bidding Process and subsequent

to the issue of the LOA and during the subsistence of the Agreement.

Notwithstanding anything to the contrary contained herein, or in the LOA or the

Agreement, the Authority may reject a Bid, withdraw the LOA, or terminate the

Agreement, as the case may be, without being liable in any manner whatsoever to

the Bidder or Contractor, as the case may be, if it determines that the Bidder or

Contractor, as the case may be, has, directly or indirectly or through an agent,

engaged in corrupt practice, fraudulent practice, coercive practice, undesirable

practice or restrictive practice in the Bidding Process. In such an event, the

Authority shall be entitled to forfeit and appropriate the Bid Security or

Performance Security, as the case may be, as Damages, without prejudice to any

other right or remedy that may be available to the Authority under the Bidding

Documents and/ or the Agreement, or otherwise. 4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and

the rights and remedies which the Authority may have under the LOA or the

Agreement, or otherwise if a Bidder or Contractor, as the case may be, is found by

the Authority to have directly or indirectly or through an agent, engaged or

indulged in any corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice during the Bidding Process, or after the

issue of the LOA or the execution of the Agreement, such Bidder or Contractor

shall not be eligible to participate in any tender or RFP issued by the Authority

during a period of 2 (two) years from the date such Bidder or Contractor, as the

case may be, is found by the Authority to have directly or indirectly or through an

agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive

practice, undesirable practice or restrictive practices, as the case may be. 4.3 For the purposes of this Clause 4, the following terms shall have the meaning

hereinafter respectively assigned to them:

(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting,

directly or indirectly, of anything of value to influence the actions of any

person connected with the Bidding Process (for avoidance of doubt,

offering of employment to or employing or engaging in any manner

whatsoever, directly or indirectly, any official of the Authority who is or

has been associated in any manner, directly or indirectly, with the Bidding

Process or the LOA or has dealt with matters concerning the Agreement or

arising therefrom, before or after the execution thereof, at any time prior

to the expiry of one year from the date such official resigns or retires from

or otherwise ceases to be in the service of the Authority, shall be deemed

to constitute influencing the actions of a person connected with the

Bidding Process); or (ii) save and except as permitted under the Clause

2.1.14 of this RFP, engaging in any manner whatsoever, whether during

the Bidding Process or after the issue of the LOA or after the execution of

the Agreement, as the case may be, any person in respect of any matter

Page 28 of 47

Page 29: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

relating to the Project or the LOA or the Agreement, or is a legal, financial

or technical adviser of the Authority in relation to any matter concerning

the Project; (b) “fraudulent practice” means a misrepresentation or omission of facts or

suppression of facts or disclosure of incomplete facts, in order to influence

the Bidding Process; (c) “coercive practice” means impairing or harming, or threatening to impair

or harm, directly or indirectly, any person or property to influence any

person’s participation or action in the Bidding Process; (d) “undesirable practice” means (i) establishing contact with any person

connected with or employed or engaged by the Authority with the

objective of canvassing, lobbying or in any manner influencing or

attempting to influence the Bidding Process; or (ii) having a Conflict of

Interest; and (e) “restrictive practice” means forming a cartel or arriving at any

understanding or arrangement among Bidders with the objective of

restricting or manipulating a full and fair competition in the Bidding

Process.

Page 29 of 47

Page 30: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

5. PRE-BID CONFERENCE 5.1 Pre-Bid conferences of the Bidders shall be convened at the designated date, time

and place. Only those persons who have purchased the RFP document shall be

allowed to participate in the Pre-Bid Conferences. A maximum of four

representatives of each Bidder shall be allowed to participate on production of

authority letter from the Bidder. 5.2 During the course of Pre-Bid conference(s), the Bidders will be free to seek

clarifications and make suggestions for consideration of the Authority. The

Authority shall endeavor to provide clarifications and such further information as

it may, in its sole discretion, consider appropriate for facilitating a fair,

transparent and competitive Bidding Process.

Page 30 of 47

Page 31: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

6. MISCELLANEOUS

6.1 The Bidding Process shall be governed by, and construed in accordance with, the

laws of India and the Courts at Allahabad shall have exclusive jurisdiction over all

disputes arising under, pursuant to and/ or in connection with the Bidding

Process. 6.2 The Authority, in its sole discretion and without incurring any obligation or

liability, reserves the right, at any time, to;

(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or

supplement the Bidding Process or modify the dates or other terms and

conditions relating thereto;

(b) consult with any Bidder in order to receive clarification or further

information;

(c) retain any information and/ or evidence submitted to the Authority by, on

behalf of, and/ or in relation to any Bidder; and/ or

(d) independently verify, disqualify, reject and/ or accept any and all

submissions or other information and/ or evidence submitted by or on

behalf of any Bidder. 6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases the

Authority, its employees, agents and advisers, irrevocably, unconditionally, fully

and finally from any and all liability for claims, losses, damages, costs, expenses or

liabilities in any way related to or arising from the exercise of any rights and/ or

performance of any obligations hereunder, pursuant hereto and/ or in connection

with the Bidding Process and waives, to the fullest extent permitted by applicable

laws, any and all rights and/ or claims it may have in this respect, whether actual

or contingent, whether present or in future. 6.4 The Bidding Documents and RFQ are to be taken as mutually explanatory and,

unless otherwise expressly provided elsewhere in this RFP, in the event of any

conflict between them the priority shall be in the following order:

(a) the Bidding Documents;

(b) the RFQ.

i.e. the Bidding Documents at (a) above shall prevail over the RFQ at (b) above.

Page 31 of 47

Page 32: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 32 of 47

Page 33: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Appendices

Page 33 of 47

Page 34: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 34 of 47

Page 35: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

APPENDIX-I

Letter comprising the Bid

(Refer Clauses 2.1.5 and 2.14)

Dated:

To

Shri Ompal Singh

Chief Administrative Officer

Central Organisation for Railway Electrification

1, Nawab Yusuf Road, Civil Lines, Allahabad 211001

Sub:Bid for Engineering, Procurement & Construction under two stage process of

bidding for Railway Electrification Project between DELHI-SARAI ROHILLA-REWARI,

ALWAR-BANDIKUI-JAIPUR-PHULERA, PHULERA-MADAR of Indian Railways Dear Sir,

With reference to your RFP document dated *****$, I/we, having examined the

Bidding Documents and understood their contents, hereby submit my/our Bid for

the aforesaid Project. The Bid is unconditional and unqualified. 2. I/We acknowledge that the Authority will be relying on the information provided

in the Bid and the documents accompanying the Bid for selection of the

Contractor for the aforesaid Project, and we certify that all information provided

therein is true and correct; nothing has been omitted which renders such

information misleading; and all documents accompanying the Bid are true copies

of their respective originals. 3. This statement is made for the express purpose of our selection as Contractor for

[survey, investigations, design and construction of civil, structures and track works

for double line railway involving formation in embankments/cuttings, ballast on

formation, track works, bridges, structures, buildings,] including testing and

commissioning thereof and for rectification of defects during the Defect Liability

Period.

4. I/We shall make available to the Authority any additional information it may find

necessary or require to supplement or authenticate the Bid. 5. I/We acknowledge the right of the Authority to reject our Bid without assigning

any reason or otherwise and hereby waive, to the fullest extent permitted by

applicable law, our right to challenge the same on any account whatsoever.

6. I/We certify that in the last three years, we/ any of the Consortium Members£ or

our/ their Associates have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial

$ All blank spaces shall be suitably filled up by the Applicant to reflect the particulars relating to

such Applicant. £ If the Bidder is not a Consortium, the provisions applicable to Consortium may be omitted.

Page 35 of 47

Page 36: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

pronouncement or arbitration award, nor been expelled from any project or

contract by any public authority nor have had any contract terminated by any

public authority for breach on our part. 7. I/We declare that:

(a) I/We have examined and have no reservations to the Bidding Documents,

including any Addendum issued by the Authority; and

(b) I/We do not have any conflict of interest in accordance with Clauses 2.1.13

and 2.1.14 of the RFP document; and

(c) I/We have not directly or indirectly or through an agent engaged or

indulged in any corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice, as defined in Clause 4.3 of the

RFP document, in respect of any tender or request for proposal issued by

or any agreement entered into with the Authority or any other public

sector enterprise or any government, Central or State; and

(d) I/We hereby certify that we have taken steps to ensure that in conformity

with the provisions of Section 4 of the RFP, no person acting for us or on

our behalf has engaged or will engage in any corrupt practice, fraudulent

practice, coercive practice, undesirable practice or restrictive practice; and

(e) the undertakings given by us along with the Application in response to the

RFQ for the Project were true and correct as on the date of making the

Application and are also true and correct as on the Bid Due Date and I/we

shall continue to abide by them. 8. I/We understand that you may cancel the Bidding Process at any time and that

you are neither bound to accept any Bid that you may receive nor to invite the

Bidders to Bid for the Project, without incurring any liability to the Bidders, in

accordance with Clause 2.16 of the RFP document. 9. I/We believe that we/ our Consortium satisfy(s) the Net Worth criteria and

meet(s) the requirements as specified in the RFQ document. 10. I/We declare that we/ any Member of the Consortium, or our/ its Associates are

not a Member of a/ any other Consortium submitting a Bid for the Project. 11. I/We certify that in regard to matters other than security and integrity of the

country, we/ any Member of the Consortium or any of our/ their Associates have

not been convicted by a Court of Law or indicted or adverse orders passed by a

regulatory authority which could cast a doubt on our ability to undertake the

Project or which relates to a grave offence that outrages the moral sense of the

community. 12. I/We further certify that in regard to matters relating to security and integrity of

the country, we/ any Member of the Consortium or any of our/ their Associates

have not been charge-sheeted by any agency of the Government or convicted by

a Court of Law. Page 36 of 47

Page 37: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

13. I/We further certify that no investigation by a regulatory authority is pending

either against us/ any Member of the Consortium or against our Associates or

against our CEO or any of our directors/ managers/ employees.

14. I/We undertake that in case due to any change in facts or circumstances during

the Bidding Process, we are attracted by the provisions of disqualification in terms

of the guidelines referred to above, we shall intimate the Authority of the same

immediately.

15. I/We acknowledge and agree that in the event of a change in control of an

Associate whose Technical Capacity and/ or Financial Capacity was taken into

consideration for the purposes of short-listing and pre-qualification under and in

accordance with the RFQ, I/We shall inform the Authority forthwith along with all

relevant particulars and the Authority may, in its sole discretion, disqualify our

Consortium or withdraw the Letter of Award, as the case may be. I/We further

acknowledge and agree that in the event such change in control occurs after

signing of the Agreement, it would, notwithstanding anything to the contrary

contained in the Agreement, be deemed a breach thereof, and the Agreement

shall be liable to be terminated without the Authority being liable to us in any

manner whatsoever.

16. I/We hereby irrevocably waive any right or remedy which we may have at any

stage at law or howsoever otherwise arising to challenge or question any decision

taken by the Authority in connection with the selection of the Bidder, or in

connection with the Bidding Process itself, in respect of the above mentioned

Project and the terms and implementation thereof.

17. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter

into an Agreement in accordance with the draft that has been provided to me/us

prior to the Bid Due Date. We agree not to seek any changes in the aforesaid draft

and agree to abide by the same.

18. I/We have studied all the Bidding Documents carefully and also surveyed the

project and the railway traffic. We understand that except to the extent as

expressly set forth in the Agreement, we shall have no claim, right or title arising

out of any documents or information provided to us by the Authority or in respect

of any matter arising out of or relating to the Bidding Process including the award

of Agreement. 19. I/We offer a Bid Security of Rs.*********** (Rupees ********** only) to the

Authority in accordance with the RFP Document. 20. The Bid Security in the form of a Demand Draft/ Bank Guarantee (strike out

whichever is not applicable) is attached. 21. The documents accompanying the Bid, as specified in Clause 2.11.2 of the RFP,

have been submitted in a separate envelope and marked as “Enclosures of the

Bid”.

22. I/We agree and understand that the Bid is subject to the provisions of the Bidding

Documents. In no case, I/we shall have any claim or right of whatsoever nature if Page 37 of 47

Page 38: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

the Project / Agreement is not awarded to me/us or our Bid is not opened or

rejected. 23. The bid price has been quoted by me/us after taking into consideration all the

terms and conditions stated in the RFP, draft Agreement, our own estimates of

costs and after a careful assessment of the site and all the conditions that may

affect the project cost and implementation of the project. 24. I/We agree and undertake to abide by all the terms and conditions of the RFP

document. 25. {We, the Consortium Members agree and undertake to be jointly and severally

liable for all the obligations of the Contractor under the Agreement.} 27. I/We shall keep this offer valid for 120 (one hundred and twenty) days from the

Bid Due Date specified in the RFP. 28 I/We hereby submit our bid price of Rs. ………… (Rupees

………………………………….. only)] for undertaking the aforesaid Project in accordance

with the Bidding Documents and the Agreement.

In witness thereof, I/we submit this Bid under and in accordance with the terms of

the RFP document.

Yours faithfully,

Date: (Signature, name and designation of the

Authorised signatory)

Place: Name and seal of Bidder/Lead Member Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to

it, or modified as necessary to reflect Bidder-specific particulars.

Page 38 of 47

Page 39: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

APPENDIX-II

Bank Guarantee for Bid Security

(Refer Clauses 2.1.7 and 2.20.1)

B.G. No. Dated:

1. In consideration of the President of India represented by Financial Advisor and Chief

Account Officer, Central organization for Railway Electrification, having its principal

office at 1 Nawab Yusuf road, Civil Lines, Allahabad-211001, India, (hereinafter

referred to as the “Authority”, which expression shall unless it be repugnant to the

subject or context thereof include its, successors and assigns) having agreed to receive

the Bid of …………………… [a company registered under the Companies Act, 2013] and

having its registered office at ……………………… [and acting on behalf of its Consortium]

(hereinafter referred to as the “Bidder” which expression shall unless it be repugnant

to the subject or context thereof include its/their executors, administrators,

successors and assigns), for the ***** Project on Engineering, Procurement and

Construction basis (hereinafter referred to as “the Project”) pursuant to the RFP

Document dated …………… issued in respect of the Project and other related

documents including without limitation the draft EPC agreement (hereinafter

collectively referred to as “Bidding Documents”), we [Name of the Bank] having our

registered office at ……………………… and one of its branches at ……………………..

(hereinafter referred to as the “Bank”), at the request of the Bidder, do hereby in

terms of Clause 2.1.6 read with Clause 2.1.7 of the RFP Document, irrevocably,

unconditionally and without reservation guarantee the due and faithful fulfilment and

compliance of the terms and conditions of the Bidding Documents (including the RFP

Document) by the said Bidder and unconditionally and irrevocably undertake to pay

forthwith to the Authority an amount of Rs. ***** (Rupees ***** only) (hereinafter

referred to as the “Guarantee”) as our primary obligation without any demur,

reservation, recourse, contest or protest and without reference to the Bidder if the

Bidder shall fail to fulfil or comply with all or any of the terms and conditions

contained in the said Bidding Documents.

2. Any such written demand made by the Authority stating that the Bidder is in default of

the due and faithful fulfilment and compliance with the terms and conditions

contained in the Bidding Documents shall be final, conclusive and binding on the Bank.

3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and

payable under this Guarantee without any demur, reservation, recourse, contest or

protest and without any reference to the Bidder or any other person and irrespective

of whether the claim of the Authority is disputed by the Bidder or not, merely on the

first demand from the Authority stating that the amount claimed is due to the

Authority by reason of failure of the Bidder to fulfil and comply with the terms and

conditions contained in the Bidding

Documents including failure of the said Bidder to keep its Bid open during the Bid

validity period as set forth in the said Bidding Documents for any reason whatsoever.

Any such demand made on the Bank shall be conclusive as regards amount due and

payable by the Bank under this Guarantee. However, our liability under this Guarantee

Page 39 of 47

Page 40: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

shall be restricted to an amount not exceeding Rs. *****(Rupees ***** only).

4. This Guarantee shall be irrevocable and remain in full force for a period of 180 (one

hundred and eighty) days from the Bid Due Date inclusive of a claim period of 60

(sixty) days or for such extended period as may be mutually agreed between the

Authority and the Bidder, and agreed to by the Bank, and shall continue to be

enforceable till all amounts under this Guarantee have been paid.

5. We, the Bank, further agree that the Authority shall be the sole judge to decide as to

whether the Bidder is in default of due and faithful fulfillment and compliance with

the terms and conditions contained in the Bidding Documents including, inter alia, the

failure of the Bidder to keep its Bid open during the Bid validity period set forth in the

said Bidding Documents, and the decision of the Authority that the Bidder is in default

as aforesaid shall be final and binding on us, notwithstanding any differences between

the Authority and the Bidder or any dispute pending before any Court, Tribunal,

Arbitrator or any other authority.

6. The Guarantee shall not be affected by any change in the constitution or winding up of

the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or

the Bank with any other person.

7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the

Bank as the principal debtor. The Authority shall have the fullest liberty without

affecting in any way the liability of the Bank under this Guarantee from time to time to

vary any of the terms and conditions contained in the said Bidding Documents or to

extend time for submission of the Bids or the Bid validity period or the period for

conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and

compliance with all or any of the terms and conditions contained in the said Bidding

Documents by the said Bidder or to postpone for any time and from time to time any

of the powers exercisable by it against the said Bidder and either to enforce or forbear

from enforcing any of the terms and conditions contained in the said Bidding

Documents or the securities available to the Authority, and the Bank shall not be

released from its liability under these presents by any exercise by the Authority of the

liberty with reference to the matters aforesaid or by reason of time being given to the

said Bidder or any other forbearance, act or omission on the part of the Authority or

any indulgence by the Authority to the said Bidder or by any change in the constitution

of the Authority or its absorption, merger or amalgamation with any other person or

any other matter or thing whatsoever which under the law relating to sureties would

but for this provision have the effect of releasing the Bank from its such liability.

8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently

given or made if addressed to the Bank and sent by courier or by registered mail to the

Bank at the address set forth herein.

9. We undertake to make the payment on receipt of your notice of claim on us

addressed to [name of Bank along with branch address] and delivered at our above

branch which shall be deemed to have been duly authorised to receive the said notice

of claim. Page 40 of 47

Page 41: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

10. It shall not be necessary for the Authority to proceed against the said Bidder

before proceeding against the Bank and the guarantee herein contained shall be

enforceable against the Bank, notwithstanding any other security which the

Authority may have obtained from the said Bidder or any other person and which

shall, at the time when proceedings are taken against the Bank hereunder, be

outstanding or unrealised. 11. We, the Bank, further undertake not to revoke this Guarantee during its currency

except with the previous express consent of the Authority in writing. 12. The Bank declares that it has power to issue this Guarantee and discharge the

obligations contemplated herein, the undersigned is duly authorised and has full

power to execute this Guarantee for and on behalf of the Bank. 13. For the avoidance of doubt, the Bank’s liability under this Guarantee shall be

restricted to Rs. *** crore (Rupees ***** crore) only. The Bank shall be liable to

pay the said amount or any part thereof only if the Authority serves a written

claim on the Bank in accordance with paragraph 9 hereof, on or before [***

(indicate date falling 180 days after the Bid Due Date)]. Signed and Delivered by ……………………….Bank By the hand of Mr./Ms. …………………….., its ………………….. and authorised official.

(Signature of the Authorised Signatory)

(Official Seal)

Page 41 of 47

Page 42: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

APPENDIX – III

Power of Attorney for signing of Bid

(Refer Clause 2.1.8)

Know all men by these presents, We, …………………………… (name of the firm and

address of the registered office) do hereby irrevocably constitute, nominate,

appoint and authorise Mr. / Ms (Name), son/daughter/wife of

……………………………… and presently residing at

………………………………….., who is presently employed with us/ the Lead Member of

our Consortium and holding the position of ………………………….., as our true and

lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and

on our behalf, all such acts, deeds and things as are necessary or required in

connection with or incidental to submission of our bid for the *****

Project proposed or being developed by the President of India represented by the

Chief Administrative Officer, Central Organization for Railway Electrification,

India (the “Authority”) including but not limited to signing and submission of all

applications, bids and other documents and writings, participate in bidders’ and

other conferences and providing information / responses to the Authority,

representing us in all matters before the Authority, signing and execution of all

contracts including the Agreement and undertakings consequent to acceptance of

our bid, and generally dealing with the Authority in all matters in connection with

or relating to or arising out of our bid for the said Project and/or upon award

thereof to us and/or till the entering into of the Agreement with the Authority.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all

acts, deeds and things done or caused to be done by our said Attorney pursuant

to and in exercise of the powers conferred by this Power of Attorney and that all

acts, deeds and things done by our said Attorney in exercise of the powers hereby

conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, ………………………….., THE ABOVE NAMED PRINCIPAL

HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……………………… DAY OF

…………………….., 20.…..

For……………………………..

(Signature, name, designation and

address)

Witnesses: 1. 2.

Accepted Notarised (Signature, name, designation and address of the Attorney)

Page 42 of 47

Page 43: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Notes:

The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of

the executant(s) and when it is so required, the same should be under common

seal affixed in accordance with the required procedure.

Wherever required, the Bidder should submit for verification the extract of the

charter documents and documents such as a board or shareholders’ resolution/

power of attorney in favour of the person executing this Power of Attorney for the

delegation of power hereunder on behalf of the Bidder.

For a Power of Attorney executed and issued overseas, the document will also

have to be legalised by the Indian Embassy and notarised in the jurisdiction where

the Power of Attorney is being issued. However, the Power of Attorney provided by

Bidders from countries that have signed the Hague Legislation Convention, 1961

are not required to be legalised by the Indian Embassy if it carries a conforming

Appostille certificate.

Page 43 of 47

Page 44: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

APPENDIX-IV

Power of Attorney for Lead Member of Consortium

(Refer Clause 2.1.9)

Whereas the President of India represented by Chief Administrative Officer, Central

Organization for Railway Electrification (the “Authority”) having its principal office at

1, Nawab Yusuf Road, Civil Lines, Allahabad – 211002, India (the “Authority”) has

invited bids from pre-qualified and short-listed parties for the ***** Project (the

“Project”). Whereas, ………………….., ………………………..and ……………………….

(collectively the “Consortium”) being Members of the Consortium are interested in

bidding for the Project in accordance with the terms and conditions of the Request for

Proposal and other connected documents in respect of the Project, and Whereas, it is necessary for the Members of the Consortium to designate one of them

as the Lead Member with all necessary power and authority to do for and on behalf of

the Consortium, all acts, deeds and things as may be necessary in connection with the

Consortium’s bid for the Project and its execution. NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS We, ……………… having our registered office at …………………, M/s.

……………………, having our registered office at …………………, and M/s.

…………………, having our registered office at ………………, (hereinafter collectively

referred to as the “Principals”) do hereby irrevocably designate, nominate, constitute,

appoint and authorise M/s …………………, having its registered office at ………………………,

being one of the Members of the Consortium, as the Lead Member and true and

lawful attorney of the Consortium (hereinafter referred to as the “Attorney”) and

hereby irrevocably authorise the Attorney (with power to sub-delegate) to conduct all

business for and on behalf of the Consortium and any one of us during the bidding

process and, in the event the Consortium is awarded the Contract, during the

execution of the Project, and in this regard, to do on our behalf and on behalf of the

Consortium, all or any of such acts, deeds or things as are necessary or required or

incidental to the submission of its bid for the Project, including but not limited to

signing and submission of all applications, bids and other documents and writings,

participate in bidders’ and other conferences, respond to queries, submit information/

documents, sign and execute contracts and undertakings consequent to acceptance of

the bid of the Consortium and generally to represent the Consortium in all its dealings

with the Authority, and/ or any other Government Agency or any person, in all matters

in connection with or relating to or arising out of the Consortium’s bid for the Project

and/ or upon award thereof till the Agreement is entered into with the Authority. AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts,

deeds and things done or caused to be done by our said Attorney pursuant to and in

exercise of the powers conferred by this Power of Attorney and that all acts, deeds

and things done by our said Attorney in exercise of the powers hereby Page 44 of 47

Page 45: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

conferredshall and shall always be deemed to have been done by us/ Consortium. IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER

OF ATTORNEY ON THIS ……………… DAY OF

………….. 20.… For ……………………... (Signature, Name & Title) For …………................... (Signature, Name & Title) For ……………………… (Signature, Name & Title) (Executants) (To be executed by all the Members of the Consortium)

Notes:

The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the

executant(s) and when it is so required, the same should be under common seal affixed in

accordance with the required procedure. Wherever required, the Bidder should submit for verification the extract of the charter

documents and documents such as a board or shareholders’ resolution/ power of attorney

in favour of the person executing this Power of Attorney for the delegation of power

hereunder on behalf of the Bidder. For a Power of Attorney executed and issued overseas, the document will also have to be

legalised by the Indian Embassy and notarised in the jurisdiction where the Power of

Attorney is being issued. However, the Power of Attorney provided by Bidders from

countries that have signed the Hague Legislation Convention, 1961 are not required to be

legalised by the Indian Embassy if it carries a conforming Appostille certificate.

Page 45 of 47

Page 46: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

APPENDIX V

LIST OF BID-SPECIFIC CLAUSES$

A. Clauses and appendices with non-numerical footnotes 1. Clause 2.9.3: Amendment of RFP 2. Appendix-I: Letter comprising the Bid (Para 1 and 6)

3. Appendix-V: List of Bid-specific clauses B. Clauses and appendices with blank spaces 1. Letter of Invitation 2. Appendix-I: Letter comprising the Bid (Para 28) 3. Appendix-II: Bank Guarantee for Bid Security (Para 1 and signatures) 4. Appendix-III: Power of Attorney for signing of Bid (Para 1 and signatures) 5. Appendix-IV: Power Of Attorney for Lead Member of Consortium (Paras 2 and 4 and

signatures) $ This Appendix-V contains a list of clauses and appendices that would need to be suitably

modified for reflecting applicant-specific provisions. This Appendix-V may, therefore, be included

in the RFP document to be issued to prospective Applicants. The blank spaces in Appendices may

be filled up by the Applicant and the footnotes may be deleted when it submits its proposal.

Page 46 of 47

Page 47: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 48 of 47

Page 48: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 1 of 277

Engineering, Procurement and

Construction (EPC) Agreement for

Railway Projects

Central Organization for Railway Electrification

Ministry of Railways

Government of India

Page 49: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 2 of 277

Contents

Preamble Xi

PART I

Preliminary

Recitals 3

1 Definitions and Interpretation 5

1.1 Definitions 5

1.2 Interpretation 5

1.3 Measurements and arithmetic conventions 8

1.4 Priority of agreements and errors/discrepancies 8

{1.5 Joint and several liability} 9

PART II

Scope of the Project

2 Scope of the Project 13

2.1 Scope of the Project 13

3 Obligations of the Contractor 14

3.1 Obligations of the Contractor 14

3.2 Obligations relating to sub-contracts and any other agreements 15

3.3 Employment of foreign nationals 16

3.4 Contractor’s personnel 17

3.5 Advertisement on Railway Project 17

3.6 Contractor’s care of the Works 17

3.7 Electricity, water and other services 17

3.8 Unforeseeable difficulties 17

3.9 Training of Authority’s personnel 18

3.10 Safety at work site 18

4 Obligations of the Authority 19

4.1 Obligations of the Authority 19

4.2 Maintenance and operation of the existing facilities 20

4.3 Environmental and Forest Clearances 21

4.4 Machinery and equipment 21

4.5 Electricity transmission lines 22

4.6

Disconnection for modification of existing signalling and

telecommunication works

4.7 Provision of Power Blocks and Traffic Blocks

5 Representations and Warranties

5.1 Representations and warranties of the Contractor

5.2 Representations and warranties of the Authority

5.3 Disclosure

6 Disclaimer

6.1 Disclaimer

Page 50: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 3 of 277

PART III

Construction

7 Performance Security 31

7.1 Performance Security 31

7.2 Extension of Performance Security 31

7.3 Appropriation of Performance Security 32

7.4 Release of Performance Security 32

7.5 Retention Money 32

8 Right of Way 34

8.1 The Site 34

8.2 Procurement of the Site 34

8.3 Damages for delay in handing over the Site 35

8.4 Site to be free from Encumbrances 36

8.5 Protection of Site from encroachments 36

8.6 Special/temporary Right of Way 37

8.7 Access to the Authority and the Authority’s Engineer 37

8.8 Geological and archaeological finds 37

9 Utilities and Trees 38

9.1 Existing utilities and roads 38

9.2 Shifting of obstructing utilities 38

9.3 New utilities 38

9.4 Felling of trees 39

10 Design and Construction of the Railway Project 40

10.1 Obligations prior to commencement of Works 40

10.2 Design and Drawings 41

10.3 Construction of the Railway Project 45

10.4 Extension of time for completion 46

10.5 Incomplete Works 48

10.6 Equipment specific Maintenance Manual 48

11 Quality Assurance, Monitoring and Supervision 49

11.1 Quality of Materials and workmanship 49

11.2 Quality control system 49

11.3 Methodology 50

11.4 Inspection and technical audit by the Authority 50

11.5 External technical audit 50

11.6 Inspection of construction records 50

11.7 Monthly progress reports 50

11.8 Inspection 50

11.9 Samples 51

11.10 Tests 51

11.11 Examination of work before covering up 52

11.12 Rejection 52

11.13 Remedial work 53

11.14 Delays during construction 53

11.15 Quality control records and Documents 53

Page 51: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 4 of 277

11.16 Video recording 53

11.17 Suspension of unsafe Construction Works 54

12 Completion Certificate 55

12.1 Tests on completion 55

12.2 Provisional Certificate 55

12.3 Completion of Punch List items 56

12.4 Completion Certificate 57

12.5 Rescheduling of Tests 57

12.6 Delayed authorization 57

13 Change of Scope 58

13.1 Change of Scope 58

13.2 Procedure for Change of Scope 58

13.3 Payment for Change of Scope 60

13.4 Restrictions on Change of Scope 60

13.5 Power of the Authority to undertake works 60

14 Traffic Regulation 62

14.1 Traffic regulation by the Contractor 62

15 Defects Liability 63

15.1 Defects Liability Period 63

15.2 Remedy and rectification of Defects and deficiencies 63

15.3 Cost of remedying Defects 63

15.4 Contractor’s failure to rectify Defects 64

15.5 Contractor to search cause 64

15.6 Extension of Defects Liability Period 64

16 Authority’s Engineer 65

16.1 Appointment of the Authority’s Engineer 65

16.2 Duties and functions of the Authority’s Engineer 65

16.3 Authorized signatories 66

16.4 Instructions of the Authority’s Engineer 66

16.5 Determination by the Authority’s Engineer 66

16.6 Remuneration of the Authority’s Engineer 67

16.7 Replacement of the Authority’s Engineer 67

16.8 Interim arrangement 67

PART IV

Financial Covenants

17 Payments 71

17.1 Contract Price 71

17.2 Advance Payment 71

17.3 Procedure for estimating the payment for the Works 73

17.4 Stage Payment Statement for Works 73

17.5 Stage Payment for Works 73

17.6 Payment of Damages 74

17.7 Time of payment and interest 74

Page 52: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 5 of 277

17.8 Price adjustment for the Works 75

17.9 Restrictions on price adjustment 93

17.10 Final Payment Statement 94

17.11 Discharge 94

17.12 Final Payment Certificate 95

17.13 Change in law 95

17.14 Correction of Interim Payment Certificates 95

17.15 Authority’s claims 95

17.16 Bonus for early completion 96

18 Insurance 97

18.1 Insurance for Works 97

18.2 Notice to the Authority 98

18.3 Evidence of Insurance Cover 98

18.4 Remedy for failure to insure 98

18.5 Waiver of subrogation 98

18.6 Contractor’s waiver 99

18.7 Cross liabilities 99

18.8 Accident or injury to workmen 99

18.9 Insurance against accident to workmen 99

18.10 Application of insurance proceeds 100

18.11 Compliance with policy conditions 100

Part V

Force Majeure and Termination

19 Force Majeure 103

19.1 Force Majeure 103

19.2 Non-Political Event 103

19.3 Indirect Political Event 104

19.4 Political Event 104

19.5 Duty to report Force Majeure Event 105

19.6 Effect of Force Majeure Event on the Agreement 105

19.7 Termination Notice for Force Majeure Event 106

19.8 Termination Payment for Force Majeure Event 107

19.9 Dispute resolution 107

19.10 Excuse from performance of obligations 107

20 Suspension of Contractor’s Rights 109

20.1 Suspension upon Contractor Default 109

20.2 Authority to act on behalf of Contractor 109

20.3 Revocation of Suspension 109

20.4 Termination 110

21 Termination 111

21.1 Termination for Contractor Default 111

Page 53: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 6 of 277

21.2 Termination for Authority Default 113

21.3 Termination for Authority’s convenience 114

21.4 Requirements after Termination 114

21.5 Valuation of Unpaid Works 114

21.6 Termination Payment 114

21.7 Other rights and obligations of the Parties 116

21.8 Survival of rights 116

PART VI

Other Provisions

22 Assignment and Charges 119

22.1 Restrictions on assignment and charges 119

22.2 Hypothecation of Materials or Plant 119

23 Liability and Indemnity 120

23.1 General indemnity 120

23.2 Indemnity by the Contractor 120

23.3 Notice and contest of claims 121

23.4 Defense of claims 121

23.5 No consequential claims 122

23.6 Survival on Termination 122

24 Dispute Resolution 123

24.1 Dispute Resolution 123

24.2 Conciliation 123

24.3 Arbitration 123

24.4 Adjudication by a tribunal 124

25 Miscellaneous 125

25.1 Governing law and jurisdiction 125

25.2 Waiver of immunity 125

25.3 Delayed payments 125

25.4 Waiver 126

25.5 Liability for review of Documents and Drawings 126

25.6 Exclusion of implied warranties etc. 126

25.7 Survival 126

25.8 Entire Agreement 127

25.9 Severability 127

25.10 No partnership 127

25.11 Third Parties 128

25.12 Successors and assigns 128

25.13 Notices 128

25.14 Language 129

25.15 Counterparts 129

25.16 Confidentiality 129

25.17 Copyright and Intellectual Property rights 129

25.18 Limitation of Liability 130

26 Definitions 131

26.1 Definitions 131

Page 54: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 7 of 277

Schedules

A Site of the Project 143

1 The Site 143

Annex-I: Site 144

Annex-II: Dates for providing Right of Way 150

Annex-III: Alignment Plans 153

Annex-IV: Environmental Clearances 154

B Development of the Railway Project 155

1 Development of the Railway Project 155

2 Specifications and Standards 155

Annex-I: Description of the Railway Project 156

C Project Facilities 195

1 Project Facilities 195

2 Description of Project Facilities 195

D Specifications and Standards 196

1 Construction 196

2 Design Standards 196

3 Latest Version 196

4 Terms used in Manuals 196

5 Absence of specific provisions 196

6 Alternative Specifications and Standards 197

Annex-I: Specifications and Standards for Construction 198

Annex-II: Time Schedule for review of drawings by the Authority 200

E Applicable Permits 204

1 Applicable Permits 204

F Form of Bank Guarantee 205

Annex-I: Form of Guarantee for Performance Security 205

Annex-II: Form of Guarantee for Withdrawal of Retention Money 209

Annex-III: Form of Guarantee for Advance payment 212

G Contract Price Weightages 215

H Drawings 246

1 Drawings 246

2 Additional drawings 246

Annex-I: List of Drawings 247

I Project Completion Schedule 250

1 Project Completion Schedule 250

2 Project Milestone-I 250

3 Project Milestone-II 250

4 Project Milestone-III 250

5 Scheduled Completion Date 250

6 Extension of time 251

J Tests on Completion 252

Page 55: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 8 of 277

1 Schedule for Tests 252

2 Tests 252

3 Agency for conducting Tests 253

4. Completion Certificate 253

K Provisional Certificate/ Completion Certificate 254

L Selection of Authority’s Engineer 256

1 Selection of Authority’s Engineer 256

2 Terms of Reference 256

Annex-I: Terms of Reference for Authority’s Engineer 257

M Forms of Payment Statements 262

1 Stage Payment Statement for Works 262

2 Contractor’s Claim for Damages 262

N Insurance 263

1 Insurance during Construction Period 263

2 Insurance for Contractor’s Defects Liability 263

3 Insurance against injury to persons and damage to property 263

4 Insurance to be in joint names 264

O Provision of Traffic Blocks and Power Blocks 265

P Machinery and equipment 266

Appendices

I List of bid specific clauses 270

A. Clauses with non-numerical footnotes 270

B. Clauses with curly { } brackets 270

C. Clauses with blank spaces 270

[II List of project specific clauses 272

A. Clauses with serially numbered footnotes 272

B. Clauses with square parenthesis] 272

Page 56: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 9 of 277

P R E A M B L E

Need for EPC contracts: Railways had hitherto been undertaking construction projects through the conventional

item rate contracts where the Authority provides the detailed design as well as the

estimates of quantities for different items of work (Bill of Quantities). Payments to the

contractor are made on the basis of measurements of the work done in respect of each

item. Experience in railway projects shows that item rate contracts are prone to

excessive time and cost overruns due to delays in design and drawing, variation in items

and quantities and inadequate fund provisions as allocation of construction risks are

largely to the Authority. Considerable time of Project Engineers is consumed in dealing

with variations in quantities, introduction of Non-Schedule Items and variation in

contract price. The growing requirements of the economy will necessitate faster expansion of the

freight network through new capacity creation. Considering that improved and

modernized project execution capabilities would be critical for speedy capacity creation,

it has been decided to adopt the Engineering, Procurement and Construction (EPC) mode

of contracting for construction of railway projects. On Indian Railways, EPC model has been used earlier in a limited way for constructing

some bridges on Jammu-Udhampur rail link. However, in railway sector, EPC model has

been extensively and successfully used by Delhi Metro Rail Corporation (DMRC) over the

years. Accordingly, the processes for design approval, supervision and monitoring etc.

have been suitably incorporated in the Model EPC Agreement as per the practices being

followed in DMRC. Model EPC Agreement: The aforesaid drawbacks of item rate contracting can be addressed by adopting the EPC

approach that relies on assigning the responsibility for investigations, design and

construction to the contractor for a lump sum price determined through competitive

bidding. The objective is to ensure implementation of the project to specified standards

with a fair degree of certainty relating to costs and time while transferring the

construction risks to the contractor. This Model EPC Agreement provides a contractual framework that specifies the

allocation of risks and rewards, equity of obligations between Authority and the

Contractor, precision and predictability of costs, force majeure, termination and dispute

resolution, apart from transparent and fair procedures. The Contractor also has full freedom to plan the construction schedule for efficient use

of its manpower, equipment and other resource while payments are linked to specified

stages of construction as compared to payment for individual items/units under the item

rate contract. Awarding contract for a lump sum price ensurespredictability and financial

discipline, both for the contractor and the Authority. The contract price is subject to

adjustment on account of price variation during the contract period as per specified

formula.

Page 57: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 10 of 277

Technical parameters: The Model EPC Agreement specifies the required design standards and allows the

Contractor to design and construct the project using best practices to achieve quality,

efficiency and economy as compared to the item rate contract that relies on a single

design provided by the Authority. Only the core requirements of design and construction of the railway project that have a

bearing on the quality and safety of assets are to be specified and enough room would

be left for the contractor to add value. This would provide the requisite flexibility to the

contractor in evolving and adopting the efficient designs without compromising on the

quality and safety. Contract period: The contract period is determined on a project-specific basis depending on the volume of

construction work involved. The Contractor shall be liable to pay Damages at the rate of

0.05 per cent for each day of delay beyond the specified date of completion, subject to

the total amount of Damages not exceeding 10 per cent of the Contract Price. However,

the Contractor shall be entitled to time extension arising out of delays on account of

change of scope and force majeure or delays caused by or attributable to the Authority. Selection of contractor: Selection of the contractor will be based on open competitive bidding. All project

parameters such as the contract period, price adjustments and technical parameters are

to be clearly stated upfront, and short-listed bidders will be required to specify only the

lump sum price for the railway project. The bidder who seeks the lowest payment should

win the contract.

Risk allocation: Projects risks such as soil conditions and weather or commercial and technical risks

relating to design and construction have been assigned to the Contractor. The Authority

accepts its liability to pay damages to the Contractor for any delays in handing over the

land, approvals from road authorities for road over-bridges/under-bridges at level

crossings, environment clearances, shifting of utilities and approvals in respect of

engineering scale plan, signaling interlocking plan and route control chart. Design and Construction: The EPC agreement specifies the dates on which different sections of the land will be

handed over to the Contractor. It defines the scope of the railway project with precision

and predictability to enable the Contractor to determine its costs and obligations. It also

lays down a ceiling of 10 per cent of contract price to cater for any changes in the scope

of project, the cost of which the Authority will bear. The Contractor shall carry out survey and investigations and also develop designs and

drawings in conformity with the specifications and standards laid down in the

Agreement. Authority’s engineer shall review the design and drawings to ensure that

these conform to the scope of the project, design standards and specifications. The EPC

agreement also stipulates provisions for quality control and quality assurance.

Page 58: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 11 of 277

Monitoring and Supervision: Monitoring and supervision of construction are proposed to be undertaken through

railway engineer to be designated as ‘Authority’s Engineer’. He would be assisted by

requisite organizational support for day-to-day interaction between the Authority and

the contractor. Typical organizational structure proposed to be followed for Authority’s

Engineer shall be in line with the organizational set up being followed by DMRC for

monitoring and supervision of their EPC contracts. The Authority’s Engineer will act as a

single window for coordination with the contractor. The Agreement provides for the schedule indicating the timeline within which Authority

will ensure the clearances of design proposals submitted by the contractor. Any

comment by the Authority on the design proposals submitted by the contractor will be

communicated in totality once in a time- bound manner as indicated in the schedule. The

contractor will be free to proceed with construction after the expiry of specified period in

case no remarks/clearances are given by the Authority. Milestone based payments:

A simple and rational method for estimating interim payments to the Contractor has

been provided in the Agreement. It ensures that payments are made for works

conforming to the Agreement and commensurate with the stages of completion of

works. Works have been broadly divided into three categories, namely, civil and track

works, signalling and telecommunication works and electrification works, which could be

taken together under a single project or separately under different projects. Each item of

work has been further sub-divided into stages and payment will be made for each

completed stage of work. A provision has been made for damages which the Contractor shall pay to Authority for

not achieving the prescribed milestones. Authority will pay bonus to the Contractor for

completion of the project before the scheduled completion date. Defects liability period:

Though normally a defects liability period of one year is specified in most contracts, a

defects liability period of two years has been specified in the Agreement in order to

provide additional comfort to the Authority. Termination dispute resolution:

In the event the Authority terminates the Agreement on account of any of the specified

defaults of the Contractor, the Agreement allows the Authority to forfeit the

performance security of the Contractor. Similarly, defaults by the Authority are proposed

to qualify for adequate compensatory payments to the contractor. The Agreement also

addresses issues relating to dispute resolution and provides a mechanism for the same.

*******

Page 59: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 12 of 277

Part I

Preliminary

Page 60: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 13 of 277

ENGINEERING, PROCUREMENT AND

CONSTRUCTION AGREEMENT THIS AGREEMENT is entered into on this the ……….. day of ………, 20….. BETWEEN The President of India, represented by Chief Project Director, Railway Electrification

Project, Jaipur, and having its principal offices at Old GM NWR Office, Hasanpura, Jaipur

junction-302006,(hereinafter referred to as the “Authority” which expression shall,

unless repugnant to the context or meaning thereof, include its administrators,

successors and assigns) of One Part;

AND

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

……………, (hereinafter referred to as the “Contractor” which expression

shall, unless repugnant to the context or meaning thereof, include its

successors and permitted assigns) of the Other Part. WHEREAS: (A) The Authority has the responsibility for Railway Electrification Project

between DELHI-SARAI ROHILLA-REWARI, ALWAR-BANDIKUI-JAIPUR-

PHULERA, PHULERA-MADAR of Northern &North Western Railway zone. (B) The Authority had resolved to undertake the Railway Electrification Project

between DELHI-SARAI ROHILLA-REWARI, ALWAR-BANDIKUI-JAIPUR-

PHULERA, PHULERA-MADAR of Northern & North Western Railway zone on

Engineering, Procurement, Construction (“EPC”) basis in accordance with

the terms and conditions to be set forth in an agreement to be entered

into.

(C) The Authority had accordingly invited proposals by its Request for

Qualification No. No. ELCORE/T/OHE/EPC/Gr. 182, 184 & 185 dated

10.11.2016(the “Request for Qualification” or “RFQ”) for short listing of

bidders for EPC of the above referred railway line and had shortlisted

certain bidders including, inter alia, the selected bidder. (D) The Authority had prescribed the technical and commercial terms and

conditions, and invited bids (the “Request for Proposals” or “RFP”) from

the bidders shortlisted pursuant to the RFQ for undertaking the Project. (E) After evaluation of the bids received, the Authority had accepted the bid of

the selected bidder and issued its Letter of Acceptance No. *** dated ***

(hereinafter called the “LOA”) to the selected bidder for construction of the

above railway line at the contract price specified hereinafter, requiring the

selected bidder to inter alia:

Page 61: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 14 of 277

(i) deliver to the Authority a legal opinion from the legal counsel of the

selected bidder with respect to the authority of the selected bidder

to enter into this Agreement and the enforceability of the provisions

thereof, within 10 (ten) days of the date of issue of LOA; and

(ii) execute this Agreement within 15 (fifteen) days of the date of issue

of LOA. (F) The Contractor has fulfilled the requirements specified in Recital (E) above; Now, therefore, in consideration of the foregoing and the respective covenants and

agreements set forth in this Agreement, the sufficiency and adequacy of which is

hereby acknowledged, the Authority hereby covenants to pay the Contractor, in

consideration of the obligations specified herein, the Contract Price or such other

sum as may become payable under the provisions of the Agreement at the times

and in the manner specified by the Agreement and intending to be legally bound

hereby, the Parties agree as follows:

Page 62: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 15 of 277

ARTICLE 1

DEFINITIONS AND INTERPRETATION

1.1 Definitions

The words and expressions beginning with capital letters and defined in this

Agreement (including those in Article 26) shall, unless the context otherwise

requires, have the meaning ascribed thereto herein, and the words and

expressions defined in the Schedules and used therein shall have the

meaning ascribed thereto in the Schedules. 1.2 Interpretation 1.2.1 In this Agreement, unless the context otherwise requires,

(a) references to any legislation or any provision thereof shall include

amendment or re-enactment or consolidation of such legislation or

any provision thereof so far as such amendment or re-enactment or

consolidation applies or is capable of applying to any transaction

entered into hereunder;

(b) references to laws of India or Indian law or regulation having the

force of law shall include the laws, acts, ordinances, rules,

regulations, bye laws or notifications which have the force of law in

the territory of India and as from time to time may be amended,

modified, supplemented, extended or re-enacted;

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

be construed as a reference to any individual, firm, company,

corporation, society, trust, government, state or agency of a state or

any association or partnership (whether or not having separate legal

personality) of two or more of the above and shall include

successors and assigns;

(d) the table of contents, headings or sub-headings in this Agreement

are for convenience of reference only and shall not be used in, and

shall not affect, the construction or interpretation of this

Agreement;

(e) the words “include” and “including” are to be construed without

limitation and shall be deemed to be followed by “without

limitation” or “but not limited to” whether or not they are followed

by such phrases;

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

otherwise requires, survey and investigation, design, developing,

engineering, procurement, supply of plant, materials, equipment,

labor, delivery, transportation, installation, processing, fabrication,

testing, and commissioning of the Railway Project, including

Page 63: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 16 of 277

maintenance during the Construction Period, removing of defects, if

any, and other activities incidental to the construction and

“construct” or “build” shall be construed accordingly; (g) references to “development” include, unless the context otherwise

requires, construction, renovation, refurbishing, augmentation, up-

gradation and other activities incidental thereto during the Construction

Period, and “develop” shall be construed accordingly; (h) any reference to any period of time shall mean a reference to that

according to Indian standard time; (i) any reference to day shall mean a reference to a calendar day; (j) reference to a “business day” shall be construed as reference to a day

(other than a Sunday) on which banks in the State are generally open for

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

the Gregorian calendar; (l) references to any date, period or Project Milestone shall mean and include

such date, period or Project Milestone as may be extended pursuant to this

Agreement; (m) any reference to any period commencing “from” a specified day or date and

“till” or “until” a specified day or date shall include both such days or dates;

provided that if the last day of any period computed under this Agreement

is not a business day, then the period shall run until the end of the next

business day; (n) the words importing singular shall include plural and vice versa; (o) references to any gender shall include the other and the neutral gender; (p) “lakh” means a hundred thousand (100,000) and “crore” means ten million

(10,000,000); (q) “indebtedness” shall be construed so as to include any obligation (whether

incurred as principal or surety) for the payment or repayment of money,

whether present or future, actual or contingent; (r) references to the “winding-up”, “dissolution”, “insolvency”, or

“reorganization” of a company or corporation shall be construed so as to

include any equivalent or analogous proceedings under the law of the

jurisdiction in which such company or corporation is incorporated or any

jurisdiction in which such company or corporation carries on business

including the seeking of liquidation, winding-up, reorganization, dissolution,

arrangement, protection or relief of debtors;

(s) save and except as otherwise provided in this Agreement, any reference, at

any time, to any agreement, deed, instrument, license or document of any

description shall be construed as reference to that agreement, deed,

Page 64: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 17 of 277

instrument, license or other document as amended, varied, supplemented,

modified or suspended at the time of such reference; provided that this

Sub-clause (s) shall not operate so as to increase liabilities or obligations of

the Authority hereunder or pursuant hereto in any manner whatsoever; (t) any agreement, consent, approval, authorization, notice, communication,

information or report required under or pursuant to this Agreement from or

by any Party or the Authority’s Engineer shall be valid and effective only if it

is in writing under the hand of a duly authorized representative of such

Party or the Authority’s Engineer, as the case may be, in this behalf and not

otherwise; (u) the Schedules and Recitals to this Agreement form an integral part of this

Agreement and will be in full force and effect as though they were expressly

set out in the body of this Agreement; (v) references to Recitals, Articles, Clauses, Sub-clauses, Provisos or Schedules

in this Agreement shall, except where the context otherwise requires, mean

references to Recitals, Articles, Clauses, Sub-clauses, Provisos and Schedules

of or to this Agreement; reference to an Annex shall, subject to anything to

the contrary specified therein, be construed as a reference to an Annex to

the Schedule in which such reference occurs; and reference to a Paragraph

shall, subject to anything to the contrary specified therein, be construed as

a reference to a Paragraph of the Schedule or Annex, as the case may be, in

which such reference appears; (w) the damages payable by either Party to the other of them, as set forth in

this Agreement, whether on per diem basis or otherwise, are mutually

agreed genuine pre-estimated loss and damage likely to be suffered and

incurred by the Party entitled to receive the same and are not by way of

penalty (the “Damages”); and (x) time shall be of the essence in the performance of the Parties’ respective

obligations. If any time period specified herein is extended for the reasons

specified in the Agreement, such extended time shall also be of the essence. 1.2.2 Unless expressly provided otherwise in this Agreement, any Documentation

required to be provided or furnished by the Contractor to the Authority

shall be provided free of cost and in three copies, and if the Authority is

required to return any such Documentation with its comments and/or

approval, it shall be entitled to retain two copies thereof. 1.2.3 The rule of construction, if any, that a contract should be interpreted

against the parties responsible for the drafting and preparation thereof,

shall not apply.

1.2.4 Any word or expression used in this Agreement shall, unless otherwise

defined or construed in this Agreement, bear its ordinary English meaning

and, for these purposes, the General Clauses Act, 1897 shall not apply. 1.3 Measurements and arithmetic conventions

All measurements and calculations shall be in the metric system and

Page 65: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 18 of 277

calculations done to 2 (two) decimal places, with the third digit of 5 (five) or

above being rounded up and below 5 (five) being rounded down. 1.4 Priority of agreements and errors/discrepancies

1.4.1 This Agreement, and all other agreements and documents forming part of

or referred to in this Agreement are to be taken as mutually explanatory

and, unless otherwise expressly provided elsewhere in this Agreement, the

priority of this Agreement and other documents and agreements forming

part hereof or referred to herein shall, in the event of any conflict between

them, be in the following order:

(a) this Agreement; and

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

to herein,

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

documents at (b). 1.4.2 Subject to the provisions of Clause 1.4.1, in case of ambiguities or

discrepancies within this Agreement, the following shall apply:

(a) between two or more Clauses of this Agreement, the provisions of a

specific Clause relevant to the issue under consideration shall prevail

over those in other Clauses;

(b) between the Clauses of this Agreement and the Schedules, the

Clauses shall prevail and between Schedules and Annexes, the

Schedules shall prevail;

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

prevail;

(d) between the written description on the Drawings and the

Specifications and Standards, the latter shall prevail;

(e) between the dimension scaled from the Drawing and its specific

written dimension, the latter shall prevail; and

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

shall prevail.

*******

Page 66: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 19 of 277

Part II

Scope of the Project

Page 67: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 20 of 277

ARTICLE 2

SCOPE OF THE PROJECT

2.1 Scope of the Project

Under this Agreement, the scope of the Project (the “Scope of the Project”)

shall mean and include:

(a) construction of the Railway Project on the Site set forth in Schedule-

A and as specified in Schedule-B together with provision of Project

Facilities as specified in Schedule-C, and in conformity with the

Specifications and Standards set forth in Schedule-D; and

(b) performance and fulfilment of all other obligations of the Contractor

in accordance with the provisions of this Agreement and matters

incidental thereto or necessary for the performance of any or all of

the obligations of the Contractor under this Agreement.

*******

Page 68: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 21 of 277

ARTICLE 3

OBLIGATIONS OF THE CONTRACTOR

3.1 Obligations of the Contractor 3.1.1 Subject to and on the terms and conditions of this Agreement, the

Contractor shall undertake the survey, investigation, design, engineering,

procurement, and construction of the Railway Project and observe, fulfil,

comply with and perform all its obligations set out in this Agreement or

arising hereunder. 3.1.2 The Contractor shall comply with all Applicable Laws and Applicable Permits

(including renewals as required) in the performance of its obligations under

this Agreement. 3.1.3 Save and except as otherwise provided in this Agreement or Applicable

Laws, as the case may be, the Contractor shall, in discharge of all its

obligations under this Agreement, conform with and adhere to Good

Industry Practice at all times. 3.1.4 The Contractor shall remedy any and all loss or damage to the Railway

Project, occurring on or after the Appointed Date and until the date of

Provisional Certificate, with respect to the Works completed prior to the

issuance of the Provisional Certificate and/or Completion Certificate, with

respect to the Works referred to in the Punch List, at its own cost, save and

except to the extent that any such loss or damage shall have arisen from

any default of the Authority or on account of a Force Majeure Event in

which case the provisions of Clause 19 shall apply. 3.1.5 The Contractor shall remedy any and all loss or damage to the Railway

Project during the Defects Liability Period at its own cost, to the extent that

such loss or damage shall have arisen out of the reasons specified in Clause

15.3. 3.1.6 The Contractor shall, at its own cost and expense, in addition to and not in

derogation of its obligations elsewhere set out in this Agreement:

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

Government Instrumentalities with such particulars and details as

may be required for obtaining Applicable Permits set forth in

Schedule-E and obtain and keep in force and effect such Applicable

Permits in conformity with Applicable Laws;

(b) procure, as required, the appropriate proprietary rights, licenses,

agreements and permissions for Materials, methods, processes,

know-how and systems used or incorporated into the Railway

Project;

(c) make reasonable efforts to maintain harmony and good industrial

relations among the personnel employed by it or its Sub-contractors

Page 69: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 22 of 277

in connection with the performance of its obligations under this

Agreement;

(d) ensure and procure that its Sub-contractors comply with all

Applicable Permits and Applicable Laws in the performance by them

of any of the Contractor’s obligations under this Agreement;

(e) always act in a manner consistent with the provisions of this

Agreement and not cause or fail to do any act, deed or thing,

whether intentionally or otherwise, which may in any manner be

violative of any of the provisions of this Agreement;

(f) support, cooperate with and facilitate the Authority in the

implementation and operation of the Project in accordance with the

provisions of this Agreement;

(g) ensure that the Contractor and its Sub-contractors comply with the

safety and welfare measures for labour in accordance with

Applicable Laws and Good Industry Practice;

(h) keep, on the Site, a copy of this Agreement, publications named in

this Agreement, the Drawings, Documents relating to the Project,

Change of Scope Orders and other communications sent under this

Agreement, and provide access to all these documents at all

reasonable times to the Authority’s Engineer and its authorized

personnel;

(i) cooperate with other contractors employed by the Authority and

with personnel of any other public authority; and

(j) not interfere unnecessarily or improperly with the convenience of

the public, or the access to and use and occupation of all the existing

facilities within the Right of Way, irrespective of whether they are

public or in the possession of the Authority or of others. 3.1.7 The Contractor shall undertake all necessary superintendence to plan,

arrange, direct, manage, inspect and test the Works. 3.2 Obligations relating to sub-contracts and any other agreements 3.2.1 The Contractor shall not sub-contract Works comprising more than 70%

(seventy per cent) of the Contract Price and shall carry out Works for at

least 30% (thirty per cent) of the total Contract Price directly under its own

supervision and through its own personnel. The Parties expressly agree that

for the purposes of computing the value of sub-contracts under this Clause

3.2.1, the Contract Price shall exclude any sub-contract for the procurement

of goods and equipment like rails, sleepers and track fittings, signalling and

telecommunication equipment, OHE equipment& fittings, PSI equipment&

fittings, SCADA equipment& Software, Cables & Switchgears/equipments in

General Services modification. The parties agree that all obligations and

liabilities under this agreement for entire Railway Project shall at all-time

remain with the Contractor. 3.2.2 In the event any sub-contract for Works, or the aggregate of such sub-

Page 70: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 23 of 277

contracts with any Sub-contractor, exceeds 5% (five per cent) of the

Contract Price, the Contractor shall communicate the name and particulars,

including the relevant experience of the sub-contractor, to the Authority

prior to entering into any such sub-contract. Provided, however, that in any

event the Contractor shall communicate the name and particulars to the

Authority for any sub-contract for signalling and/ or telecom including the

relevant experience prior to entering into any such sub-contract. The

Authority shall examine the particulars of the sub-contractor from the

national security and public interest perspective and may require the

Contractor, no later than 15 (fifteen) business days from the date of

receiving the communication from the Contractor, not to proceed with the

sub-contract, and the Contractor shall comply therewith and shall have no

claim whatsoever on this account. 3.2.3 Without prejudice to the provisions of Clause 3.2.2, in the event any sub-

contract referred to in Clause 3.2.2 relates to a sub-contractor who has,

over the preceding 3 (three) years, not undertaken at least one work of a

similar nature with a contract value exceeding 40% (forty per cent) of the

value of the sub-contract to be awarded hereunder and received payments

in respect thereof for an amount equal to at least 80% (eighty per cent) of

such contract, the Authority may, no later than 15 (fifteen) business days

from the date of receiving the communication from the Contractor, require

the Contractor not to proceed with such sub-contract, and the Contractor

shall comply therewith. 3.2.4 It is expressly agreed that the Contractor shall, at all times, be responsible

and liable for all its obligations under this Agreement notwithstanding

anything contained in the agreements with its Sub-contractors or any other

agreement that may be entered into by the Contractor, and no default

under any such agreement shall excuse the Contractor from its obligations

or liability hereunder. 3.3 Employment of foreign nationals

The Contractor acknowledges, agrees and undertakes that employment of

foreign personnel by the Contractor and/or its Sub-contractors and their

sub-contractors shall be subject to grant of requisite regulatory permits and

approvals including employment/residential visas and work permits, if any

required, and the obligation to apply for and obtain the same shall and will

always be of the Contractor. Notwithstanding anything to the contrary

contained in this Agreement, refusal of or inability to obtain any such

permits and approvals by the Contractor or any of its Sub-contractors or

their sub-contractors shall not constitute Force Majeure Event, and shall not

in anymanner excuse the Contractor from the performance and discharge

of its obligations and liabilities under this Agreement. 3.4 Contractor’s personnel

3.4.1 The Contractor shall ensure and procure that the personnel engaged by it

or by its Sub-contractors for performance of its obligations under this

Agreement are at all times appropriately qualified, skilled and

Page 71: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 24 of 277

experienced in their respective functions including in conformity with

Applicable Laws including the Indian Railway General and Subsidiary

Rules, the Indian Electricity Rules, and Good Industry Practice. 3.4.2 The Authority’s Engineer may, for reasons to be specified in writing, direct

the Contractor to remove any member of the Contractor’s or Sub-

contractor’s personnel from the Railway Project. Provided that any such

direction issued by the Authority’s Engineer shall specify the reasons for

the removal of such person. 3.4.3 The Contractor shall, on receiving a direction from the Authority’s

Engineer under the provisions of Clause 3.4.2, ensure and procure the

removal of such person or persons from the Railway Project with

immediate effect. The Contractor shall further ensure that such persons

have no further connection with the Railway Project. 3.5 Advertisement on Railway Project

The Contractor shall not use the Railway Project or any part thereof in any

manner for branding or advertising purposes including for advertising any

commercial product or services or companies. 3.6 Contractor's care of the Works

The Contractor shall bear full risk in and take full responsibility for the care

of Works, and of Materials, goods and equipment for incorporation therein,

on and from the Appointed Date and until the date of Provisional

Certificate, with respect to the Works completed prior to the issuance of

the Provisional Certificate and/or Completion Certificate, with respect to

the Works referred to in the Punch List, save and except to the extent that

any such loss or damage shall have arisen from any default or neglect of the

Authority.

3.7 Electricity, water and other services

The Contractor shall be responsible for procuring of all power, water and

other services that it may require for the Railway Project. 3.8 Unforeseeable difficulties

Except as otherwise specified in the Agreement:

(a) the Contractor accepts complete responsibility for having foreseen

all difficulties and costs of successfully completing the Works;

(b) the Contract Price shall not be adjusted to take account of any

unforeseen difficulties or costs; and

(c) the Scheduled Completion Date shall not be adjusted to take

account of any unforeseen difficulties or costs.

For the purposes of this Clause, unforeseeable difficulties include physical

conditions like man-made or natural physical conditions including sub-

Page 72: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 25 of 277

surface and hydrological conditions which the Contractor encounters at the

Site during execution of the Works. 3.9 Training of Authority’s personnel 3.9.1 The Contractor shall provide and complete the training to the personnel of

the Authority in diagnostic, trouble shooting, repairing, operation and

maintenance of OHE, PSI,signalling and telecommunication equipment. The

number of persons to be trained shall not exceed 10 (Ten) and the period of

training shall be for a period of 4 (Four) weeks. The training shall be

completed before the issuance of the Provisional Certificate/ Completion

Certificate. 3.9.2 The Contractor shall provide training to the personnel of the Authority in

SCADA. The number of persons to be trained shall not exceed 6 (six) and the

period of training shall be at least 02 (two) weeks. The training shall be

completed before the issuance of the Provisional Certificate/ Completion

Certificate. 3.10 Safety at work site

The Contractor and its sub-contractors shall follow the safety instructions

and take all safety measures for workmen and vehicles plying in the work

area in accordance with Applicable Laws, Good Industry Practice and the

provisions of this Agreement.

*******

Page 73: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 26 of 277

ARTICLE 4

OBLIGATIONS OF THE AUTHORITY

4.1 Obligations of the Authority 4.1.1 The Authority shall, at its own cost and expense, undertake, comply with

and perform all its obligations set out in this Agreement or arising

hereunder. 4.1.2 The Authority shall be responsible for the correctness of the Scope of the

Project, Project Facilities, Specifications and Standards and the criteria for

Testing of the completed Works. 4.1.3 The Authority shall, upon receiving the Performance Security under Clause

7.1.1, provide to the Contractor:

(a) the Right of Way in accordance with the provisions of Clauses 8.2

and 8.3 on no less than 90% (ninety per cent) of the total length of

the Railway Project;

(b) all environmental and forest clearances as required under Clause

4.3; and

(c) deleted 4.1.4 In the event that (i) the Authority does not procure fulfilment of any or all

of the obligations set forth in Clause 4.1.3 within the period specified in

respect thereof, and (ii) the delay has not occurred as a result of breach of

this Agreement by the Contractor or due to Force Majeure, the Authority

shall pay to the Contractor Damages in a sum calculated in accordance with

the provisions of Clause 8.3 of this Agreement and Time Extension in

accordance with the provisions of Clause 10.4. 4.1.5 Notwithstanding anything to the contrary contained in this Agreement, the

Parties expressly agree that the aggregate Damages payable under Clauses

4.1.4, 4.4.3, 8.3 and 9.2 shall not exceed 2.5% (two point five per cent) of

the Contract Price. For the avoidance of doubt, the Damages payable by the

Authority under the aforesaid Clauses shall not be additive if they arise

concurrently from more than one cause but relate to the same part of the

Railway Project. 4.1.6 The Authority agrees to provide support to the Contractor and undertakes

to observe, comply with and perform, subject to and in accordance with the

provisions of this Agreement and Applicable Laws, the following:

(a) upon written request from the Contractor, and subject to the

Contractor complying with Applicable Laws, provide reasonable

support to the Contractor in procuring Applicable Permits required

from any Government Instrumentality for implementation of the

Project;

Page 74: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 27 of 277

(b) upon written request from the Contractor, provide reasonable

assistance to the Contractor in obtaining access to all necessary

infrastructure facilities and utilities, including water and electricity at

rates and on terms no less favourable than those generally available

to commercial customers receiving substantially equivalent services;

(c) procure that no barriers that would have a material adverse effect

on Works are erected or placed on or about the Railway Project by

any Government Instrumentality or persons claiming through or

under it, except for reasons of Emergency, national security or law

and order;

(d) not do or omit to do any act, deed or thing which may in any manner

be violative of any of the provisions of this Agreement;

(e) support, cooperate with and facilitate the Contractor in the

implementation of the Project in accordance with the provisions of

this Agreement; and

(f) upon written request from the Contractor and subject to the

provisions of Clause 3.3, provide reasonable assistance to the

Contractor and any expatriate personnel of the Contractor or its

Sub-contractors to obtain applicable visas and work permits for the

purposes of discharge by the Contractor or its Sub-contractors of

their obligations under this Agreement and the agreements with the

Sub-contractors. 4.2 Maintenance and operation of the existing facilities

The Authority shall undertake the maintenance of the facilities existing prior

to the Appointed Date including railway lines, bridges, structures, electrical,

signalling and communications works within the Right of Way. 4.3 Environmental and Forest Clearances

The Authority represents and warrants that the environmental and forest

clearances required for construction of the Project have been procured by

the Authority prior to the Bid Due Date, save and except for sections of the

Railway Project which do not exceed 10% (ten per cent) of the total length

thereof. The Authority agrees and undertakes that the environmental and

forest clearances for such sections, if any, shall be procured by the

Authority no later than 60 (sixty) days from the Appointed Date. In the

event of any delay beyond such 60 (sixty) days, the Contractor shall be

entitled to Time Extension for the period of such delay in accordance with

the provisions of Clause 10.4 of this Agreement and shall also be entitled to

Damages calculated as if the Right of Way for and in respect of such

sections of the Railway Project has not been provided in accordance with

the provisions of Clause 8.2 and as a consequence thereof, the Contractor

shall be entitled to Damages under and in accordance with the provisions of

Clause 8.3. For the avoidance of doubt, the present status of environmental

and forest clearances is specified in Schedule-A.

Page 75: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 28 of 277

4.4 Machinery and equipment 4.4.1 The Authority shall upon receiving a request from the Contractor, provide

the machinery and equipment specified in Schedule P on payment of hire

charges at the monthly rates specified therein. The Parties agree that the

monthly rate for each machine or equipment shall be inclusive of fuel and

all other operating charges, which shall be converted into daily rates taking

a month comprising 25 (twenty five) working days. The Parties further agree

that for each machinery or equipment:

(a) The charges shall be payable for a day even if a machine or equipment is

used for less than 8 (eight) hours, so long as it has been placed at the

disposal of the Contractor and has not been withdrawn;

(b) the daily rates shall be computed for a shift of 8 (eight) hours taken as

one day. By way of illustration, if the machinery or equipment is used

for 16 (sixteen) hours on any day, the charges payable shall be equal to

twice the daily rate; and

(c) for any machinery or equipment which can be used only during the

period of a Power Block or Traffic Block, no payment shall be due or

payable for the day on which such block is not provided to the

Contractor.Open wagons and Ordinary passenger coaches for the

purpose of formation of Reel Wagons and Deck Coaches for the

stringing of catenary and/or contact wire, will be provided free of

cost.Time taken during transportation of material shall not be computed

for the purpose of charges payable by Contractor as specified in sub

clause 4.4.1 (a) & (b) above.

4.4.2 The Contractor shall by notice of at least three weeks convey to the

Authority particulars of the machinery and equipment required for each day

of the following one month. 4.4.3 In the event that the Authority does not provide any machinery and

equipment at the designated time in pursuance of the provisions of Clause

4.4.1, the Contractor shall be entitled to Damages in an amount equal twice

the rates specified in Schedule-P. Provided further that the Contractor shall

be entitled to Time Extension in accordance with the provisions of Clause

10.4 if the number of days for which the machinery has not been provided

continuously exceeds 7 (seven) and/ or the total number of days of not

providing the machinery exceed 15 (fifteen) days in a period of 03 months. 4.5 Electricity transmission lines - Deleted 4.6 Disconnection for modification of existing signalling and

telecommunication works

The Contractor shall upon completion and testing of a particular subsystem

for modification in the existing signalling and telecommunication system at

railway stations, level crossing gates and interlocked sections, inform the

Authority’s Engineer by notice of at least one week of its readiness for

commissioning and the Authority’s Engineer shall obtain the requisite

Page 76: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 29 of 277

approvals from the Authority for the required disconnections within a

period of 10 (ten) days of the notice. The Contractor shall ensure that there

is no interruption/ disturbance to operational circuits in such cases of

modification of signalling and telecom systems. 4.7 Provision of Power Blocks and Traffic Blocks

4.7.1 The Authority shall provide Power Block or Traffic Block or both to enable

the Contractor to undertake the construction of overhead equipment, or

such other work as may be determined by the Authority’s Engineer. 4.7.2 The Contractor shall, in consultation with the Authority’s Engineer, submit a

weekly programme of Blocks, commencing from Monday, with a notice of

at least 1 (one) week and the Authority’s Engineer shall convey the

approved weekly programme to the Contractor no less than 3 (three) days

prior to the start of such week. 4.7.3 The minimum period for which a Power Block or Traffic Block shall be

provided to the Contractor shall not be less than two hours, period being

counted from the time the track is placed at the disposal of the Contractor

and until it is cleared by the Contractor. Provided, however, that a Power

Block or Traffic Block, as the case may be, of shorter duration may be

provided with mutual consent of the Parties. 4.7.4 The aggregate period of Power Block and Traffic Block to be provided to the

Contractor during the Construction Period is specified in Schedule-O. The

Contractor shall organize its work so as to complete all Construction Works

within such aggregate period. 4.7.5 In the event of any change in the schedule of Power Block or Traffic Block or

both, as the case may be, the Authority shall inform the Contractor by a

notice of not less than 24 (twenty four) hours. Provided, however, that no

such notice shall be required in case of a breakdown, accident, law and

order disturbance, natural calamity or any other unusual occurrence or

Emergency. 4.7.6 In the event a Power Block or Traffic Block, as the case may be, is not

provided for any day in accordance with the confirmed programme, the

Contractor shall be compensated by providing an additional Power Block or

Traffic Block of equal time during the same week or the following week. The

Parties expressly agree that in the event of any default in providing such

additional blocks for compensating the Contractor, the Authority shall pay

to the Contractor Damages at the rate of Rs.1,000 (Rupees one thousand)

per day for each hour which has not been provided as required hereunder

and until such hour is provided during any of the 6 (six) following weeks. 4.7.7 The Contractor shall be entitled to undertake the Construction Works

within the aggregate period specified in Schedule-O. Provided, however,

that in the event the aggregate period utilized by the Contractor exceeds

the period specified in Schedule-O, the Contractor shall pay to the Authority

hourly charges at the rate specified therein.

*******

Page 77: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 30 of 277

ARTICLE 5

REPRESENTATIONS AND WARRANTIES

5.1 Representations and warranties of the Contractor

The Contractor represents and warrants to the Authority that:

(a) it is duly organized and validly existing under the laws of India, and

has full power and authority to execute and perform its obligations

under this Agreement and to carry out the transactions

contemplated hereby;

(b) it has taken all necessary corporate and other actions under

Applicable Laws to authorize the execution and delivery of this

Agreement and to validly exercise its rights and perform its

obligations under this Agreement;

(c) this Agreement constitutes its legal, valid and binding obligation,

enforceable against it in accordance with the terms hereof, and its

obligations under this Agreement will be legally valid, binding and

enforceable obligations against it in accordance with the terms

hereof;

(d) it is subject to the laws of India, and hereby expressly and

irrevocably waives any immunity in any jurisdiction in respect of this

Agreement or matters arising thereunder including any obligation,

liability or responsibility hereunder;

(e) the information furnished in the Bid and as updated on or before the

date of this Agreement is true and accurate in all respects as on the

date of this Agreement;

(f) the execution, delivery and performance of this Agreement will not

conflict with, result in the breach of, constitute a default under, or

accelerate performance required by any of the terms of its

memorandum and articles of association or any Applicable Laws or

any covenant, contract, agreement, arrangement, understanding,

decree or order to which it is a party or by which it or any of its

properties or assets is bound or affected;

(g) there are no actions, suits, proceedings, or investigations pending

or, to its knowledge, threatened against it at law or in equity before

any court or before any other judicial, quasi-judicial or other

authority, the outcome of which may result in the breach of this

Agreement or which individually or in the aggregate may result in

any material impairment of its ability to perform any of its

obligations under this Agreement;

(h) it has no knowledge of any violation or default with respect to any

order, writ, injunction or decree of any court or any legally binding

order of any Government Instrumentality which may result in any

Page 78: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 31 of 277

material adverse effect on its ability to perform its obligations under

this Agreement and no fact or circumstance exists which may give

rise to such proceedings that would adversely affect the

performance of its obligations under this Agreement;

(i) it has complied with Applicable Laws in all material respects and has

not been subject to any fines, penalties, injunctive relief or any other

civil or criminal liabilities which in the aggregate have or may have a

material adverse effect on its ability to perform its obligations under

this Agreement;

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

document furnished by it to the Authority or to any Government

Instrumentality in relation to Applicable Permits contains or will

contain any untrue or misleading statement of material fact or omits

or will omit to state a material fact necessary to make such

representation or warranty not misleading;

(k) no sums, in cash or kind, have been paid or will be paid, by it or on

its behalf, to any person by way of fees, commission or otherwise for

securing the contract or entering into this Agreement or for

influencing or attempting to influence any officer or employee of the

Authority in connection therewith;

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

Consortium} in response to the Request for Qualification and

Request for Proposals or otherwise, is to the best of its knowledge

and belief, true and accurate in all material respects; and

(m) nothing contained in this Agreement shall create any contractual

relationship or obligation between the Authority and any Sub-

contractors, designers, consultants or agents of the Contractor. 5.2 Representations and warranties of the Authority

The Authority represents and warrants to the Contractor that:

(a) it has full power and authority to execute, deliver and perform its

obligations under this Agreement and to carry out the transactions

contemplated herein and that it has taken all actions necessary to

execute this Agreement, exercise its rights and perform its

obligations, under this Agreement;

(b) it has taken all necessary actions under Applicable Laws to authorize

the execution, delivery and performance of this Agreement;

(c) it has the financial standing and capacity to perform its obligations

under this Agreement;

(d) this Agreement constitutes a legal, valid and binding obligation

enforceable against it in accordance with the terms hereof;

(e) it has no knowledge of any violation or default with respect to any

Page 79: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 32 of 277

order, writ, injunction or any decree of any court or any legally

binding order of any Government Instrumentality which may result

in any material adverse effect on the Authority’s ability to perform

its obligations under this Agreement;

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

(g) it has good and valid right to the Site and has the power and

authority to grant the Right of Way in respect thereof to the

Contractor; and

(h) it shall have procured, as on the Appointed Date, Right of Way and

environment clearances such that the Contractor can commence

construction forthwith on 90% (ninety per cent) of the total length

of the Railway Project. 5.3 Disclosure

In the event that any occurrence or circumstance comes to the attention of

either Party that renders any of its aforesaid representations or warranties

untrue or incorrect, such Party shall immediately notify the other Party of

the same. Such notification shall not have the effect of remedying any

breach of the representation or warranty that has been found to be untrue

or incorrect nor shall it adversely affect or waive any obligation of either

Party under this Agreement.

*******

Page 80: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 33 of 277

ARTICLE 6

DISCLAIMER

6.1 Disclaimer 6.1.1 The Contractor acknowledges that prior to the execution of this Agreement,

the Contractor has, after a complete and careful examination, made an

independent evaluation of the Request for Qualification, Request for

Proposals, Scope of the Project, Specifications and Standards, Site, local

conditions, physical qualities of ground, subsoil and geology, traffic

volumes, suitability and availability of access routes to the Site and all

information provided by the Authority or obtained, procured or gathered

otherwise, and has determined to its satisfaction the accuracy or otherwise

thereof and the nature and extent of difficulties, risks and hazards as are

likely to arise or may be faced by it in the course of performance of its

obligations hereunder. Save as provided in Clause 4.1.2 and Clause 5.2, the

Authority makes no representation whatsoever, express, implicit or

otherwise, regarding the accuracy, adequacy, correctness, reliability and/or

completeness of any assessment, assumptions, statement or information

provided by it and the Contractor confirms that it shall have no claim

whatsoever against the Authority in this regard. 6.1.2 The Contractor acknowledges and hereby accepts to have satisfied itself as

to the correctness and sufficiency of the Contract Price. 6.1.3 The Contractor acknowledges and hereby accepts the risk of inadequacy,

mistake or error in or relating to any of the matters set forth in Clause 6.1.1

above and hereby acknowledges and agrees that the Authority shall not be

liable for the same in any manner whatsoever to the Contractor, or any

person claiming through or under any of them, and shall not lead to any

adjustment of Contract Price or Scheduled Completion Date. 6.1.4 The Parties agree that any mistake or error in or relating to any of the

matters set forth in Clause 6.1.1 above shall not vitiate this Agreement, or

render it voidable. 6.1.5 In the event that either Party becomes aware of any mistake or error

relating to any of the matters set forth in Clause 6.1.1 above, that Party

shall immediately notify the other Party, specifying the mistake or error. 6.1.6 Except as otherwise provided in this Agreement, all risks relating to the

Project shall be borne by the Contractor; and the Authority shall not be

liable in any manner for such risks or the consequences thereof.

*******

Page 81: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 34 of 277

Part III

Construction

Page 82: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 35 of 277

ARTICLE 7

PERFORMANCE SECURITY 7.1 Performance Security

7.1.1 The Contractor shall, for the performance of its obligations hereunder,

provide to the Authority, within 15 (fifteen) days of the date of this

Agreement, an irrevocable and unconditional guarantee, for an amount

equal to 5% (five per cent) of the Contract Price, from a Bank in the form set

forth in Annex-I of Schedule-F (the “Performance Security”). The

Performance Security shall be valid until 60 (sixty) days of the expiry of the

Defects Liability Period specified in Clause 15.1.1. Until such time the

Performance Security is provided by the Contractor pursuant hereto and

the same comes into effect, the Bid Security shall remain in force and effect,

and upon such provision of the Performance Security, the Authority shall

release the Bid Security to the Contractor. For the avoidance of doubt, the

Parties expressly agree that the Contractor shall provide, no later than 30

(thirty) days prior to the expiry of the Performance Security for the Defects

Liability Period specified in Clause 15.1.1, a Performance Security in respect

of the extended Defects Liability Period, as specified in Clause 15.1.2, for an

amount equal to 5% (five per cent) of the estimated cost of the Structures,

Important Bridges, if any, comprising a new technology not currently in use

in the Railways and the interlocking and telecom switching equipment as

specified in Schedule B. 7.1.2 Notwithstanding anything to the contrary contained in this Agreement, the

Parties agree that in the event of failure of the Contractor to provide the

Performance Security in accordance with the provisions of Clause 7.1.1 and

within the time specified therein or such extended period as may be

provided by the Authority, in accordance with the provisions of Clause

7.1.3, the Authority may encash the Bid Security and appropriate the

proceeds thereof as Damages, and thereupon all rights, privileges, claims

and entitlements of the Contractor under or arising out of this Agreement

shall be deemed to have been waived by, and to have ceased with the

concurrence of the Contractor, and this Agreement shall be deemed to have

been terminated by mutual agreement of the Parties. 7.1.3 In the event the Contractor fails to provide the Performance Security within

15 (fifteen) days of the date of this Agreement, it may seek extension of

time for a period not exceeding a further 15 (fifteen) days on payment of

Damages for such extended period in a sum calculated at the rate of 0.05%

(zero point zero five per cent) of the Contract Price for each day until the

Performance Security is provided. 7.2 Extension of Performance Security

The Contractor may initially provide the Performance Security for a period

of 2 (two) years; provided that it shall procure the extension of the validity

of the Performance Security, as necessary, at least 2 (two) months prior to

the date of expiry thereof. Upon the Contractor providing an extended

Performance Security, the previous Performance Security shall be deemed

Page 83: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 36 of 277

to be released and the Authority shall return the same to the Contractor

within a period of 7 (seven) business days from the date of submission of

the extended Performance Security. 7.3 Appropriation of Performance Security 7.3.1 Upon occurrence of a Contractor Default, the Authority shall, without

prejudice to its other rights and remedies hereunder or in law, be entitled

to encash and appropriate from the Performance Security the amounts due

to it as Damages for the Contractor Default. 7.3.2 Upon such encashment and appropriation from the Performance Security,

the Contractor shall, within 30 (thirty) days thereof, replenish, in case of

partial appropriation, to its original level the Performance Security, and in

case of appropriation of the entire Performance Security provide a fresh

Performance Security, as the case may be, and the Contractor shall, within

the time so granted, replenish or furnish fresh Performance Security as

aforesaid failing which the Authority shall be entitled to terminate the

Agreement in accordance with Article 21. Upon such replenishment or

furnishing of a fresh Performance Security, as the case may be, the

Contractor shall be entitled to an additional Cure Period of 30 (thirty) days

for remedying the Contractor Default, and in the event of the Contractor

not curing its default within such Cure Period, the Authority shall be entitled

to encash and appropriate such Performance Security as Damages, and to

terminate this Agreement in accordance with Article 21. 7.4 Release of Performance Security

The Authority shall release the Performance Security within 60 (sixty) days

of the expiry of the Defects Liability Period or the extended Defects Liability

Period, as the case may be, under this Agreement. Notwithstanding the

aforesaid, the Parties agree that the Authority shall not be obliged to

release the Performance Security until all Defects identified during the

Defects Liability Period or the extended Defects Liability Period, as the case

may be, have been rectified. 7.5 Retention Money 7-5-1 From every payment for Works due to the Contractor in accordance with the

provisions of Clause 17.5, the Authority shall deduct 6% (six per cent)

thereof as guarantee money for performance of the obligations of the

Contractor during the Construction Period (the “Retention Money”) subject

to the condition that the maximum amount of Retention Money shall not

exceed 5% (five per cent) of the Contract Price. 7.5.2 Upon occurrence of a Contractor’s Default, the Authority shall, without

prejudice to its other rights and remedies hereunder or in law, be entitled

to appropriate the relevant amounts from the Retention Money as

Damages for such Contractor’s Default. 7.5.3 The Contractor may, upon furnishing an irrevocable and unconditional bank

guarantee substantially in the form provided at Annex-II of Schedule-F,

require the Authority to refund the Retention Money deducted by the

Page 84: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 37 of 277

Authority under the provisions of Clause 7.5.1. Provided that the refund

hereunder shall be made in tranches of not less than 1% (one per cent) of

the Contract Price. 7.5.4 Within 15 (fifteen) days of the date of issue of the Completion Certificate,

the Authority shall discharge the bank guarantees, if any, furnished by the

Contractor under the provisions of Clause 7.5.3 and refund the balance of

Retention Money remaining with the Authority after adjusting the amounts

appropriated under the provisions of Clause 7.5.2 and the amounts

refunded under the provisions of Clause 7.5.3. 7.5.5 The Parties agree that in the event of Termination of this Agreement, the

Retention Money and the bank guarantees specified in this Clause 7.5 shall

be treated as if they are Performance Security and shall be reckoned as

such for the purposes of Termination Payment under Clause 21.6.

*******

Page 85: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 38 of 277

ARTICLE 8

RIGHT OF WAY

8.1 The Site

The site of the Railway Project (the “Site”) shall comprise the site described

in Schedule-A in respect of which the Right of Way shall be provided by the

Authority to the Contractor. The Authority shall be responsible for:

(a) acquiring and providing Right of Way on the Site in accordance with

the alignment, electrification sectioning diagram finalised by the

Authority, free from all encroachments and encumbrances, and free

access thereto for the execution of this Agreement; and

(b) obtaining environment clearance and forest clearance for the

Railway Project. 8.2 Procurement of the Site 8.2.1 The Authority Representative and the Contractor shall, within 15 (fifteen)

days of providing the Performance Security by the Contractor in accordance

with the provisions of Clause 7.1, inspect the Site and prepare a

memorandum containing an inventory of the Site including the vacant and

unencumbered land, buildings, structures, road/ railway works, trees and

any other immovable property on or attached to the Site. Subject to the

provisions of Clause 8.2.3, such memorandum shall have appended thereto

an appendix (the “Appendix”) specifying in reasonable detail those parts of

the Site to which vacant access and Right of Way has not been given to the

Contractor. Signing of the memorandum, in 2 (two) counterparts (each of

which shall constitute an original), by the authorised representatives of the

Parties shall be deemed to constitute a valid evidence of giving the Right of

Way to the Contractor for discharging its obligations under and in

accordance with the provisions of this Agreement and for no other purpose

whatsoever.

For the avoidance of doubt, the Parties agree that subject to the provisions

of Clauses 8.2.2 and 8.2.3, whenever the Authority is ready to provide Right

of Way for any part or parts of the Site included in the Appendix, it shall by

notice inform the Contractor, of the proposed date and time when the

Authority Representative and the Contractor shall inspect the specified

parts of the Site, and prepare a memorandum which shall be deemed to

constitute a valid evidence of giving such Right of Way to the Contractor in

accordance with the provisions of this Clause 8.2.1. 8.2.2 Notwithstanding anything to the contrary contained in this Clause 8.2, the

Authority shall specify the parts of the Site, if any, for which Right of Way

shall be provided to the Contractor on the dates specified in Schedule-A.

Such parts shall also be included in the Appendix prepared in pursuance of

Clause 8.2.1. For the avoidance of doubt, the Parties expressly agree that

the

Page 86: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 39 of 277

Appendix shall in no event contain Sections of the Railway Project the

cumulative length of which exceeds 10% (ten per cent) of the total length of

the Railway Project. 8.2.3 The Authority shall provide the Right of Way to the Contractor, in respect of

the land included in the Appendix, by the date specified in Schedule-A for

each part of the Site referred to therein, but in no case later than 180 (one

hundred and eighty) days of the Appointed Date, and in the event of delay

for any reason other than Force Majeure or breach of this Agreement by

the Contractor, it shall pay to the Contractor, Damages in a sum calculated

in accordance with Clause 8.3. 8.3 Damages for delay in handing over the Site 8.3.1 In the event the Right of Way to any part of the Site is not provided by the

Authority on or before the date(s) specified in Clause 8.2 for any reason

other than Force Majeure or breach of this Agreement by the Contractor,

the Authority shall pay Damages to the Contractor in a sum calculated in

accordance with the following formula for and in respect of those parts of

the Site to which the Right of Way has not been provided:

Amount of Damages in Rs. per day per metre = 0.10 x C x 1/L x 1/N

Where

C = the Contract Price; L = length of the Railway Project in metres; and N =

Completion period in days (Appointed Date to Scheduled Completion Date)

In the event that any Damages are due and payable to the Contractor under

the provisions of this Clause 8.3.1 for delay in providing the Right of Way,

the Contractor shall, subject to the provisions of Clause 10.4, be entitled to

Time Extension equal to the period for which the Damages have become

due and payable under this Clause 8.3.1, save and except that:

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

additive; and

(b) such Time Extension shall be restricted only to the Works which are

affected by the delay in providing the Right of Way.

For the avoidance of doubt, the Parties expressly agree that the Damages

specified hereunder and the Time Extension specified in Clause 10.4 shall be

restricted only to failure of the Authority to provide the Right of Way for

and in respect of the width of the Site required for Works in accordance

with the Good Industry Practice. 8.3.2 Notwithstanding anything to the contrary contained in this Agreement, the

Contractor expressly agrees that Works on all parts of the Site for which

Right of Way is granted within 180 (one hundred and eighty) days of the

Appointed Date, or with respect to the parts of the Site provided in

Schedule-A, no later than the date(s) specified therein, as the case may be,

shall be completed before the Scheduled Completion Date and shall not

Page 87: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 40 of 277

qualify for any Time Extension under the provisions of Clause 8.3.1. 8.3.3 Notwithstanding anything to the contrary contained in this Agreement, the

Authority may at any time withdraw any part of the Right of Way and the

Works forming part of this Agreement, subject to such Works not exceeding

an aggregate value, such value to be determined in accordance with

Schedule-G, equal to 10% (ten per cent) of the Contract Price.

Provided that if Right of Way has not been provided within 240 (two

hundred and forty) days of the Appointed Date, for commencing

construction on any part of the Site included in the Appendix, the affected

Works shall be deemed to be withdrawn under the provisions of this Clause

8.3.3 unless the Parties agree to the contrary, and such Works shall not be

computed for the purposes of the aforesaid ceiling of 10% (ten per cent) of

the Contract Price hereunder. For the avoidance of doubt, the Parties agree

that such deemed withdrawal of Works hereunder shall be without

prejudice to the Contractor’s entitlement to Damages under Clauses 4.1.4,

8.3 and 9.2. 8.3.4 In the event of withdrawal of Works under Clause 8.3.3, including deemed

withdrawal of Works, the Contract Price shall be reduced by an amount

equal to 90% (ninety per cent) of the value of the Works withdrawn and the

Contractor shall not be entitled to any other compensation or Damages for

the withdrawal of Works, including their deemed withdrawal, save and

except for Damages as provided under Clause 4.3.

Provided that if any Works are withdrawn after commencement of the

Construction of such Works, the Authority shall pay to the Contractor 110%

(one hundred and ten per cent) of the fair value of the work done, as

assessed by the Authority’s Engineer: 8.4 Site to be free from Encumbrances

Subject to the provisions of Clause 8.2, the Site shall be made available by

the Authority to the Contractor pursuant hereto free from all Encumbrances

and occupations and without the Contractor being required to make any

payment to the Authority on account of any costs, compensation, expenses

and charges for the acquisition and use of such Site for the duration of the

Project Completion Schedule. For the avoidance of doubt, it is agreed that

the existing rights of way, easements, privileges, liberties and

appurtenances to the Site shall not be deemed to be Encumbrances. It is

further agreed that, unless otherwise specified in this Agreement, the

Contractor accepts and undertakes to bear any and all risks arising out of

the inadequacy or physical condition of the Site. 8.5 Protection of Site from encroachments

On and after signing the memorandum and/or subsequent memorandum

referred to in Clause 8.2.1, and until the issue of the Provisional Certificate,

the Contractor shall maintain a round-the-clock vigil over the Site and shall

ensure and procure that no encroachment thereon takes place. During the

Construction Period, the Contractor shall protect the Site from any and all

occupations, encroachments or Encumbrances, and shall not place or create

Page 88: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 41 of 277

nor permit any Sub- contractor or other person claiming through or under

the Agreement to place or create any Encumbrance or security interest over

all or any part of the Site or the Project Assets, or on any rights of the

Contractor therein or under this Agreement, save and except as otherwise

expressly set forth in this Agreement. In the event of any encroachment or

occupation on any part of the Site, the Contractor shall report such

encroachment or occupation forthwith to the Authority and undertake its

removal at its own cost and expenses. 8.6 Special/temporary Right of Way

The Contractor shall bear all costs and charges for any special or temporary

right of way required by it in connection with access to the Site. The

Contractor shall obtain at its cost such facilities on or outside the Site as

may be required by it for the purposes of the Railway Project and the

performance of its obligations under this Agreement. 8.7 Access to the Authority and the Authority’s Engineer

8.7.1 The Right of Way given to the Contractor hereunder shall always be subject

to the right of access of the Authority and the Authority’s Engineer and their

employees and agents for inspection, viewing and exercise of their rights

and performance of their obligations under this Agreement. 8.7.2 The Contractor shall ensure, subject to all relevant safety procedures that

the Authority has unrestricted access to the Site during any Emergency. 8.8 Geological and archaeological finds

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

form part of this Agreement with the Contractor for the Works, and the

Contractor hereby acknowledges that it shall not have any mining rights or

interest in the underlying minerals, fossils, antiquities, structures or other

remnants or things either of particular geological or archaeological interest

and that such rights, interest and property on or under the Site shall vest in

and belong to the Authority or the concerned Government Instrumentality.

The Contractor shall take all reasonable precautions to prevent its workmen

or any other person from removing or damaging such interest or property

and shall inform the Authority forthwith of the discovery thereof and

comply with such instructions as the Authority or the concerned

Government Instrumentality may reasonably give for the removal of such

property. For the avoidance of doubt, it is agreed that any reasonable

expenses incurred by the Contractor hereunder shall be reimbursed by the

Authority. It is also agreed that the Authority shall procure that the

instructions hereunder are issued by the concerned Government

Instrumentality within a reasonable period.

*******

Page 89: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 42 of 277

ARTICLE 9

UTILITIES AND TREES

9.1 Existing utilities and roads

Notwithstanding anything to the contrary contained herein, the Contractor

shall ensure that the respective entities owning the existing roads, right of

way, level crossings, structures, or utilities on, under or above the Site are

enabled by it to keep them in continuous satisfactory use, if necessary, by

providing suitable temporary diversions with the authority of the controlling

body of that road, right of way or utility. 9.2 Shifting of obstructing utilities

9.2.1 The Contractor shall, in accordance with Applicable Laws and with

assistance of the Authority, cause shifting of any utility (including electric

lines, water pipes and telephone cables) to an appropriate location or

alignment, if such utility or obstruction adversely affects the execution of

Works in accordance with this Agreement. The actual cost of such shifting,

as approved and communicated by the entity owning the utility, shall be

paid by the Contractor and reimbursed by the Authority to the Contractor.

In the event of any delay in such shifting by the entity owning the utility

beyond a period of 180 (one hundred and eighty) days from the date of

notice by the Contractor to the entity owning the utility and to the

Authority, the Contractor shall be entitled to Damages in a sum calculated

in accordance with the formula specified in Clause 8.3.1 for the period of

delay, and to Time Extension in accordance with Clause 10.4 for and in

respect of the part(s) of the Works affected by such delay; provided that if

the delays involve any time overlaps, the overlaps shall not be additive. 9.2.2 For the existing utilities owned by Railways, where the shifting thereof can

take place only after certain works for its shifting have been completed by

the Contractor, the Authority shall, undertake and complete its shifting

within 180 (one hundred and eighty) days after the Contractor has notified

the Authority of the completion of the works. In the event of delay in

shifting the utility, beyond the aforesaid period of 180 (one hundred and

eighty) days, the Contractor shall be entitled to Damages for the period of

delay in accordance with the provisions of this Clause 9.2.1. 9.3 New utilities 2.1.5 The Contractor shall allow, subject to such conditions as the Authority may

specify, access to, and use of the Site for laying telephone lines, water

pipes, electric cables or other public utilities. Where such access or use

causes any financial loss to the Contractor, it may require the user of the

Site to pay compensation or damages as per Applicable Laws. For the

avoidance of doubt, it is agreed that use of the Site under this Clause 9.3

shall not in any manner relieve the Contractor of its obligation to construct

and maintain the Railway Project in accordance with this Agreement and

any damage caused by such use shall be restored forthwith at the cost of

the Authority.

Page 90: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 43 of 277

9.3.2 In the event the construction of any Works is affected by a new utility or

works undertaken in accordance with this Clause 9.3, the Contractor shall

be entitled to a reasonable Time Extension as determined by the Authority’s

Engineer. 9.4 Felling of trees

The Authority shall assist the Contractor in obtaining the Applicable Permits

for felling of trees to be identified by the Authority for this purpose if and

only if such trees cause a Material Adverse Effect on the construction of the

Railway Project. The cost of such felling and of the compensatory plantation

of trees, if any, shall be borne by the Authority. In the event of any delay in

felling thereof for reasons beyond the control of the Contractor; it shall be

excused for failure to perform any of its obligations hereunder if such

failure is a direct consequence of delay in the felling of trees. The Parties

hereto agree that the felled trees shall be deemed to be owned by the

Authority and shall be disposed in such manner and subject to such

conditions as the Authority may in its sole discretion deem appropriate. For

the avoidance of doubt, the Parties agree that if any felling of trees

hereunder is in a forest area, the Applicable Permit thereof shall be

procured by the Authority within the time specified in the Agreement; and

for any period of delay in providing the Applicable Permits, the Contractor

shall be entitled to Damages and Time Extension as provided under Clause

9.2.1.

*******

Page 91: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 44 of 277

ARTICLE 10

DESIGN AND CONSTRUCTION OF THE RAILWAY PROJECT

10.1 Obligations prior to commencement of Works

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

(a) appoint its representative, duly authorised to deal with the

Authority in respect of all matters under or arising out of or relating

to this Agreement;

(b) appoint a design director (the “Design Director”) who will head the

Contractor’s design unit and shall be responsible for surveys,

investigations, collection of data, and preparation of preliminary and

detailed designs;

(c) undertake and perform all such acts, deeds and things as may be

necessary or required before commencement of Works under and in

accordance with this Agreement, Applicable Laws and Applicable

Permits; and

(d) make its own arrangements for quarrying and procurement of

materials needed for the Railway Project under and in accordance

with Applicable Laws and Applicable Permits. 10.1.2 The Authority shall, within 15 (fifteen) days of the date of this Agreement,

appoint a railway engineer (the “Authority’s Engineer”) to discharge the

functions and duties specified in this Agreement, and shall notify to the

Contractor the name, address and the date of appointment of the

Authority’s Engineer forthwith. 10.1.3 Within 30 (thirty) days of the Appointed Date, the Contractor shall submit

to the Authority and the Authority’s Engineer a program (the “Program”)

for construction of Works, developed using networking techniques and

giving the following details:

Part I Contractor’s Organisation for the Project, the project execution

planindicating arrangements for design and construction i.e.

engagement of design consultants, project phasing and sub-

contracting etc., environmental management plan, Quality

Assurance Plan including design quality plan, traffic management

and safety plan covering safety of users and workers during

construction, Contractor’s key personnel, and equipment.

Part II Program for completion of all stages of construction given

inSchedule-G and Project Milestones of the Works as specified in

Project Completion Schedule set forth in Schedule-I. The Program

shall include:

(a) the order in which the Contractor intends to carry out the

Page 92: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 45 of 277

Works, including the anticipated timing of design and stages

of Works;

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

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

this Agreement.

The Contractor shall submit a revised program whenever the previous

program is inconsistent with the actual progress or with the Contractor’s

obligations.

Part III Monthly cash flow forecast for the Project

Provided, however, that the Authority may, within a period of 15 (fifteen)

days of receipt of the Program, convey its comments to the Contractor

stating the modifications, if any, required for compliance with the

provisions of this Agreement, and the Contractor shall carry out such

modifications, to the extent required for conforming with the provisions of

this Agreement. 10.1.4 The Contractor shall compute, on the basis of the Drawings prepared in

accordance with Clause 10.2.7, and provide to the Authority’s Engineer, the

length, area and numbers, as the case may be, in respect of the various

items of work specified in Schedule-G and comprising the Scope of the

Project. The Parties expressly agree that these details shall form the basis

for estimating the interim payments for the Works in accordance with the

provisions of Clause 17.3. For the avoidance of doubt, the sum of payments

to be computed in respect of all the items of work shall not exceed the

Contract Price, as may be adjusted in accordance with the provisions of this

Agreement. 10.2 Design and Drawings 10.2.1 Design and Drawings shall be developed in conformity with the

Specifications and Standards set forth in Schedule-D. In the event, the

Contractor requires any relaxation in design standards due to restricted

Right of Way in any section, the alternative design criteria for such section

shall be provided for review of the Authority’s Engineer. 10.2.2 The Contractor shall appoint a proof check consultant (the

“ProofConsultant”) after proposing to the Authority a panel of 3 (three)

names ofqualified and experienced firms. Provided, however, that if the

panel is not acceptable to the Authority and the reasons for the same are

furnished to the Contractor, the Contactor shall propose to the Authority a

revised panel of 3 (three) names for obtaining the consent of the Authority.

The Contractor shall also obtain the consent of the Authority for two key

personnel of the Proof Consultant who shall have adequate experience and

qualifications with respect to the main elements of the Railway Project. The

Authority shall, within 15 (fifteen) days of receiving a proposal from the

Contractor hereunder, convey its decision, with reasons, to the Contractor,

and if no such decision is conveyed within the said period, the Contractor

may proceed with engaging of the Proof Consultant. For the avoidance of

Page 93: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 46 of 277

doubt, the Parties agree that no firm or person having any conflict of

interest shall be engaged hereunder. The Parties further agree that any

assignments completed at least three years prior to the appointment

hereunder shall not be reckoned for the purposes of conflict of interest. 10.2.3 The Proof Consultant shall:

(a) evolve a systems approach with the Design Director so as to

minimize the time required for final designs and construction

drawings; and

(b) proof check the detailed calculations, drawings and designs, which

have been approved by the Design Director. 10.2.4 In respect of the engineering scale plan, signalling interlocking plan and

route control chart, the following shall apply:

(a) Engineering scale plan:

(i) The Contractor shall prepare and submit to the Authority’s

Engineer an engineering scale plan within a period of 2 (two)

months from the Appointed Date in accordance with Good

Industry Practice;

(ii) The Authority’s Engineer shall review the engineering scale

plan within two weeks and submit it along with its suggested

additions and revisions to the Authority for its approval; and

(iii) The Authority shall communicate the engineering scale plan

as approved by it within a period not exceeding 4 (four)

months from the date of submission of the engineering scale

plan by the Contractor. Such period of four months shall

exclude any time that is taken by the Contractor in providing

clarifications or modifications in response to any

communication from the Authority.

(b) Signalling interlocking plan and route control chart

(i) The Contractor shall prepare and submit to the Authority’s

Engineer a signalling interlocking plan and route control chart

within a period of 2 (two) months from the date of receipt of

the approved engineering scale plan under this Clause

10.2.4;

(ii) The Authority’s Engineer shall review the signalling

interlocking plan route control chart within two weeks and

submit it with its comments to the Authority for its approval;

and

(iii) The Authority shall communicate the signalling interlocking

plan and route control chart as approved by it within a

period not exceeding 4 (four) months from the date of

submission of the signalling interlocking plan route control

Page 94: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 47 of 277

chart by the Contractor. Such period of four months shall

exclude any time that is taken by the Contractor in providing

clarifications or modifications in response to any

communication from the Authority. 10.2.5 In the event of delay by the Contractor in submitting the engineering scale

plan, signalling interlocking plan or route control chart, as the case may be,

within the period specified in Clause 10.2.4 for any reason other than Force

Majeure or breach of this Agreement by the Authority, the Contractor shall

pay Damages to the Authority in a sum equal to 0.2% (zero point two per

cent) of the Performance Security for each day of delay. 10.2.6 In the event of delay by the Authority in providing to the Contractor the

approved engineering scale plan, signalling interlocking plan or route

control chart, as the case may be, within the period specified in Clause

10.2.4 for any reason other than Force Majeure or breach of this Agreement

by the Contractor, the Authority shall pay Damages to the Contractor in a

sum equal to 0.2% (zero point two per cent) of the Performance Security for

each day of delay, and shall also grant Time Extension in accordance with

the provisions of Clause 10.4. 10.2.7 In respect of the Contractor’s obligations with respect to the design and

Drawings of the Railway Project as set forth in Schedule-H, the following

shall apply:

(a) The Contractor shall prepare and submit, with reasonable

promptness and in such sequence as is consistent with the Project

Completion Schedule, 3 (three) copies each of the design and

Drawings, duly certified by the Proof Consultant, to the Authority’s

Engineer for review. Provided, however, that in respect of Important

Bridges, Major Bridges, Structures, railway stations and yards, the

Authority’s Engineer may require additional drawings for its review

in accordance with Good Industry Practice;

(b) by submitting the Drawings for review to the Authority’s Engineer,

the Contractor shall be deemed to have represented that it has

determined and verified that the design and engineering, including

field construction criteria related thereto, are in conformity with the

Scope of the Project, Specifications and Standards and the

Applicable Laws;

(c) within 30 (thirty) days of the receipt of the Drawings, the Authority’s

Engineer shall review the same and convey its observations to the

Contractor with particular reference to their conformity or

otherwise with the Scope of the Project and the Specifications and

Standards. The Contractor shall not be obliged to await the

observations of the Authority’s Engineer on the Drawings submitted

pursuant hereto beyond the said period of 30 (thirty) days and may

begin or continue Works at its own discretion and risk; Provided,

however, that in case

of Important Bridges, Major Bridges, Structures, interlocking and

telecom switching equipment and any other specified item the

Page 95: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 48 of 277

aforesaid period of 30 (thirty) days may be extended as per the time

limit as indicated in Annexure-II of Schedule-D;

(d) if the aforesaid observations of the Authority’s Engineer indicate

that the Drawings are not in conformity with the Scope of the

Project or the Specifications and Standards, such Drawings shall be

revised by the Contractor in conformity with the provisions of this

Agreement and resubmitted to the Authority’s Engineer for review.

The Authority’s Engineer shall give its observations, if any, within 10

(ten) days of receipt of the revised Drawings. In the event the

Contractor fails to revise and resubmit such Drawings to the

Authority’s Engineer for review as aforesaid, the Authority’s

Engineer may cause the payment for the affected works to be

withheld under and in accordance with the provisions of Clause

17.5.4. If the Contractor disputes any decision, direction or

determination of the Authority’s Engineer hereunder, the Dispute

shall be resolved in accordance with the Dispute Resolution

Procedure;

(e) no review and/or observation of the Authority’s Engineer and/or its

failure to review and/or convey its observations on any Drawings

shall relieve the Contractor of its obligations and liabilities under this

Agreement in any manner nor shall the Authority’s Engineer or the

Authority be liable for the same in any manner; and if errors,

omissions, ambiguities, inconsistencies, inadequacies or other

Defects are found in the Drawings, they shall, along with the

affected Works, be corrected at the Contractor's cost,

notwithstanding any review under this Article 10;

(f) the Contractor shall be responsible for delays in submitting the

Drawings, as set forth in Schedule-H, caused by reason of delays in

surveys and field investigations, and shall not be entitled to seek any

relief in respect thereof from the Authority; and

(g) the Contractor warrants that its designers, including any third

parties engaged by it, shall have the required experience and

capability in accordance with Good Industry Practice and it shall

indemnify the Authority against any damage, expense, liability, loss

or claim, which the Authority might incur, sustain or be subject to

arising from any breach of the Contractor’s design responsibility

and/or warranty as set out in this Clause. 10.2.8 Any cost or delay in construction arising from review by the Authority’s

Engineer shall be borne by the Contractor. 10.2.9 Works shall be executed in accordance with the Drawings provided by the

Contractor in accordance with the provisions of this Clause 10.2 and the

observations of the Authority’s Engineer thereon as communicated

pursuant to the provisions of Clause 10.2.7. Such Drawings shall not be

amended or altered without prior written notice to the Authority’s

Engineer. If a Party becomes aware of an error or defect of a technical

nature in the design or Drawings, that Party shall promptly give notice to

Page 96: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 49 of 277

the other Party of such error or defect. 10.2.10 Within 90 (ninety) days of the Project Completion Date, the Contractor

shall furnish to the Authority and the Authority’s Engineer a complete set of

as-built Drawings, in 2 (two) hard copies and in its editable digital format or

in such other medium or manner as may be acceptable to the Authority,

including an as-built survey illustrating the layout of the Railway Project and

setback lines, if any, of the buildings and structures forming part of Project

Facilities, and shall hand them over to the Authority against receipt thereof. 10.3 Construction of the Railway Project 10.3.1 The Contractor shall construct the Railway Project as specified in Schedule-B

and Schedule-C, and in conformity with the Specifications and Standards set

forth in Schedule-D. The Contractor shall be responsible for the correct

positioning of all parts of the Works, and shall rectify any error in the

positions, levels, dimensions or alignment of the Works. For works involving

existing yards, the non-interlocking program for each year shall be drawn by

the Authority’s Engineer and provided to the Contractor. The Contractor

and the Authority’s Engineer, within a period of 30 days, will discuss the

same and issue a jointly agreed NI program. The execution of work during

the non-interlocking period will be the responsibility of the Contractor. The

work during non-interlocking period in yards will be executed directly under

the supervision of Railways; however, the timely completion of NI working

will be the responsibility of the Contractor. The [900th

(nine hundredth)

day] from the Appointed Date shall be the scheduled completion date (the

“Scheduled Completion Date”) and the Contractor agrees and undertakes

that the construction shall be completed on or before the Scheduled

Completion Date, including any extension thereof, in which case the

Scheduled Completion Date will be the extended date as per the time

extension granted. 10.3.2 The Contractor shall construct the Railway Project in accordance with the

Project Completion Schedule set forth in Schedule-I. In the event that the

Contractor fails to achieve any Project Milestone or the Scheduled

Completion Date within a period of 30 (thirty) days from the date set forth

in Schedule-I, unless such failure has occurred due to Force Majeure or for

reasons attributable to the Authority, it shall pay Damages to the Authority

in a sum calculated at the rate of 0.05% (zero point zero five per cent) of the

Contract Price for delay of each day reckoned from the date specified in

Schedule - I and until such Project Milestone is achieved or the Works are

completed; provided that if the period for any or all Project Milestones or

the Scheduled Completion Date is extended in accordance with the

provisions of this Agreement, the dates set forth in Schedule-I shall be

deemed to be modified accordingly and the provisions of this Agreement

shall apply as if Schedule-I has been amended as above; provided further

that in the event the Works are completed within or before the Scheduled

Completion Date including any Time Extension, the Damages paid under

this Clause 10.3.2

shall be refunded by the Authority to the Contractor, but without any

interest thereon. For the avoidance of doubt, it is agreed that recovery of

Damages under this Clause 10.3.2 shall be without prejudice to the rights of

Page 97: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 50 of 277

the Authority under this Agreement including the right of Termination

thereof. The Parties further agree that Time Extension hereunder shall only

be reckoned for and in respect of the affected Works as specified in Clause

10.4.2. 10.3.3 The Authority shall notify the Contractor of its decision to impose Damages

in pursuance of the provisions of this Clause 10.3. Provided, however, that

no deduction on account of Damages shall be effected by the Authority

without taking into consideration the representation, if any, made by the

Contractor within 20 (twenty) days of such notice. The Parties expressly

agree that the total amount of Damages under Clause 10.3.2 shall not

exceed 10% (ten per cent) of the Contract Price. 10.3.4 Certain works, which are executed in the vicinity of running track, may

require prior sanction of Commissioner of Railway Safety (CRS) before

execution of such works are taken up by the Contractor. Authority’s

Engineer will advise such works to the Contractor. The Contractor shall be

responsible to prepare and submit applications to Authority’s Engineer for

obtaining sanction of CRS at least 60 (sixty) days in advance of commencing

a work that requires prior sanction of CRS. 10.4 Extension of time for completion 10.4.1 Without prejudice to any other provision of this Agreement for and in

respect of extension of time, the Contractor shall be entitled to extension of

time in the Project Completion Schedule (the “Time Extension”) to the

extent that completion of any Project Milestone is or will be delayed by any

of the following, namely:

(a) delay in providing the Right of Way, environmental/ forest

clearances, or approved engineering scale plan, signalling

interlocking plan and route control chart in accordance with the

provisions of this Agreement;

(b) Change of Scope, unless an adjustment to the Scheduled Completion

Date has been agreed under Article 13;

(c) occurrence of a Force Majeure Event;

(d) any delay, impediment or prevention caused by or attributable to

the Authority, the Authority’s personnel or the Authority’s other

contractors on the Site; and

(e) any other cause or delay which entitles the Contractor to Time

Extension in accordance with the provisions of this Agreement. 10.4.2 The Contractor shall, no later than 15 (fifteen) business days from the

occurrence of an event or circumstance specified in Clause 10.4.1, inform

the

Authority’s Engineer by notice in writing, with a copy to the Authority,

stating in reasonable detail with supporting particulars, the event or

circumstances giving rise to the claim for Time Extension in accordance with

the provisions of this Agreement. Provided that the period of 15 (fifteen)

Page 98: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 51 of 277

business days shall be calculated from the date on which the Contractor

became aware, or should have become aware, of the occurrence of such an

event or circumstance.

Provided further that notwithstanding anything to the contrary contained in

this Agreement, Time Extension shall be due and applicable only for the

Works which are affected by the aforesaid events or circumstances and

shall not in any manner affect the Project Completion Schedule for and in

respect of the Works which are not affected thereby. 10.4.3 In the event of the failure of the Contractor to issue to the Authority’s

Engineer a notice in accordance with the provisions of Clause 10.4.2 within

the time specified therein, the Contractor shall not be entitled to any Time

Extension and shall forfeit its right for any such claims in future. For the

avoidance of doubt, in the event of failure of the Contractor to issue notice

as specified in this Clause 10.4.3, the Authority shall be discharged from all

liability in connection with the claim. 10.4.4 The Authority’s Engineer shall, on receipt of a claim in accordance with the

provisions of Clause 10.4.2, examine the claim expeditiously within the time

frame specified herein. In the event the Authority’s Engineer requires any

clarifications to examine the claim, the Authority’s Engineer shall seek the

same within 15 (fifteen) days from the date of receiving the claim. The

Contractor shall, on the receipt of the communication of the Authority’s

Engineer requesting for clarification, furnish the same to the Authority’s

Engineer within 10 (ten) days thereof. The Authority’s Engineer shall, within

a period of 30 (thirty) days from the date of receipt of such clarifications,

forward in writing to the Contractor its determination of Time Extension.

For the avoidance of doubt, the Parties agree that the Authority’s Engineer

shall, in accordance with the provisions of this Agreement, notify the

Contractor of the aforesaid Time Extension no later than 60 (sixty) days

from the date of receipt of the Contractor’s claim for Time Extension or the

date of receipt of the clarification from the Contractor, as the case may be.

Provided that when determining each extension of time under this Clause

10.4, the Authority’s Engineer shall review previous determinations and

may increase, but shall not decrease, the total Time Extension. 10.4.5 If the event or circumstance giving rise to the notice has a continuing effect:

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

(b) the Contractor shall, no later than 10 (ten) days after the close of

each month, send further interim claims specifying the accumulated

delay, the extension of time claimed, and such further particulars as

the Authority’s Engineer may reasonably require; and

(c) the Contractor shall send a final claim within 30 (thirty) days after

the effect of the event or the circumstance ceases.

Upon receipt of the claim hereunder, the Authority’s Engineer shall examine

and determine the same in accordance with the provisions of Clause 10.4.4

within a period of 60 (sixty) days of the receipt thereof.

Page 99: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 52 of 277

10.5 Incomplete Works

In the event the Contractor fails to complete the Works in accordance with

the Project Completion Schedule, including any Time Extension granted

under this Agreement, the Contractor shall endeavour to complete the

balance work expeditiously and shall pay Damages to the Authority in

accordance with the provisions of Clause 10.3.2 for delay of each day until

the Works are completed in accordance with the provisions of this

Agreement. Recovery of Damages under this Clause shall be without

prejudice to the rights of the Authority under this Agreement including the

right to termination under Clause 21.1. 10.6 Equipment specific Maintenance Manual

No later than 90 (ninety) days prior to the Project Completion Date, the

Contractor shall, in consultation with the Authority’s Engineer, evolve an

equipment specific maintenance manual for equipment based on a new

technology not currently in use in the Railways (the “MaintenanceManual”)

for the regular operation and maintenance of such equipment inconformity

with safety requirements, Good Industry Practice and manufacturer’s

manuals and instructions and shall provide 10 (ten) hard copies and 2 (two)

compact discs thereof to the Authority’s Engineer.

*******

Page 100: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 53 of 277

ARTICLE 11

QUALITY ASSURANCE, MONITORING AND SUPERVISION

11.1 Quality of Materials and workmanship 11.1.1 The Contractor shall ensure that the Construction, Materials and

workmanship are in accordance with the requirements specified in this

Agreement, Specifications and Standards and Good Industry Practice. 11.1.2 The Contractor warrants that all Materials shall be new, unused, not

reconditioned and in conformity with Specification and Standards,

Applicable Laws and Good Industry Practice, and that the Contractor shall

not use any materials which are generally recognised as being deleterious

under Good Industry Practice. 11.2 Quality control system 11.2.1 The Contractor shall establish a quality control mechanism to ensure

compliance with the provisions of this Agreement (the “Quality

AssurancePlan” or “QAP”) in accordance with ISO-9001. 11.2.2 The Contractor shall, within 30 (thirty) days of the Appointed Date, submit

to the Authority’s Engineer its Quality Assurance Plan which shall include

the following:

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

and documentation;

(b) quality control mechanism including sampling and testing of

Materials, test frequencies, standards, acceptance criteria, testing

facilities, reporting, recording and interpretation of test results,

approvals, check list for site activities, and proforma for testing and

calibration in accordance with the Specifications and Standards and

Good Industry Practice; and

(c) internal quality audit system.

The Authority’s Engineer shall convey its comments to the Contractor within

a period of 21 (twenty-one) days of receipt of the QAP stating the

modifications, if any, required, and the Contractor shall incorporate those in

the QAP to the extent required for conforming with the provisions of this

Clause 11.2. 11.2.3 The Contractor shall procure all documents, apparatus and instruments,

fuel, consumables, water, electricity, labour, Materials, samples, and

qualified personnel as are necessary for examining and testing the Project

Assets, Materials and workmanship in accordance with the Quality

Assurance Plan. 11.2.4 The cost of testing of Construction, Materials and workmanship under this

Article 11 shall be borne by the Contractor.

Page 101: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 54 of 277

11.3 Methodology

The Contractor shall, at least 15 (fifteen) days prior to the commencement

of any construction activity, submit to the Authority’s Engineer for review

the method statement proposed to be adopted for executing the Work,

giving details of inspection checklist, quality parameters, equipment to be

deployed, traffic management and measures for ensuring safety. The

Authority’s Engineer shall complete the review and convey its comments, if

any, to the Contractor within a period of 10 (ten) days from the date of

receipt of the proposed method statement from the Contractor. The

Contractor shall revise the method statements by incorporating these

comments or else will advise the Authority’s Engineer reasons for

not/partially including the same. 11.4 Inspection and technical audit by the Authority

The Authority or any representative authorised by the Authority in this

behalf may inspect and review the progress and quality of the construction

of Works and issue appropriate directions to the Authority’s Engineer and

the Contractor for taking remedial action in the event the Works are not in

accordance with the provisions of this Agreement. 11.5 External technical audit

At any time during construction, the Authority may appoint an external

technical auditor to conduct an audit of the quality of the Works. The

findings of the audit, to the extent accepted by the Authority, shall be

notified to the Contractor and the Authority’s Engineer for taking remedial

action in accordance with this Agreement. The Contractor shall provide all

assistance as may be required by the auditor in the conduct of its audit

hereunder. Notwithstanding anything contained in this Clause 11.5, the

external technical audit shall not affect any obligations of the Contractor or

the Authority’s Engineer under this Agreement. 11.6 Inspection of construction records

The Authority shall have the right to inspect the records of the Contractor

relating to the Works. 11.7 Monthly progress reports

During the Construction Period, the Contractor shall, no later than 10 (ten)

days after the close of each month, furnish to the Authority and the

Authority’s Engineer a monthly report on the progress of Works and shall

promptly give such other relevant information as may be required by the

Authority’s Engineer. 11.8 Inspection

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

(a) have full access to all parts of the Site and to all places from which

natural Materials are being obtained for use in the Works; and

Page 102: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 55 of 277

(b) during production, manufacture and construction at the Site and at

the place of production, be entitled to examine, inspect, measure

and test the Materials and workmanship, and to check the progress

of manufacture of Materials. 11.8.2 The Contractor shall give the Authority’s Engineer and its authorised agents

access, facilities and safety equipment for carrying out their obligations

under this Agreement. 11.8.3 The Authority’s Engineer shall submit a monthly inspection report (the

“Inspection Report”) to the Authority and the Contractor bringing out the

results of inspections and the remedial action taken by the Contractor in

respect of Defects or deficiencies. For the avoidance of doubt, such

inspection or submission of Inspection Report by the Authority’s Engineer

shall not relieve or absolve the Contractor of its obligations and liabilities

under this Agreement in any manner whatsoever. 11.9 Samples

The Contractor shall submit the following samples of Materials and relevant

information to the Authority’s Engineer for review:

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

Materials; and

(b) samples of such other Materials as the Authority’s Engineer may

require. 11.10 Tests

11.10.1 For determining that the Works conform to the Specifications and

Standards, the Authority’s Engineer shall require the Contractor to carry out

or cause to be carried out tests, at such time and frequency and in such

manner as specified in this Agreement and in accordance with Good

Industry Practice for quality assurance. The Contractor shall, with due

diligence, carry out all the tests in accordance with the Agreement and

furnish the results thereof to the Authority’s Engineer. Of the total tests for

each category or type to be undertaken by the Contractor under the

provisions of this Agreement and Good Industry Practice, the Authority’s

Engineer shall (a) carry out or cause to be carried out, test checks equal to

about 10% (ten per cent) of the number of the tests required to be

undertaken by the Contractor; and (b) witness or participate in at least 10%

(ten per cent) of the number of such tests conducted or caused to be

conducted by the Contractor. 11.10.2 In the event that results of any tests conducted under this Clause 11.10

establish any Defects or deficiencies in the Works, the Contractor shall carry

out remedial measures and furnish a report to the Authority’s Engineer in

this behalf. The Authority’s Engineer shall require the Contractor to carry

out or cause to be carried out tests to determine that such remedial

measures have brought the Works into compliance with the Specifications

and Standards, and the procedure shall be repeated until such Works

conform to the Specifications and Standards. For the avoidance of doubt,

Page 103: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 56 of 277

the cost of such tests and the remedial measures in pursuance thereof shall

be solely borne by the Contractor. 11.11 Examination of work before covering up

In respect of the work which the Authority’s Engineer is entitled to examine,

inspect, measure or test before it is covered up or put out of view or any

part of the work is placed thereon, the Contractor shall give notice to the

Authority’s Engineer whenever any such work is ready and before it is

covered up. The Authority’s Engineer shall then either carry out the

examination, inspection or testing without unreasonable delay, or promptly

give notice to the Contractor that the Authority’s Engineer does not require

to do so. Provided, however, that if any work is of a continuous nature

where it is not possible or prudent to keep it uncovered or incomplete, the

Contractor shall notify the schedule of carrying out such work to give

sufficient opportunity, not being less than 3 (three) business days’ notice, to

the Authority’s Engineer to conduct its inspection, measurement or test

while the work is continuing. Provided further that in the event the

Contractor receives no response from the Authority’s Engineer within a

period of 3 (three) business days from the date on which the Contractor’s

notice hereunder is delivered to the Authority’s Engineer, the Contractor

shall be entitled to assume that the Authority’s Engineer would not

undertake the said inspection. 11.12 Rejection 11.12.1 If, as a result of an examination, inspection, measurement or testing, any

Plant, Material, design or workmanship is found to be defective or

otherwise not in accordance with the provisions of this Agreement, the

Authority’s Engineer may reject such Plant, Material, design or

workmanship by giving notice to the Contractor, with reasons. The

Contractor shall then promptly make good the Defect and ensure that the

rejected item complies with the requirements of this Agreement. 11.12.2 If the Authority’s Engineer requires the Plant, Material, design or

workmanship to be retested, the tests shall be repeated on the same terms

and conditions, as applicable in each case. If the rejection and retesting

cause the Authority to incur any additional costs, such costs shall be

recoverable by the Authority from the Contractor and may be deducted by

the Authority from any monies due to be paid to the Contractor. 11.12.3 The Contractor shall not be entitled to any extension of time on account of

rectifying any Defect or retesting as specified in this Clause 11.12. 11.12.4 No examination, inspection, measurement or testing of any Plant, Material,

design or workmanship by the Authority’s Engineer or its failure to convey

its observations or to examine, inspect, measure or test shall relieve the

Contractor of its obligations and liabilities under this Agreement in any

manner nor shall the Authority be liable for the same in any manner.

11.13 Remedial work 11.13.1 Notwithstanding any previous test or certification, the Authority’s Engineer

Page 104: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 57 of 277

may instruct the Contractor to:

(a) remove from the Site and replace any Plant or Materials which are

not in accordance with the provisions of this Agreement;

(b) remove and re-execute any work which is not in accordance with the

provisions of this Agreement and the Specification and Standards;

and

(c) execute any work which is urgently required for the safety of the

Railway Project, whether because of an accident, unforeseeable

event or otherwise; provided that in case of any work which is

required on account of a Force Majeure Event, the provisions of

Clause 19.6 shall apply. 11.13.2 If the Contractor fails to comply with the instructions issued by the

Authority’s Engineer under Clause 11.13.1, within the time specified in the

Authority’s Engineer’s notice or as mutually agreed, the Authority’s

Engineer may advise the Authority to have the work executed by another

agency. The cost so incurred by the Authority for undertaking such work

shall, without prejudice to the rights of the Authority to recover Damages in

accordance with the provisions of this Agreement, be recoverable from the

Contractor and may be deducted by the Authority from any monies due to

be paid to the Contractor. 11.14 Delays during construction

Without prejudice to the provisions of Clause 10.3.2, in the event the

Contractor does not achieve any of the Project Milestones within the time

period stipulated in Schedule I or the Authority’s Engineer shall have

reasonably determined that the rate of progress of Works is such that

Completion of the Railway Project is not likely to be achieved by the end of

the Scheduled Completion Date, it may notify the same to the Contractor,

and the Contractor shall, within 15 (fifteen) days of such notice, by a

communication inform the Authority’s Engineer in reasonable detail about

the steps it proposes to take to expedite progress and the period within

which it shall achieve the Project Completion Date. 11.15 Quality control records and Documents

The Contractor shall hand over to the Authority’s Engineer a copy of all its

quality control records and documents before the Completion Certificate is

issued pursuant to Clause 12.2. 11.16 Video recording

During the Construction Period, the Contractor shall provide to the Authority

for every calendar quarter, a video recording, which will be compiled into a

3(three) hour digital video disc or any substitute thereof, covering the

status and progress of Works in that quarter. The video recording shall be

provided to the Authority no later than 15 (fifteen) days after the close of

each quarter after the Appointed Date.

Page 105: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 58 of 277

11.17 Suspension of unsafe Construction Works

11.17.1 Upon recommendation of the Authority’s Engineer to this effect, or on its

own volition in cases of emergency or urgency, the Authority may by notice

require the Contractor to suspend forthwith the whole or any part of the

Works if, in the reasonable opinion of the Authority’s Engineer or the

Authority, as the case may be, such work threatens the safety of the Users

and or other persons on or about the Railway Project. 11.17.2 The Contractor shall, pursuant to the notice under Clause 11.17.1, suspend

the Works or any part thereof for such time and in such manner as may be

specified by the Authority and thereupon carry out remedial measures to

secure the safety of suspended works, the Users, other persons and

vehicles on or about the Railway Project including pedestrians. The

Contractor may by notice require the Authority’s Engineer to inspect such

remedial measures forthwith and make a report to the Authority

recommending whether or not the suspension hereunder may be revoked.

Upon receiving the recommendations of the Authority’s Engineer, the

Authority shall either revoke such suspension or instruct the Contractor to

carry out such other and further remedial measures as may be necessary in

the reasonable opinion of the Authority, and the procedure set forth in this

Clause 11.17 shall be repeated until the suspension hereunder is revoked. 11.17.3 Subject to the provisions of Clause 19.6, all reasonable costs incurred for

maintaining and protecting the Works or part thereof during the period of

suspension (the “Preservation Costs”), shall be borne by the Contractor;

provided that if the suspension has occurred as a result of any breach of this

Agreement by the Authority, the Preservation Costs shall be borne by the

Authority. 11.17.4 If suspension of Works is for reasons not attributable to the Contractor, the

Authority’s Engineer shall determine any Time Extension to which the

Contractor is reasonably entitled.

*******

Page 106: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 59 of 277

ARTICLE 12

COMPLETION CERTIFICATE 12.1 Tests on completion 12.1.1 No later than 30 (thirty) days prior to the likely completion of the Railway

Project, the Contractor shall prepare and submit to the Authority’s Engineer

the documents required for seeking approval of the Commissioner of

Railway Safety in accordance with the provisions of the Railways Opening

for Public Carriage of Passenger Rules, the Indian Railway Permanent Way

Manual or the Indian Railways Manual of A.C. Traction, as the case may be,

and notify the Authority’s Engineer of its intent to subject the Railway

Project to Tests. After ensuring and procuring that the documents required

to be submitted to the Commissioner for Railway Safety meet the

requirements of Applicable Laws, the Authority’s Engineer shall, in

consultation with the Contractor, determine the date and time of each of

the Tests, and inform the Authority who may designate its representative to

witness the Tests. The Contractor shall provide such assistance as the

Authority’s Engineer may reasonably require for conducting the Tests. For

avoidance of doubts, the parties agree that in the event of the Contractor

and the Authority’s Engineer failing to mutually agree on the dates for

conducting the Tests, the Contractor shall fix the dates by giving not less

than 10 (ten) days’ notice to the Authority’s Engineer. 12.1.2 All Tests shall be conducted in accordance with Schedule-J at the cost and

expense of the Contractor; provided, however, that the trial running on

railway track shall be undertaken at the cost and expense of the Authority.

The Authority’s Engineer shall observe, monitor and review the results of

the Tests to determine compliance of the Railway Project with

Specifications and Standards and if it is reasonably anticipated or

determined by the Authority’s Engineer during the course of any Test that

the performance of the Railway Project or Section or any part thereof, does

not meet the Specifications and Standards, it shall have the right to suspend

or delay such Test and require the Contractor to remedy and rectify any

Defect or deficiency. Upon completion of each Test, the Authority’s

Engineer shall provide to the Contractor and the Authority copies of all Test

data including detailed Test results. For the avoidance of doubt, the Parties

expressly agree that the Authority’s Engineer may require the Contractor to

carry out or cause to be carried out additional Tests, in accordance with

Good Industry Practice, for determining the compliance of the Railway

Project thereof with the Specifications and Standards. 12.2 Provisional Certificate

12.2.1 Upon completion of Tests, the Authority’s Engineer shall satisfy itself that

the Tests have been successful and the Railway Project is fit for opening to

traffic. Upon such determination, the Authority’s Engineer shall issue to the

Contractor and the Authority a certificate substantially in the form set forth

in Schedule-K (the “Provisional Certificate”). The Authority’s Engineer may

issue a Provisional Certificate even if certain works forming part of the

Railway Project are not yet completed and in such an event, the Provisional

Certificate shall have appended thereto a list of outstanding items signed

Page 107: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 60 of 277

jointly by the Authority’s Engineer and the Contractor (the “Punch List”).

For the avoidance of doubt and by way of illustration, the Punch List may

include fencing, tree plantation, rest areas, muffing, soil backfilling, tree

trimming and breakdown maintenance till CRS authorization etc. 12.2.2 Upon issuance of the Provisional Certificate, the Authority’s Engineer shall

forward to the Authority (i) copies of all Test data including Test results, and

(ii) the documents submitted by the Contractor for seeking approval of the

Commissioner of Railway Safety in accordance with the provisions of the

Railways Opening for Public Carriage of Passenger Rules, the Indian Railway

Permanent Way Manual/ or the Indian Railways Manual of A.C. Traction, as

the case may be, for obtaining authorization from the Commissioner for

Railway Safety. 12.2.3 The Contractor shall assist the Authority during inspection and tests to be

conducted by the Commissioner of Railway Safety for determining

compliance of the Railway Project with Applicable Laws and the provisions

of this Agreement. 12.2.4 The Defects Liability Period for the Railway Project shall commence from

the date of issue of the Provisional Certificate. 12.2.5 The Parties hereto expressly agree that the Authority’s Engineer may, upon

request of the Authority to this effect, issue a Provisional Certificate for part

of the Railway Project and the provisions of Clauses 12.1 and 12.2 shall

apply mutatis mutandis to such Provisional Certificate. 12.2.6 The risk of loss or damage to any Materials, Plant or Works in the Railway

Project or part thereof, as the case may be, and the care and custody

thereof shall pass from the Contractor to the Authority upon issuance of

Provisional Certificate for the Railway Project or part thereof.

12.3 Completion of Punch List items

All items in the Punch List shall be completed by the Contractor within 90

(ninety) days of the date of issuance of the Provisional Certificate and for

any delay thereafter, other than for reasons solely attributable to the

Authority or due to Force Majeure, the Authority shall be entitled to

recover Damages from the Contractor to be calculated and paid for each

day of delay until all items are completed, at the lower of (a) 0.1% (zero

point one per cent) of the Performance Security, and (b) 0.2% (zero point

two per cent) of the cost of completing such items as estimated by the

Authority’s Engineer. Subject to payment of such Damages, the Contractor

shall be entitled to a further period not exceeding 120 (one hundred and

twenty) days for completion of the Punch List items. For the avoidance of

doubt, it is agreed that if completion of any item in the Punch List is delayed

for reasons attributable to the Authority or due to Force Majeure, the

completion date thereof shall be determined by the Authority’s Engineer in

accordance with Good Industry Practice, and such completion date shall be

deemed to be the date of issue of the Provisional Certificate for the

purposes of Damages, if any, payable for such item under this Clause 12.3.

Page 108: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 61 of 277

12.4 Completion Certificate

12.4.1 Upon completion of all items in the Punch List and issuance of authorization

by the Commissioner of Railway Safety, the Authority’s Engineer shall issue

forthwith to the Contractor and the Authority a completion certificate

substantially in the form set forth in Schedule-K (the

“CompletionCertificate”) separately for and in respect of each Provisional

Certificateissued. 12.4.2 Upon receiving the Completion Certificate, the Contractor shall remove its

equipment, materials, debris and temporary works from the Site within a

period of 15 (fifteen) days thereof, failing which the Authority may remove

or cause to be removed, such equipment, materials, debris and temporary

works and recover from the Contractor an amount equal to 120% (one

hundred and twenty per cent) of the actual cost of removal incurred by the

Authority. 12.5 Rescheduling of Tests

If the Authority’s Engineer certifies to the Authority and the Contractor that

it is unable to issue the Completion Certificate or Provisional Certificate, as

the case may be, because of events or circumstances on account of which

the Tests could not be held or had to be suspended, the Contractor shall be

entitled to re-schedule the Tests and hold the same as soon as reasonably

practicable. 12.6 Delayed authorization

In the event of delay in issuance of authorization by the Commissioner of

Railway Safety beyond a period of 60 (sixty) days from the date of issue of

the Provisional Certificate, the Contractor shall be entitled to interest for

the period of delay at a rate equal to 3% (three per cent) above the Bank

Rate on the payment due for integrated testing and commissioning as

specified in Schedule-G.

*******

Page 109: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 62 of 277

ARTICLE 13

CHANGE OF SCOPE

13.1 Change of Scope

13.1.1 The Authority may, notwithstanding anything to the contrary contained in

this Agreement, require the Contractor to make modifications or alterations

to the Works (“Change of Scope”) before the issue of the Completion

Certificate either by giving an instruction or by requesting the Contractor to

submit a proposal for Change of Scope involving additional cost or

reduction in cost. Any such Change of Scope shall be made and valued in

accordance with the provisions of this Article 13. 13.1.2 Change of Scope shall mean:

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

(b) omission of any work from the Scope of the Project except under

Clause 8.3.3; provided that, subject to Clause 13.5, the Authority

shall not omit any work under this Clause in order to get it executed

by any other entity; or

(c) any additional work, Plant, Materials or services which are not

included in the Scope of the Project, including any associated Tests

on completion of construction. 13.1.3 If the Contractor determines at any time that a Change of Scope will, if

adopted, (i) accelerate completion, (ii) reduce the cost to the Authority of

executing, maintaining or operating the Railway Project, (iii) improve the

efficiency or value to the Authority of the completed Railway Project, or (iv)

otherwise be of benefit to the Authority, it shall prepare a proposal with

relevant details at its own cost. The Contractor shall submit such proposal,

supported with the relevant details including the amount of reduction in

the Contract Price, if any, to the Authority to consider such Change of

Scope. The Authority shall, within 15 (fifteen) days of receipt of such

proposal, either accept such Change of Scope with modifications, if any, and

initiate proceedings therefor in accordance with this Article 13 or reject the

proposal and inform the Contractor of its decision. For the avoidance of

doubt, the Parties agree that the Contractor shall not undertake any Change

of Scope without a Change of Scope Order being issued by the Authority,

save and except any Works necessary for meeting any Emergency. 13.2 Procedure for Change of Scope

13.2.1 In the event of the Authority determining that a Change of Scope is

necessary, it may direct the Authority’s Engineer to issue to the Contractor

a notice specifying in reasonable detail the works and services

contemplated thereunder (the “Change of Scope Notice”).

13.2.2 Upon receipt of a Change of Scope Notice, the Contractor shall, with due

diligence, provide to the Authority and the Authority’s Engineer such

information as is necessary, together with preliminary documentation in

support of:

Page 110: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 63 of 277

(a) the impact, if any, which the Change of Scope is likely to have on the

Project Completion Schedule if the works or services are required to

be carried out during the Construction Period; and

(b) the options for implementing the proposed Change of Scope and the

effect, if any, each such option would have on the costs and time

thereof, including the following details:

(i) break down of the quantities, unit rates and cost for different

items of work;

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

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

Schedule of the Railway Project.

For the avoidance of doubt, the Parties expressly agree that, subject to the

provisions of Clause 13.4.2, the Contract Price shall be increased or

decreased, as the case may be, on account of Change of Scope. 13.2.3 The Contractor’s quotation of costs for the Change of Scope shall be

determined on the following principles:

(a) For works of similar nature compared to the Works being executed,

the quotation shall be based on the rate for the work inclusive of all

labour, Materials, equipment, incidentals, overheads and profit

derived in accordance with the provisions of Clause 17.3; and the

price adjustment in accordance with Clause 17.8 shall apply to the

rates so worked out.

(b) For works not similar in nature to the Works being executed, the

cost of work shall be derived on the basis of applicable schedule of

rates for the relevant zone of the Railways, and such rates shall be

indexed with reference to the WPI once every year at the

commencement of the financial year, with the base being the month

and year of the publication of the said schedule of rates; provided,

however, that for any item not included in the schedule of rates, the

prevailing market rates as determined in accordance with Good

Industry Practice by the Authority’s Engineer shall apply. 13.2.4 Upon reaching an agreement, the Authority shall issue an order (the

“Change of Scope Order”) requiring the Contractor to proceed with the

performance thereof. In the event that the Parties are unable to agree, the

Authority may:

(a) issue a Change of Scope Order requiring the Contractor to proceed

with the performance thereof at the rates and conditions approved

by the Authority till the matter is resolved in accordance with Article

24; or

(b) proceed in accordance with Clause 13.5. 13.2.5 The provisions of this Agreement, insofar as they relate to Works and Tests,

Page 111: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 64 of 277

shall apply mutatis mutandis to the works undertaken by the Contractor

under this Article 13. 13.3 Payment for Change of Scope

Payment for Change of Scope shall be made in accordance with the

payment schedule specified in the Change of Scope Order. 13.4 Restrictions on Change of Scope

13.4.1 No Change of Scope shall be executed unless the Authority has issued the

Change of Scope Order save and except any Works necessary for meeting

any Emergency. 13.4.2 Unless the Parties mutually agree to the contrary, the total value of all

Change of Scope Orders shall not exceed 10% (ten per cent) of the Contract

Price. 13.4.3 Notwithstanding anything to the contrary in this Article 13, no change

arising from any default of the Contractor in the performance of its

obligations under this Agreement shall be deemed to be Change of Scope,

and shall not result in any adjustment of the Contract Price or the Project

Completion Schedule. 13.5 Power of the Authority to undertake works

13.5.1 In the event the Parties are unable to agree to the proposed Change of

Scope Orders in accordance with Clause 13.2, the Authority may, after

giving notice to the Contractor and considering its reply thereto, award such

works or services to any person on the basis of open competitive bidding

from amongst bidders who are pre-qualified for undertaking the additional

work; provided that the Contractor shall have the option of matching the

first ranked bid in terms of the selection criteria, subject to payment of 2%

(two per cent) of the bid amount to the Authority$, and thereupon securing

the award of such works or services. For the avoidance of doubt, it is agreed

that the Contractor shall be entitled to exercise such option only if it has

participated in the bidding process and its bid does not exceed the first

ranked bid by more than 10% (ten per cent) thereof. It is also agreed that

the Contractor shall provide assistance and cooperation to the person

whoundertakes the works or services hereunder, but shall not be

responsible for rectification of any Defects and/or maintenance of works

carried out by other agencies $ The Authority shall transfer 75% (seventy five per cent) of the amount so received to the

first ranked bidder whose bid shall have been matched by the Contractor. 13.5.2 The works undertaken in accordance with this Clause 13.5 shall conform to

the Specifications and Standards and shall be carried out in a manner that

minimizes disruption to the Project. The provisions of this Agreement,

insofar as they relate to Works and Tests, shall apply mutatis mutandis to

the works carried out under this Clause 13.5.

*******

Page 112: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 65 of 277

ARTICLE 14

TRAFFIC REGULATION

14.1 Traffic regulation by the Contractor 14.1.1 The Contractor shall take all the required measures and make arrangements

for the safety of any persons and vehicles on or about the Site during the

construction of the Railway Project or a Section thereof in accordance with

Good Industry Practice, and Applicable Laws. It shall provide, erect and

maintain all such barricades, signs, markings, flags, and lights as may be

required by Good Industry Practice for the safety of the traffic using any

public roads or access along or across the Section under construction. 14.1.2 All works shall be carried out in a manner creating least interference to

traffic passing along or across the Railway Project or a Section thereof. The

Contractor shall ensure that proper passage is provided for the traffic.

Where it is not possible or safe to allow traffic on the existing road or

passage, a temporary diversion of proper specifications shall be constructed

by the Contractor at its own cost. The Contractor shall take prior approval

of the Authority’s Engineer for any proposed arrangement for traffic

regulation during Construction, which approval shall not be unreasonably

withheld. 14.1.3 In the event any construction work is required to be executed in close

proximity of an existing operating system of Railways, the Contractor shall

make arrangements for the safety of such system in accordance with the

provisions of the ‘Compendium of Instructions on Safety at work Sites’

issued by the Authority and Good Industry Practice.

*******

Page 113: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 66 of 277

ARTICLE 15

DEFECTS LIABILITY

15.1 Defects Liability Period 15.1.1 The Contractor shall be responsible for all the Defects and deficiencies,

except usual wear and tear in the Railway Project or any part thereof, till

the expiry of a period of 2 (two) years commencing from the date of

Provisional Certificate or expiry of a period 18 (eighteen) months from the

date of Completion Certificate, whichever is later (the “Defects Liability

Period”). 15.1.2 Without prejudice to the provisions of Clause 15.1.1, the Defects Liability

Period for and in respect of any Structure or Important Bridge specified in

Schedule B, or interlocking and telecom switching equipment comprising a

new technology shall be deemed to be extended by a further period of 2

(two) year after the expiry of the Defects Liability Period specified in Clause

15.1.1. 15.2 Remedy and rectification of Defects and deficiencies 15.2.1 Without prejudice to the provisions of Clause 15.2.2, the Contractor shall

repair or rectify all Defects and deficiencies observed by the Authority’s

Engineer during the Defects Liability Period within a period of 15 (fifteen)

days from the date of notice issued by the Authority’s Engineer in this

behalf, or within such reasonable period as may be determined by the

Authority’s Engineer at the request of the Contractor, in accordance with

Good Industry Practice. 15.2.2 During a period of 2 (two) months from the date of issuance of Completion

Certificate, the Contractor shall retain sufficient staff and spares at Project

for procuring prompt replacement, installation or re-installation of any

defective parts of (a) the SCADA system; and (b) traction sub-stations and

switching posts. 15.3 Cost of remedying Defects

For the avoidance of doubt, any repair or rectification undertaken in

accordance with the provisions of Clause 15.2, including any additional

tests, shall be carried out by the Contractor at its own risk and cost, to the

extent that such rectification or repair is attributable to:

(a) the design of the Project;

(b) Works, Plant, Materials or workmanship not being in accordance

with this Agreement and the Specifications and Standards;

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

the Contractor; or

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

this Agreement.

Page 114: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 67 of 277

15.4 Contractor’s failure to rectify Defects

In the event that the Contractor fails to repair or rectify such Defect or

deficiency within the period specified in Clause 15.2, the Authority shall be

entitled to get the same repaired, rectified or remedied at the Contractor’s

cost so as to make the Railway Project conform to the Specifications and

Standards and the provisions of this Agreement. All costs consequent

thereon shall, after due consultation with the Authority and the Contractor,

be determined by the Authority’s Engineer. The cost so determined, and an

amount equal to 20% (twenty per cent) of such cost as Damages, shall be

recoverable by the Authority from the Contractor and may be deducted by

the Authority from any monies due to the Contractor. 15.5 Contractor to search cause 15.5.1 The Authority’s Engineer may instruct the Contractor to examine the cause

of any Defect in the Works or part thereof before the expiry of the Defects

Liability Period. 15.5.2 In the event any Defect identified under Clause 15.5.1 is attributable to the

Contractor, the Contractor shall rectify such Defect within the period

specified by the Authority’s Engineer, and shall bear the cost of the

examination and rectification of such Defect. 15.5.3 In the event such Defect is not attributable to the Contractor, the

Authority’s Engineer shall, after due consultation with the Authority and the

Contractor, determine the costs incurred by the Contractor on such

examination and notify the same to the Contractor, with a copy to the

Authority, and the Contractor shall be entitled to payment of such costs by

the Authority. 15.6. Extension of Defects Liability Period 15.6.1 The Defects Liability Period shall be deemed to be extended till the

identified Defects under Clause 15.2 have been remedied. 15.6.2 Any Materials or Works with Defects identified under Clause 15.2 and

replaced or repaired during the Defects Liability Period or the extended

Defects Liability Period, as the case may be, would be further warranted for

a period of twelve (12) months from the date of completion of such repair

or replacement. 15.6.3 The Contractor shall upon termination or expiry of this Agreement or upon

expiry of the Defects Liability Period, assign any outstanding benefit in

respect of any subcontract or any warranty, to the Authority or to such

other person as the Authority may direct.

*******

Page 115: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 68 of 277

ARTICLE 16

AUTHORITY’S ENGINEER

16.1 Appointment of the Authority’s Engineer 16.1.1 The Authority shall appoint a railway engineer, to be the engineer under

this Agreement (the “Authority’s Engineer”). 16.1.2 The appointment of the Authority’s Engineer shall be made no later than 15

(fifteen) days from the date of this Agreement. The Authority shall notify

the appointment or replacement of the Authority’s Engineer to the

Contractor. 16.1.3 The staff of the Authority’s Engineer shall include suitably qualified

engineers and other professionals who are competent to assist the

Authority’s Engineer to carry out its duties. 16.2 Duties and functions of the Authority’s Engineer 16.2.1 The Authority’s Engineer shall perform its duties and discharge its functions

in accordance with the provisions of this Agreement, and substantially in

accordance with the duties and responsibilities set forth in Annex 1 of

Schedule L, but subject to obtaining prior written approval of the Authority

before determining:

(a) any Time Extension;

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

(c) the Termination Payment;

(d) providing Power Block or Traffic Block to the Contractor;

(e) approval of engineering scale plan, and signaling plan and route

control chart;

(f) approval of disconnections for modification of signaling and telecom

works, or

(g) any other matter which is not specified in (a) to (f) above and which

creates an obligation or liability on either Party for a sum exceeding

Rs.5,000,000 (Rupees fifty lakh). 16.2.2 No decision or communication of the Authority’s Engineer shall be effective

or valid unless it is accompanied by an attested true copy of the approval of

the Authority for and in respect of any matter specified in Clause 16.2.1. 16.2.3 The Authority’s Engineer shall submit regular periodic reports, at least once

every month, to the Authority in respect of its duties and functions assigned

to him for the project. Such reports shall be submitted by the Authority’s

Engineer within 10 (ten) days of the beginning of every month. 16.2.4 A true copy of all communications sent by the Authority to the Authority’s

Page 116: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 69 of 277

Engineer and by the Authority’s Engineer to the Authority shall be sent

forthwith by the Authority’s Engineer to the Contractor. 16.2.5 A true copy of all communications sent by the Authority’s Engineer to the

Contractor and by the Contractor to the Authority’s Engineer shall be sent

forthwith by the Authority’s Engineer to the Authority. 16.3 Authorised signatories

The Authority’s Engineer will designate and notify to the Contractor up to 2

(two) persons under him to sign for and on behalf of the Authority’s

Engineer, and any communication or document required to be signed by

the Authority’s Engineer shall be valid and effective only if signed by any of

the designated persons; provided that the Authority’s Engineer may, by

notice in writing, substitute any of the designated persons by any of its

employees. 16.4 Instructions of the Authority’s Engineer 16.4.1 The Authority’s Engineer may issue to the Contractor instructions for

remedying any Defect. The Contractor shall take such instructions from the

Authority’s Engineer only. 16.4.2 The instructions issued by the Authority’s Engineer shall be in writing.

However, if the Authority’s Engineer issues any oral instructions to the

Contractor, it shall confirm in writing the oral instructions within 2 (two)

working days of issuing them. 16.4.3 In case the Contractor does not receive the confirmation of the oral

instructions within the time specified in Clause 16.4.2, the Contractor shall

seek the written confirmation of the oral instructions from the Authority’s

Engineer and shall obtain acknowledgement from the Authority’s Engineer

of the communication seeking written confirmation. In case of failure of the

Authority’s Engineer to reply to the Contractor within 2 (two) days of the

receipt of the communication from the Contractor, the Contractor may not

carry out the instruction. 16.5 Determination by the Authority’s Engineer 16.5.1 The Authority’s Engineer shall consult with each Party in an endeavor to

reach agreement wherever this Agreement provides for the determination

of any matter by the Authority’s Engineer. If such agreement is not

achieved, the Authority’s Engineer shall make a fair determination in

accordance with this Agreement having due regard to all relevant

circumstances. The Authority’s Engineer shall give notice to both the Parties

of each such agreement or determination, with supporting particulars. 16.5.2 Each Party shall give effect to each agreement or determination made by the

Authority’s Engineer in accordance with the provisions of this Agreement.

Provided, however, that if any Party disputes any instruction, decision,

direction or determination of the Authority’s Engineer, the Dispute shall be

resolved in accordance with the Dispute Resolution Procedure.

Page 117: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 70 of 277

16.6 Remuneration of the Authority’s Engineer

The remuneration, cost and expenses of the Authority’s Engineer shall be

borne by the Authority. 16.7 Replacement of the Authority’s Engineer 16.7.1 The Authority may, in its discretion, replace the Authority’s Engineer at any

time, but only upon appointment of another Authority’s Engineer in

accordance with Clause 16.1. 16.7.2 If the Contractor has reasons to believe that the Authority’s Engineer is not

discharging its duties and functions in accordance with the provisions of this

Agreement, it may make a written representation to the Authority and seek

replacement of the Authority’s Engineer. Upon receipt of such

representation, the Authority shall hold a tripartite meeting with the

Contractor and Authority’s Engineer and make best efforts for an amicable

resolution of the Dispute. After due consideration, The Authority will decide

about the replacement of Authority’s Engineer or otherwise. In the event

that the Authority’s Engineer is to be replaced, the Authority shall appoint

forthwith another Authority’s Engineer in accordance with Clause 16.1. 16.8 Interim Arrangement

In the event that the Authority has not appointed an Authority’s Engineer,

or the Authority’s Engineer so appointed has relinquished its functions, the

Authority may, in the interim, designate and authorize any person to

discharge the functions of the Authority’s Engineer in accordance with the

provisions of this Agreement, save and except that such person shall not

exercise any functions relating to review, comment, approval or inspection

as specified in this Agreement for and in respect of the Authority’s Engineer,

and such functions shall be discharged as and when an Authority’s Engineer

is appointed in accordance with the provisions of this Agreement. Provided,

however, that nothing contained in this Clause 16.8 shall in any manner

restrict the rights of the Authority to enforce compliance of the provisions

of this Agreement.

*******

Page 118: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 71 of 277

Part IV

Financial Covenants

Page 119: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 72 of 277

ARTICLE 17

PAYMENTS

17.1 Contract Price 17.1.1 The Authority shall make payments to the Contractor for the Works on the

basis of the lump sum price accepted by the Authority in consideration of the

obligations specified in this Agreement for an amount of Rs. ***** (Rs. ****)

(the “Contract Price”), which shall be subject to adjustments in accordance

with the provisions of this Agreement. The Parties further agree that save and

except as provided in this Agreement, the Contract Price shall be valid and

effective until issue of Completion Certificate.

17.1.2 The Contract Price includes all duties, taxes, royalty, and fees that may be

levied in accordance with the laws and regulations in force as on the Base Date

on the Contractor’s equipment, Plant, Materials and supplies acquired for the

purpose of this Agreement and on the on the Works undertaken under this

Agreement. Nothing in this Agreement shall relieve the Contractor from its

responsibility to pay any tax including any tax that may be levied in India on

profits made by it in respect of this Agreement.

17.1.3 The Contract Price shall not be adjusted for any change in duties, taxes etc.

specified in Clause 17.1.2 above, save and except as specified in Clauses 17.8

and 17.13. 17.1.4 The Contract Price shall not be adjusted to take account of any unforeseen

difficulties or costs, unless otherwise provided for in this Agreement. 17.1.5 Unless otherwise specified in this Agreement, the Contract Price covers all the

Contractor’s obligations for the Works under this Agreement and all things

necessary for the Construction thereof and for the rectification of any Defects

in the Railway Project. 17.1.6 All payments under this Agreement shall be made in Indian Rupees. 17.2 Advance Payment 17.2.1 The Authority shall make an advance payment (the “Advance Payment”),

equal to 10% (ten per cent) of the Contract Price, for mobilization expenses

and for acquisition of equipment. The Advance Payment shall carry simple

interest at the rate of 9.5% (nine point five per cent) per annum and shall be

made in two instalments of 5% (five per cent) of the contract each.

17.2.2 The Contractor may apply to the Authority for the first instalment of the

Advance Payment at any time after the Appointed Date, along with an

irrevocable and unconditional guarantee from a Bank for an

amountequivalent to 110% (one hundred and ten per cent) of such instalment,

substantially in the form provided at Annex-III of Schedule-F, to remain

Page 120: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 73 of 277

effective till the complete and full repayment thereof. 17.2.3 At any time, after 60 (sixty) days from the Appointed Date, the Contractor may

apply to the Authority for the second instalment of the Advance Payment

along with an irrevocable and unconditional guarantee from a Bank for an

amount equivalent to 110% (one hundred and ten per cent) of such instalment,

substantially in the form provided at Annex-III of Schedule-F, to remain

effective till the complete and full repayment thereof. 17.2.4 The instalments of Advance Payment shall be paid by the Authority to the

Contractor within 15 (fifteen) days of the receipt of its respective requests in

accordance with the provisions of this Clause 17.2. 17.2.5 The Advance Payment shall be recovered through proportionate deductions to

be made in the Interim Payments Certificates issued in accordance with the

provisions of Clause 17.5.2. Deductions of Advance Payment shall commence

from the Interim Payment Certificate in which the cumulative interim

payments certified shall have reached 50% (fifty per cent) of the Contract

Price. The total amount recovered in each Interim Payment Certificate shall be

equal to 30% (thirty per cent) of the amount of interim payment due and

payable under such Interim Payment Certificate, and interest on the amount

being recovered to be calculated from the date of disbursement of the

Advance Payment to the date of recovery until the entire Advance Payment

together with interest is recovered. For the avoidance of doubt, the Parties

agree that in the event the total payment specified in any Interim Payment

Certificate exceeds the limit of 50% (fifty per cent) of the Contract Price, the

proportionate of recovery hereunder shall be restricted to the amount

exceeding 50% (fifty per cent) of the Contract Price. By way of illustration, the

Parties agree that if the first recovery of say, Rupees ‘x’ is made after 20

(twenty) months from the date of 1st

(first) instalment of the Advance

Payment, the interest will be recovered on Rupees ‘x’ for a period of 20

(twenty) months; and when the next recovery is made in the following month

for say, Rupees ‘y’, interest on Rupees ‘y’ will be computed for a period of 21

(twenty one) months. The Parties further agree that no payments in excess of

90% (ninety per cent) of the Contract Price shall be released until the Advance

Payment, including interest thereon, has been fully recovered. 17.2.6 If the Advance Payment has not been fully repaid prior to Termination under

Clause 19.7 or Article 21, as the case may be, the whole of the balance then

outstanding shall immediately become due and payable by the Contractor to

the Authority. In the event of Termination for Contractor Default, the Advance

Payment shall be deemed to carry interest at an annual rate of 3% (three per

cent) above the Bank Rate from the date of Advance Payment to the date of

recovery by encashment of bank guarantee for the Advance Payment. For the

avoidance of doubt, the aforesaid interest shall be payable on each instalment

of the Advance Payment, regardless of whether the instalment or any part

thereof has been repaid to the Authority prior to Termination.

Page 121: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 74 of 277

17.3 Procedure for estimating the payment for the Works 17.3.1 The Authority shall make interim payments to the Contractor, as certified by

the Authority’s Engineer on completion of a stage, for a length, number or area

as specified, and valued in accordance with the proportion of the Contract

Price assigned to each item and its stage and payment procedure in Schedule-

G. 17.3.2 The Contractor shall base its claim for interim payment for the stages

completed till the end of the month for which the payment is claimed, valued

in accordance with Clause 17.3.1, supported with necessary particulars and

documents in accordance with this Agreement. 17.3.3 Any reduction in the Contract Price arising out of Change of Scope or the

Works withdrawn under Clause 8.3, as the case may be, shall not affect the

amounts payable for the items or stage payments thereof which are not

affected by such Change of Scope or withdrawal. For the avoidance of doubt

and by way of illustration, the Parties agree that if the amount assigned to

Important Bridges and/or Major Bridges is reduced from Rs.100 crore to Rs. 80

crore owing to Change of Scope or withdrawal of Works, as the case may be,

the reduction in payment shall be restricted to the relevant payments for

Important Bridges and/or Major Bridges and the payment due in respect of all

other stage payments under the item Important Bridges and/or Major Bridges

shall not be affected in any manner. The Parties further agree that the

adjustments arising out of the aforesaid modifications shall be carried out in a

manner that the impact of such modifications is restricted to the said Change

of Scope or withdrawal, as the case may be, and does not alter the payments

due for and in respect of items or stage payments which do not form part of

such Change of Scope or withdrawal. 17.4 Stage Payment Statement for Works

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

3 copies, by the 7th

(seventh) day of a month to the Authority’s Engineer in the

form set forth in Schedule-M, showing the amount calculated in accordance

with Clause 17.3 to which the Contractor considers itself entitled for the

completed stage(s) of Works. The Stage Payment Statement shall be

accompanied with the progress reports and any other supporting documents.

The Contractor shall not submit any claim for payment of incomplete stages of

work. In the event that there is no claim for a month in accordance with the

provisions of this Clause 17.4, the Contractor shall submit a nil claim to the

Authority’s Engineer.

17.5 Stage Payment for Works

17.5.1 Within 10 (ten) days of receipt of the Stage Payment Statement from the

Contractor pursuant to Clause 17.4, the Authority’s Engineer shall broadly

Page 122: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 75 of 277

determine the amount due to the Contractor and recommend the release of

90 (ninety) per cent of the amount so determined as part payment against the

Stage Payment Statement, pending issue of the Interim Payment Certificate by

the Authority’s Engineer. Within 10 (ten) days of the receipt of

recommendation of the Authority’s Engineer, the Authority shall make

electronic payment directly to the Contractor’s bank account.

17.5.2 Within 15 (fifteen) days of the receipt of the Stage Payment Statement

referred to in Clause 17.4, the Authority’s Engineer shall determine and shall

deliver to the Authority and the Contractor an IPC certifying the amount due

and payable to the Contractor, after adjusting the payments already released

to the Contractor against the said statement. For the avoidance of doubt, the

Parties agree that the IPC shall specify all the amounts that have been

deducted from the Stage Payment Statement and the reasons therefor. 17.5.3 In cases where there is a difference of opinion as to the value of any stage, the

opinion of the Authority’s Engineer shall prevail and interim payments shall be

made to the Contractor on this basis; provided that the foregoing shall be

without prejudice to the Contractor’s right to raise a Dispute. 17.5.4 The Authority’s Engineer may, for reasons to be recorded, withhold from

payment:

(a) the estimated value of work or obligation that the Contractor has failed

to perform in accordance with this Agreement and in respect of which

the Authority’s Engineer had notified the Contractor; and

(b) the estimated cost of rectification of any Works which have not been

constructed in accordance with this Agreement. 17.5.5 Payment by the Authority shall not be deemed to indicate the Authority's

acceptance, approval, consent or satisfaction with the work done. 17.5.6 In the event the amounts released by the Authority under Clause 17.5.1 exceed

the amount finally determined by the Authority’s Engineer pursuant to Clauses

17.5.2 to 17.5.4, the difference thereof shall be accounted for in the next IPC. 17.6 Payment of Damages

17.6.1 The Contractor may claim Damages due and payable to it in accordance with

the provisions of this Agreement. 17.6.2 The Authority’s Engineer shall issue the IPC within 15 (fifteen) days of the

receipt of the claim under Clause 17.6.1, after making adjustments in

accordance with the provisions of this Agreement. The Authority shall pay to

the Contractor the amount due under such IPC within a period of 30 (thirty)

days from the date of the submission of the claim under this Clause 17.6. In the

event of the failure of the Authority to make payment to the Contractor within

the specified time, the Authority shall be liable to pay to the Contractor

Page 123: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 76 of 277

interest thereon and the provisions of Clause 17.7 shall apply mutatis mutandis

thereto. 17.7 Time of payment and interest 17.7.1 The Authority shall pay to the Contractor any amount due under any payment

certificate issued by the Authority’s Engineer in accordance with

the provisions of this Article 17, or in accordance with any other clause of this

Agreement as follows:

(a) Payment shall be made no later than 30 (thirty) days from the date of

submission of the Stage Payment Statement by the Contractor to the

Authority’s Engineer for certification in accordance with the provisions

of Clause 17.4 for an IPC; provided, however, that in the event the IPC is

not issued by the Authority’s Engineer within the aforesaid period of 30

(thirty) days, the Authority shall pay the amount shown in the

Contractor’s Stage Payment Statement and any discrepancy therein

shall be adjusted in the next payment certificate; and

(b) payment shall be made no later than 30 (thirty) days from the date of

submission of the Final Payment Certificate for Works along with the

discharge submitted to the Authority’s Engineer for certification in

accordance with the provisions of Clause 17.12. 17.7.2 In the event of failure of the Authority to make payment to the Contractor

within the time period specified in this Clause 17.7, the Authority shall be liable

to pay to the Contractor interest at a rate equal to the Bank Rate plus 3%

(three per cent), calculated at quarterly rests, on all sums remaining unpaid

from the date by which the same should have been paid, calculated in

accordance with the provisions of Clause 17.7.1 (a) and (b) and till the date of

actual payment.

17.8 Price adjustment for Works

17.8.1 The amounts payable to the Contractor for Works shall be adjusted in

accordance with the provisions of this Clause 17.8. 17.8.2 Subject to the provisions of Clause 17.8.3, the amounts payable to the

Contractor for Works shall be adjusted in the IPC issued by the Authority’s

Engineer for the increase or decrease in the index cost of inputs for the works,

by the addition or subtraction of the amounts determined by the formulae

specified in Clause 17.8.4. 17.8.3 To the extent that any compensation or reimbursement for increase or

decrease in costs to the Contractor is not covered by the provisions of this or

other Clauses in this Agreement, the costs and prices payable under this

Agreement shall be deemed to include the amounts required to cover the

Page 124: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 77 of 277

contingency of such other increase or decrease of costs and prices. 17.8.4 The Contract Price shall be adjusted for increase or decrease in rates and prices

of labour, Materials, fuel and lubricants, equipment, Machinery, Plant and

other Materials or inputs in accordance with the principles, procedures and

formulae specified below:

(a) Price adjustment shall be applied on completion of the specified stage of the respective item of work in accordance with Schedule-G;

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

(c) Deleted

(d) Deleted

(e) Deleted

(f) Deleted

(g) Deleted

(h) Deleted

(i) The following expressions and meanings are assigned to the value of

the work done for electrification works:

OHE = Value of work done for the completion of a stage under the item

Overhead Equipment Work; SP = Value of work done for the completion of a stage under the item

Switching Posts;

TRANSBOO = Value of work done for the completion of a stage under the item Booster

Transformer; TRANSAUX = Value of work done for the completion of a stage under the item

Auxiliary Transformer; TSS = Value of work done for the completion of a stage under the item Traction Sub

Station; TLOH = Value of work done for the completion of a stage under the item High Voltage

Transmission Line Overhead including monopole; TLUG = Value of work done for the completion of a stage under the item Underground

High Tension Cable Transmission Line;

Page 125: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 78 of 277

BAY = Value of work done for the completion of a stage under the item Bay

Augmentation work at Grid Sub-Station/Terminal arrangement at TSS; SCADA = Value of work done for the completion of a stage under the item SCADA; ELEGWK = Value of work done for the completion of a stage under the item various

electrical general services works; MODHTPWRLINE = Value of work done for the completion of a stage under the item

modification of HT power lines and crossings (raising of height); MODHTLTOUG = Value of work done for the completion of a stage under the item

modification of HT power lines and crossings to underground (replacement by

underground cabling); MODLTLTOUG = Value of work done for the completion of a stage under the item

modification of LT power lines and crossings to underground (replacement by

underground cabling); EXTNLTPWRSPLY = Value of work done for the completion of a stage under the item

extension/augmentation of power supply for CLS work; EXTNPWRSUPLY = Value of work done for the completion of a stage under the item

extension/augmentation of general power supply; MODELETRICAL = Value of work done for the completion of a stage under the item

modification to existing electrical works; INVELECTRICAL = Value of work done for the completion of a stage under the item

inventory electrical; SIGMOD = Value of work done for the completion of a stage under the item Signaling

System Modification; INVSIG = Value of work done for the completion of a stage under the item signaling

inventory; TESTSIG = Value of work done for the completion of a stage under the item integrated

testing and commissioning; COMMOD = Value of work done for the completion of a stage under the item

Telecommunications modifications; INVCOM = Value of work done for the completion of a stage under the item

telecommunication inventory; TESTCOM = Value of work done for the completion of a stage under the item

integrated testing and commissioning; and CIVENG = Value of work done for the completion of a stage under the item Civil

Engineering works. (j) Price adjustment for changes in cost for electrification works shall be paid in

accordance with the following formula:

(i) VOHE = 0.85 OHE x [PLB x (LBi – LBo)/LBo + PC x (Ci – Co)/Co + PSST x

Page 126: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 79 of 277

(SSTi – SSTo)/SSTo + PCU x (CUi – CUo)/CUo + PINS x (INSi – INSo)/

INSo];

(ii) VSP = 0.85 SP x [PLB x (LBi – LBo)/LBo + PC x (Ci – Co)/ Co + PSWGR x

(SWGRi – SWGRo)/SWGRo];

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

SSTo)/SSTo + PTR x (TRi – TRo)/TRo];

(iv) VTRANSAUX = 0.85 TRANSAUX x [PLB x (LBi – LBo)/LBo + PSST x (SSTi –

SSTo)/SSTo + PTR x (TRi – TRo)/TRo];

(v) VTSS = 0.85 TSS x [PLB x (LBi – LBo)/LBo + PTR (TRi – TRo)/TRo + PC x (Ci

– Co)/ Co + PSST x (SSTi – SSTo)/SSTo + PSWGR x (SWGRi –

SWGRo)/SWGRo];

(vi) VTLOH = 0.85 TLOH x [PLB x (LBi – LBo)/LBo + PSST x (SSTi – SSTo)/SSTo

+ PCOND x (CONDi – CONDo)/CONDo + PC x (Ci – Co)/ Co + PINS x (INSi

– INSo)/ INSo + POTH x (OTHi – OTHo)OTHo];

(vii) VTLUG = 0.85 TLUG x [PLB x (LBi – LBo)/LBo + PIC x (ICi – ICo)/ICo];

(viii) VBAY = 0.85 BAY x [PLB x (LBi – LBo)/LBo + PSST x (SSTi – SSTo)/SSTo +

PC x (Ci – Co)/ Co + PCU x (CUi – CUo)/CUo];

(ix) VSCADA = 0.85 SCADA x [PLB x (LBi – LBo)/LBo + PELEX x (ELEXi –

ELEXo)/ELEXo];

(x) VELEGWK = 0.85 ELEGW x [PLB x (LBi – LBo)/LBo + POTH x (OTHi –

OTHo)OTHo];

(xi) VMODHTPWRLINE = 0.85 MODHTPWRLINE x [PLB x (LBi – LBo)/LBo +

PSST x (SSTi – SSTo)/SSTo + POTH x (OTHi – OTHo)/OTHo];

(xii) VMODHTLTOUG = x0.85 MODHTLTOUG x [PLB x (LBi – LBo)/LBo + PIC x

(ICi – ICo)/ICo + POTH x (OTHi – OTHo)/OTHo];

(xiii) VMODLTLTOUG = 0.85 MODLTLTOUG x [PLB x (LBi – LBo)/LBo + PIC x

(ICi – ICo)/ICo + POTH x (OTHi – OTHo)/OTHo];

(xiv) VEXTNLTPWRSPLY = 0.85 EXTNLTPWRSPLY x [PLB x (LBi – LBo)/LBo +

POTH x (OTHi – OTHo)/OTHo];

(xv) VEXTNPWRSUPLY = 0.85 EXTNPWRSUPLY x [PLB x (LBi – LBo)/LBo +

POTH x (OTHi – OTHo)OTHo]; (xvi) VMODELETRICAL = 0.85 MODELETRICAL x [PLB x (LBi – LBo)/LBo + POTH

x (OTHi – OTHo)/OTHo]; (xvii) INVELECTRICAL = 0.85 INVELECTRICAL x [POTH x (OTHi – OTHo)/OTHo]; (xviii) VSIGMOD = 0.85 SIGMOD x [PLB x (LBi – LBo)/LBo + PELEX x (ELEXi –

ELEXo)/ELEXo + PIC x (ICi – ICo)/ICo +POTH x (OTHi – OTHo)/OTHo]; (xix) VINVSIG = 0.85 INVSIG x [POTH x (OTHi – OTHo)/OTHo]; (xx) VTESTSIG = 0.85 TESTSIG x [PLB x (LBi – LBo)/LBo + POTH x (OTHi –

Page 127: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 80 of 277

OTHo)/OTHo]; (xxi) VCOMMOD = 0.85 COMMOD x [PLB x (LBi – LBo)/LBo + PELEX x (ELEXi –

ELEXo)/ELEXo + POFC x (OFCi – OFCo)/OFCo]; (xxii) VINVCOM = 0.85 INVCOM x [POTH x (OTHi – OTHo)/OTHo]; (xxiii) VTESTCOM = 0.85 TESTCOM x [PLB x (LBi – LBo)/LBo + POTH x (OTHi –

OTHo)/OTHo]; and (xxiv) VCIVENG = 0.85 x CIVENG x [PLB x (LBi – LBo)/LBo + PS x (Si – So)/So +

PC x (Ci – Co)/ Co + POTH x (OTHi – OTHo)/ OTHo]. Where VOHE = Increase or decrease in the cost of Over Head Equipment and other related

works during the period under consideration due to changes in the rates for relevant

components as specified in sub-paragraph (k); VSP = Increase or decrease in the cost of Switch Post and other related works during

the period under consideration due to changes in the rates for relevant components

as specified in sub-paragraph (k); VTRANSBOO = Increase or decrease in the cost of booster transformer and other

related works during the period under consideration due to changes in the rates for

relevant components as specified in sub-paragraph (k); VTRANSAUX = Increase or decrease in the cost of auxiliary transformer and other

related works during the period under consideration due to changes in the rates for

relevant components as specified in sub-paragraph (k); VTSS = Increase or decrease in the cost of Traction Sub-Station and other related

works during the period under consideration due to changes in the rates for relevant

components as specified in sub-paragraph (k); VTLOH = Increase or decrease in the cost of overhead transmission line and related

works during the period under consideration due to changes in the rates for relevant

components as specified in sub-paragraph (k); VTLUG = Increase or decrease in the cost of underground high voltage transmission

line and related works during the period under consideration due to changes in the rates for relevant components as specified in sub-paragraph (k); VBAY = Increase or decrease in the cost of bay augmentation work at grid sub-station/

terminal arrangement at TSS and related works during the period under consideration

due to changes in the rates for relevant components as specified in sub-paragraph (k); VSCADA = Increase or decrease in the cost of SCADA and related works during the

period under consideration due to changes in the rates for relevant components as

specified in sub-paragraph (k); VELEGWK = Increase or decrease in the cost of various electrical general services

works and related works during the period under consideration due to changes in the

rates for relevant components as specified in sub-paragraph (k);

Page 128: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 81 of 277

VMODHTPWRLINE = Increase or decrease in the cost of modification of HT power lines

and crossings (raising of height) and related works during the period under

consideration due to changes in the rates for relevant components as specified in sub-

paragraph (k); VMODHTLTOUG = Increase or decrease in the cost of modification of HT power lines

and crossings to underground (replacement by underground cabling) and related

works during the period under consideration due to changes in the rates for relevant

components as specified in sub-paragraph (k); VMODLTLTOUG = Increase or decrease in the cost of modification of LT power lines

and crossings to underground (replacement by underground cabling) and related

works during the period under consideration due to changes in the rates for relevant

components as specified in sub-paragraph (k); VEXTNLTPWRSPLY = Increase or decrease in the cost of extension/augmentation of

power supply for CLS work and related works during the period under consideration

due to changes in the rates for relevant components as specified in sub-paragraph (k); VEXTNPWRSUPLY = Increase or decrease in the cost of extension/augmentation of

general power supply and related works during the period under consideration due to

changes in the rates for relevant components as specified in sub-paragraph (k); VMODELETRICAL = Increase or decrease in the cost of modification to existing

electrical works and related works during the period under consideration due to

changes in the rates for relevant components as specified in sub-paragraph (k); VINVELECTRICAL = Increase or decrease in the cost of inventory electrical during the

period under consideration due to changes in the rates for relevant components as

specified in sub-paragraph (k); VSIGMOD = Increase or decrease in the cost of signalling system modification and

related works during the period under consideration due to

changes in the rates for relevant components as specified in sub-paragraph (k); VINVSIG = Increase or decrease in the cost of signalling inventory during the period

under consideration due to changes in the rates for relevant components as specified

in sub-paragraph (k); VTESTSIG = Increase or decrease in the cost of SCADE and related works during the

period under consideration due to changes in the rates for relevant components as

specified in sub-paragraph (k); VCOMMOD = Increase or decrease in the cost of communication and related works

during the period under consideration due to changes in the rates for relevant

components as specified in sub-paragraph (k); VINVCOM = Increase or decrease in the cost of telecommunication inventory during

the period under consideration due to changes in the rates for relevant components

as specified in sub-paragraph (k); VTESTCOM = Increase or decrease in the cost of integrated testing and commissioning

and related works during the period under consideration due to changes in the rates

Page 129: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 82 of 277

for relevant components as specified in sub-paragraph (k); VCIVENG = Increase or decrease in the cost of civil engineering and related works

during the period under consideration due to changes in the rates for relevant

components as specified in sub-paragraph (k); PC, PCOND, PCU, PELEX, PINS, PLB, POFC, PSWGR, , PPC, and PSST are the percentages

of cement, conductor, copper wire, electronic items, insulators, labour, fiber optic

cables, electrical switch gears, PVC insulated cable and structural steel respectively for

the relevant item as specified in sub-paragraph (k); Co = The wholesale price index as published by the Ministry of Commerce & Industry,

Government of India (hereinafter called “WPI”) for grey cement for the month of the

Base Date; Ci = The WPI for grey cement for the month three months prior to the month to which

the IPC relates; CONDo = the WPI conductors for the month of the Base Date; CONDi = The WPI for conductors for the month three months prior to the month to

which the IPC relates; CUo = The WPI for copper (all types) for the month of the Base Date; CUi = The WPI for copper (all types) for the month three months prior to the month to

which the IPC relates; ELEXo = The WPI for electronic items for the month of the Base Date; ELEXi = The WPI for electronic items for the month three months prior to the month to

which the IPC relates; INSo = The WPI for insulators for the month of the Base Date; INSi = The WPI for insulators for the month three months prior to the month to which

the IPC relates;

LBo = The consumer price index for industrial workers for the [circle ****

in the State of ***] published by Labour Bureau, Ministry of Labour, Government of India,

(hereinafter called “CPI”) for the month of the Base Date; LBi = The CPI for the month three months prior to the month to which the IPC relates; OFCo = The WPI for optical fiber cables for the month of the Base Date; OFCi = The WPI for optical fiber cables for the month three months prior to the month

to which the IPC relates; Oo = The WPI for all commodities for the month of the Base Date; Oi = The WPI for all commodities for the month three months prior to the month to

which the IPC relates; PCo = The WPI for PVC insulated cable for the month of the Base Date; PCi = The WPI for PVC insulated cable for the month three months prior to the month

to which the IPC relates;

Page 130: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 83 of 277

So = The WPI for steel (rods) for the month of the Base Date; Si = The WPI for steel (rods) for the month three months prior to the month to which

the IPC relates; SSTo = The WPI for structural steel for the month of the Base Date; SSTi = The WPI for structural steel for the month three months prior to the month to

which the IPC relates; SWGRo = The WPI for electric switch gears for the month of the Base Date; SWGRi = The WPI for electric switch gears for the month three months prior to the

month to which the IPC relates; TRo = The WPI for transformers for the month of the Base Date; and TRi = The WPI for transformers for the month three months prior to the month to

which the IPC relates.

Page 131: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 84 of 277

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

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

Component

Over Head Equipment except other work

Switch Post

except

commissioning

and charging

Boos

ter

Tran

sfor

mer

Stati

on

Traction Sub-Station except

Commissioning and charging

Auxiliary

Transformer

stations

OHE other

works,

commissioning

and charging

of TSS, SP,

Booster

Stage-1 Stage-2 Stage-3 Stage-4 Stage-5 Stage-6

Stage-1

Stage-2

Stage-3

1

2 3 4 5 6 7 8 9 10 11 12 13 14

Labour (PLB) 24.84% - 29.91% 6.34% - 14.55% 13.41% -

We

igh

tag

e g

ive

n in

pa

ra 1

7.8

.4 (

k)

(v)

sha

ll b

e a

pp

lica

ble

fo

r th

ese

sta

ge

s.

4.12% 1.00% 14.13% 100.00%

Cement (PC) 74.55% - 23.71% - - 14.42% - - - - -

Structural Steel (PSST) 00.61% 100.00% 46.38% 60.90% - 28.77% 07.79% - 80.77% 11.00% - -

Insulators (PINS) - - - 32.75% - 6.86% - - 4.23% - - -

Copper Wire (PCU) - - - - 100.00% 49.07% - - 10.88% - - -

Transformer (PTR) - - - - - 0.75% - - - 78.00% 85.87% -

Electrical Switchgear

(PSWGR) - -

- - - 64.38% - - 21.00% - -

Total 100.00% 100.00% 100.00% 100.00% 100.00% 100.00% 100.00% - 100.00% 100.00% 100.00% 100.00%

Page 132: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 85 of 277

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

(ii) For Transmission Lines overhead, underground high tension cable transmission line, bay augmentation work at Grid Sub-Station etc.,

various electrical general services works and modification of HT lines and crossings (raising of height):

Component

Transmission lines

overhead including

monopole except

commissioning

Underground high

tension cable

transmission line except

commissioning

Bay augmentation work

at Grid Sub-Station /

terminal arrangement at

TSS

Various

electrical

general

services works

Commissioning of Transmission

Lines overhead, underground high

tension cable transmission line,

bay augmentation work

1 2 3 4 5 7

Labour (PLB) - - - - -

Structural Steel - - - - -

Cement (PC) - - - -

Conductor (PCOND) - - - - -

PVC Insulated Cable (PIC) - - - - -

Copper Wire (PCU) - - - - -

Insulators (PINS) - - - - -

Other items (POTH) - - - - -

Total - - - - -

Page 133: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 86 of 277

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

(iii) For SCADA, modification of HT power lines and crossings to underground (replacement by underground cabling), modification of LT

power lines and crossings to underground (replacement by underground cabling except commissioning) Extension/augmentation of

power supply for CLS work, extension/augmentation of general power supply, modification to existing electrical works):

Component

SCADA except

commissioning

for the Division

Modification of HT

power lines and

crossings to

underground

(replacement by

underground

cabling) except

commissioning

Modification of LT

power lines and

crossings to

underground

(replacement by

underground

cabling) except

commissioning

Extension/augmentation

of power supply for CLS

work except

commissioning

Extension/augmentation

of general power supply

modification

to existing

electrical

works

1 2 3 4 5 6 7

Labour (PLB) 08.18% 15.00% 34.00% 20.00% 27.00% 100.00%

Electronics (PELEX) 83.48% - - - - -

PVC Insulated Cable (PIC) - 65.00% 37.00% 64.00% 5.00% -

Fibre Cable (POFC) - - - - - -

All other commodities (POTH) 08.33% 20.00% 29.00% 16.00% 68.00% -

Total 100.00% 100.00% 100.00% 100.00% 100.00% 100.00%

Page 134: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 87 of 277

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

inventory for electrification. Signalling and telecommunication works; and

integrated testing and commissioning of the electrification, signalling and

telecommunication works

Component Modification

of signalling

works

Modification of

telecommunications

works

Inventory for

electrification.

signalling and

telecommunication

works

Integrated testing

and commissioning

of electrification.

signalling and

telecommunication

works

Labour (PLB) 22.27% 15.75% - 90.00%

Electronics

(PELEX) 07.82% 09.84% - -

PVC

Insulated

Cable (PIC)

36.70% 44.49% - -

Fibre Cable

(POFC) - 00.36% - -

All other

commodities

(POTH)

33.21% 29.56% 100.00% 10.00%

Total 100.00% 100.00% 100.00% 100.00%

(v) For Civil Engineering Works:

Component Civil Engineering Works

Labour (PLB) 30.00%

Steel (PS) 08.00%

Cement (PC) 14.00%

All other commodities (POTH) 48.00%

Total 100%

17.8.5 In case an IPC relates to a month which is within 3 (three) months

from the Base Date, no price adjustment shall be applicable.

17.9 Restrictions on price adjustment

Price adjustment shall be due and payable only in respect of the

stages of Works for which the Stage Payment Statement has been

submitted by the Contractor no later than 30 (thirty) days from the

date of the applicable Project Milestone or the Scheduled

Completion Date, as the case may be, including any Time Extension

granted therefore in accordance with the provisions of this

Agreement. For the avoidance of doubt, in the event of submission

of any Stage Payment Statement after the period specified herein,

price adjustment shall be applicable only until the date of the

respective Project Milestone or the Scheduled Completion Date, as

the case may be. 17.10 Final Payment Statement 17.10.1 Within 60 (sixty) days of receiving the Completion Certificate under Clause

Page 135: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 88 of 277

12.4, the Contractor shall submit to the Authority’s Engineer six copies of a

final payment statement (the “Final Payment Statement”), with supporting

documents, in the form prescribed by the Authority’s Engineer:

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

as submitted in accordance with Clause 17.4;

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

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

Authority.

If the Authority’s Engineer disagrees with or cannot verify any part of the

Final Payment Statement, the Contractor shall submit such further

information as the Authority’s Engineer may reasonably require. The

Authority’s Engineer shall deliver to the Authority:

(i) an IPC for those parts of the Final Payment Statement which are not

in dispute, along with a list of disputed items which shall then be

settled in accordance with the provisions of Article 24; or

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

are no disputed items. 17.10.2 If the Authority’s Engineer does not prescribe the form referred to in

Clause 17.10.1 within 15 (fifteen) days of the date of issue of the

Completion Certificate, the Contractor shall submit the statement in such

form as it deems fit. 17.11 Discharge

Upon submission of the Final Payment Statement under Clause 17.10, the

Contractor shall give to the Authority, with a copy to the Authority’s

Engineer, a written discharge confirming that the total of the Final Payment

Statement represents full and final settlement of all monies due to the

Contractor in respect of this Agreement for all the Works arising out of this

Agreement, except for any monies due to either Party on account of any

Defect. Provided that such discharge shall become effective only after the

payment due has been made in accordance with the Final Payment

Certificate issued pursuant to Clause 17.12. 17.12 Final Payment Certificate 17.12.1Within 30 (thirty) days after receipt of the Final Payment Statement under

Clause 17.10, and the written discharge under Clause 17.11, and there

being no disputed items of claim, the Authority’s Engineer shall deliver to

the Authority, with a copy to the Contractor, a final payment certificate (the

“Final Payment Certificate”) stating the amount which, in the opinion of the

Authority’s Engineer, is finally due under this Agreement or otherwise. For

the avoidance of doubt, before issuing the Final Payment Certificate, the

Authority’s Engineer shall ascertain from the Authority all amounts

previously paid by the Authority, all sums due to the Authority, and the

balance, if any, due from the Authority to the Contractor or from the

Page 136: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 89 of 277

Contractor to the Authority, as the case may be. 17.12.2The Authority shall, in accordance with the provisions of Clause 17.7, pay to

the Contractor the amount which is specified as being finally due in the

Final Payment Certificate. 17.13 Change in law

17.13.1If as a result of Change in Law, the Contractor suffers any additional costs in

the execution of the Works or in relation to the performance of its other

obligations under this Agreement, the Contractor shall, within 15 (fifteen)

days from the date it becomes reasonably aware of such addition in costs,

notify the Authority with a copy to the Authority’s Engineer of such

additional costs due to Change in Law. 17.13.2If as a result of Change in Law, the Contractor benefits from any reduction

in costs for the execution of this Agreement or in accordance with the

provisions of this Agreement, either Party shall, within 15 (fifteen) days

from the date it becomes reasonably aware of such reduction in costs,

notify the other Party with a copy to the Authority’s Engineer of such

reduction in costs due to Change in Law. 17.13.3The Authority’s Engineer shall, within 15 (fifteen) days from the date of

receipt of notice from the Contractor or the Authority, as the case may be,

determine any addition or reduction to the Contract Price, as the case may

be, due to the Change in Law. 17.14 Correction of Interim Payment Certificates

The Authority’s Engineer may by an Interim Payment Certificate make any

correction or modification in any previous Interim Payment Certificate

issued by the Authority’s Engineer. 17.15 Authority’s claims

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

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

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

from any amount due to the Contractor, and shall take into consideration

the representation, if any, made by the Contractor in this behalf, before

making such recovery. 17.16 Bonus for early completion

In the event that the Project Completion Date occurs prior to the Scheduled

Completion Date, the Contractor shall be entitled to receive a payment of

bonus equivalent to 0.03% (zero point zero three per cent) of the Contract

Price for each day by which the Project Completion Date precedes the

Scheduled Completion Date, but subject to a maximum of 3% (three per

cent) of the Contract Price. Provided, however, that the payment of bonus,

if any, shall be made only after the issue of the Completion Certificate. For

the avoidance of doubt, the Parties agree that for the purpose of

determining the bonus payable hereunder, the Contract Price shall always

Page 137: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 90 of 277

be deemed to be the amount specified in Clause 17.1.1, and shall exclude

any revision thereof for any reason.

*******

Page 138: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 91 of 277

ARTICLE 18

INSURANCE

18.1 Insurance for Works 18.1.1 The Contractor shall effect and maintain at its own cost the insurances

specified in Schedule-N and as per the requirements of Applicable Laws. 18.1.2 Subject to the provisions of Clause 19.6, the Contractor shall, in accordance

with the provisions of this Agreement, be liable to bear the cost of any loss

or damage that does not fall within the scope of this Article 18 or cannot be

recovered from the insurers. 18.1.3 Subject to the exceptions specified in Clause 18.1.4 below, the Contractor

shall fully indemnify, hold harmless and defend the Authority from and

against any and all losses, damages, costs, charges and/or claims with

respect to:

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

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

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

this Agreement during the execution of the Works or the remedying of any

Defects therein. 18.1.4 Notwithstanding anything stated above in Clause 18.1.3, the Authority shall

fully indemnify the Contractor from and against any and all losses, damages,

costs, charges, proceedings and/or claims arising out of or with respect to

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

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

execution and completion of the Works, or the remedying of any

Defects therein, in accordance with this Agreement; and

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

resulting from any act or neglect of the Authority, its agents,

servants or other contractors, not being employed by the

Contractor.

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

contributory negligence of the Contractor, the Authority shall be liable to

indemnify the Contractor from and against any and all losses, damages,

costs, charges, proceedings and/or claims to the extent proportionate to

the liability of the Authority, its servants or agents or other contractors not

associated with the Contractor in such injury or damage. 18.1.5 Without prejudice to the obligations of the parties as specified under

Clauses 18.1.3 and 18.1.4, the Contractor shall maintain or effect such third

party insurances as may be required under Applicable Laws. 18.1.6 The Contractor shall provide to the Authority, within 30 days of the

Page 139: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 92 of 277

Appointed Date, evidence of professional liability insurance maintained by

its Design Director and/or consultants to cover the risk of professional

negligence in the design of Works. The professional liability cover shall be

for a sum of not less than [3% (three per cent)] of the Contract Price and

shall be maintained until the end of the Defects Liability Period. 18.2 Notice to the Authority

No later than 15 (fifteen) days after the date of this Agreement, the

Contractor shall by notice furnish to the Authority, in reasonable detail,

information in respect of the insurances that it proposes to effect and

maintain in accordance with this Article 18. Within 15 (fifteen) days of

receipt of such notice, the Authority may require the Contractor to effect

and maintain such other insurances as may be necessary pursuant hereto,

and in the event of any difference or disagreement relating to any such

insurance, the Dispute Resolution Procedure shall apply. 18.3 Evidence of Insurance Cover

18.3.1 All insurances obtained by the Contractor in accordance with this Article 18

shall be maintained with insurers on terms consistent with Good Industry

Practice. Within 10 (ten) days of obtaining any insurance cover, the

Contractor shall furnish to the Authority notarized true copies of the

certificate(s) of insurance, copies of insurance policies and premia payment

receipts in respect of such insurance, and no such insurance shall be

cancelled, modified, or allowed to expire or lapse until the expiration of at

least 45 (forty-five) days after notice of such proposed cancellation,

modification or non-renewal has been delivered by the Contractor to the

Authority. The Contractor shall act in accordance with the directions of the

Authority. Provided that the Contractor shall produce to the Authority the

insurance policies in force and the receipts for payment of the current

premia. 18.3.2 The Contractor shall procure and ensure the adequacy of the insurances at

all times in accordance with the provisions of this Agreement. 18.4 Remedy for failure to insure

If the Contractor shall fail to effect and keep in force all insurances for

which it is responsible pursuant hereto, the Authority shall have the option

to either keep in force any such insurances, and pay such premia and

recover the costs thereof from the Contractor, or in the event of

computation of a Termination Payment, treat an amount equal to the

Insurance Cover as deemed to have been received by the Contractor. 18.5 Waiver of subrogation

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

pursuant to this Article 18 shall include a waiver of any and all rights of

subrogation or recovery of the insurers thereunder against, inter alia, the

Authority, and its assigns, successors, undertakings and their subsidiaries,

Affiliates, employees, insurers and underwriters, and of any right of the

insurers to any set-off or counterclaim or any other deduction, whether by

Page 140: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 93 of 277

attachment or otherwise, in respect of any liability of any such person

insured under any such policy or in any way connected with any loss,

liability or obligation covered by such policies of insurance. 18.6 Contractor’s waiver

The Contractor hereby further releases, assigns and waives any and all

rights of subrogation or recovery against, inter alia, the Authority and its

assigns, undertakings and their subsidiaries, Affiliates, employees,

successors, insurers and underwriters, which the Contractor may otherwise

have or acquire in or from or in any way connected with any loss, liability or

obligation covered by policies of insurance maintained or required to be

maintained by the Contractor pursuant to this Agreement (other than third

party liability insurance policies) or because of deductible clauses in or

inadequacy of limits of any such policies of insurance. 18.7 Cross liabilities

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

shall include a cross liability clause such that the insurance shall apply to the

Contractor and to the Authority as separately insured. 18.8 Accident or injury to workmen

Notwithstanding anything contained in this Agreement, it is hereby

expressly agreed between the Parties that the Authority shall not be liable

for or in respect of any damages or compensation payable to any workman

or other person in the employment of the Contractor or Sub-contractor,

save and except as for death or injury resulting from any act, omission or

default of the Authority, its agents or servants. The Contractor shall

indemnify and keep indemnified the Authority from and against all such

claims, proceedings, damages, costs, charges, and expenses whatsoever in

respect of the above save and except for those acts, omissions or defaults

for which the Authority shall be liable. 18.9 Insurance against accident to workmen

The Contractor shall effect and maintain during the Agreement such

insurances as may be required to insure the Contractor’s personnel and any

other persons employed by it on the Railway Project from and against any

liability incurred in pursuance of this Article 18 Provided that for the

purposes of this Clause 18.9, the Contractor’s personnel/any person

employed by the Contractor shall include the Sub-contractor and its

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

Sub-contractor, the Contractor's obligations to insure as aforesaid under

this Clause 18.9 shall be discharged if the Sub-contractor shall have insured

against any liability in respect of such persons in such manner that the

Authority is indemnified under the policy. The Contractor shall require such

Sub-contractor to produce before the Authority, when required, such policy

of insurance and the receipt for payment of the current premium within 10

(ten) days of such demand being made by the Authority.

Page 141: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 94 of 277

18.10 Application of insurance proceeds

The proceeds from all insurance claims, except for life and injury, shall be

applied for any necessary repair, reconstruction, reinstatement,

replacement, improvement, delivery or installation of the Railway Project

and the provisions of this Agreement in respect of construction of Works

shall apply mutatis mutandis to the Works undertaken out of the proceeds

of insurance. 18.11 Compliance with policy conditions

The Contractor expressly acknowledges and undertakes to fully indemnify

the Authority from and against all losses and claims arising from the

Contractor’s failure to comply with conditions imposed by the insurance

policies affected in accordance with this Agreement.

*******

Page 142: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 95 of 277

Part V

Force Majeure and Termination

Page 143: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 96 of 277

ARTICLE 19

FORCE MAJEURE

19.1 Force Majeure

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

“ForceMajeure Event” shall mean occurrence in India of any or all of Non-

Political Event, Indirect Political Event and Political Event, as defined in

Clauses 19.2, 19.3 and 19.4 respectively, if it affects the performance by the

Party claiming the benefit of Force Majeure (the “Affected Party”) of its

obligations under this Agreement and which act or event (a) is beyond the

reasonable control of the Affected Party, and (b) the Affected Party could

not have prevented or overcome by exercise of due diligence and following

Good Industry Practice, and (c) has Material Adverse Effect on the Affected

Party. 19.2 Non-Political Event

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

events:

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

lightning, earthquake, landslide, cyclone, flood, volcanic eruption,

chemical or radioactive contamination or ionizing radiation, fire or

explosion (to the extent of contamination or radiation or fire or

explosion originating from a source external to the Site);

(b) strikes or boycotts (other than those involving the Contractor, Sub-

contractors or their respective employees/representatives, or

attributable to any act or omission of any of them) interrupting

supplies and services to the Railway Project for a continuous period

of 24 (twenty-four) hours and an aggregate period exceeding 10

(ten) days in an Accounting Year, and not being an Indirect Political

Event set forth in Clause 19.3;

(c) any failure or delay of a Sub-contractor but only to the extent

caused by another Non-Political Event;

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

statutory authority made against the Contractor in any proceedings

for reasons other than (i) failure of the Contractor to comply with

any Applicable Law or Applicable Permit, or (ii) on account of breach

of any Applicable Law or Applicable Permit or of any contract, or (iii)

enforcement of this Agreement, or (iv) exercise of any of its rights

under this Agreement by the Authority; or (v) breach of its

obligations by the Contractor under its sub-contracts;

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

archaeological remains on the Site that could not reasonably have

been expected to be discovered through a site inspection; or

Page 144: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 97 of 277

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

foregoing. 19.3 Indirect Political Event

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

events:

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

conflict or act of foreign enemy, blockade, embargo, riot,

insurrection, terrorist or military action, civil commotion or

politically motivated sabotage;

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

continuous period of 24 (twenty-four) hours and exceeding an

aggregate period of 10 (ten) days in an Accounting Year;

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

construction of the Railway Project by the Contractor for an

aggregate period exceeding 10 (ten) days in an Accounting Year;

(d) failure of the Authority to permit the Contractor to continue with its

Construction Works, with or without modifications, in the event of

stoppage of such work after discovery of any geological or

archaeological finds;

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

Indirect Political Event;

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

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

foregoing. 19.4 Political Event

A Political Event shall mean one or more of the following acts or events by

or on account of any Government Instrumentality:

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

under and in accordance with the provisions of Clause 17.13;

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

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

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

refusal to renew or grant without valid cause, any clearance, license,

permit, authorization, no objection certificate, consent, approval or

exemption required by the Contractor or any of the Sub-contractors

to perform their respective obligations under this Agreement;

provided that such delay, modification, denial, refusal or revocation

did not result from the Contractor’s or any Sub-contractor’s inability

or

failure to comply with any condition relating to grant, maintenance

Page 145: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 98 of 277

or renewal of such clearance, license, authorization, no objection

certificate, exemption, consent, approval or permit;

(d) any failure or delay of a Sub-contractor but only to the extent

caused by another Political Event; or

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

foregoing. 19.5 Duty to report Force Majeure Event 19.5.1 Upon occurrence of a Force Majeure Event, the Affected Party shall by

notice report such occurrence to the other Party forthwith. Any notice

pursuant hereto shall include full particulars of:

(a) the nature and extent of each Force Majeure Event which is the

subject of any claim for relief under this Article 19 with evidence in

support thereof;

(b) the estimated duration and the effect or probable effect which such

Force Majeure Event is having or will have on the Affected Party’s

performance of its obligations under this Agreement;

(c) the measures which the Affected Party is taking or proposes to take

for alleviating the impact of such Force Majeure Event; and

(d) any other information relevant to the Affected Party’s claim. 19.5.2 The Affected Party shall not be entitled to any relief for or in respect of a

Force Majeure Event unless it shall have notified the other Party of the

occurrence of the Force Majeure Event as soon as reasonably practicable,

and in any event no later than 10 (ten) days after the Affected Party knew,

or ought reasonably to have known, of its occurrence, and shall have given

particulars of the probable material effect that the Force Majeure Event is

likely to have on the performance of its obligations under this Agreement. 19.5.3 For so long as the Affected Party continues to claim to be affected by such

Force Majeure Event, it shall provide the other Party with regular (and not

less than weekly) reports containing information as required by Clause

19.5.1, and such other information as the other Party may reasonably

request the Affected Party to provide. 19.6 Effect of Force Majeure Event on the Agreement 19.6.1 Upon the occurrence of any Force Majeure

(a) prior to the Appointed Date, both Parties shall bear their respective

Force Majeure costs.

(b) after the Appointed Date, the costs incurred and attributable to such

event and directly relating to this Agreement (the “Force

Majeurecosts”) shall be allocated and paid as follows:

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

Page 146: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 99 of 277

bear their respective Force Majeure costs and neither Party shall be

required to pay to the other Party any costs thereof;

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

Majeure costs attributable to such Indirect Political Event, and not

exceeding the Insurance Cover for such Indirect Political Event, shall

be borne by the Contractor, and to the extent Force Majeure costs

exceed such Insurance Cover, one half of such excess amount shall

be reimbursed by the Authority to the Contractor for the Force

Majeure events; and

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

attributable to such Political Event shall be reimbursed by the

Authority to the Contractor.

For the avoidance of doubt, Force Majeure costs may include costs directly

attributable to the Force Majeure Event, but shall not include debt

repayment obligations, if any, of the Contractor. 19.6.2 Save and except as expressly provided in this Article 19, neither Party shall

be liable in any manner whatsoever to the other Party in respect of any loss,

damage, cost, expense, claims, demands and proceedings relating to or

arising out of occurrence or existence of any Force Majeure Event or

exercise of any right pursuant hereto. 19.6.3 Upon the occurrence of any Force Majeure Event during the Construction

Period, the Project Completion Schedule for and in respect of the affected

Works shall be extended on a day for day basis for such period as

performance of the Contractor’s obligations is affected on account of the

Force Majeure Event or its subsisting effects, as may be determined by the

Authority’s Engineer. 19.6.4 Force Majeure costs for any event which results in any offsetting

compensation being payable to the Contractor by or on behalf of its sub-

contractors shall be reduced by such amounts that are payable to the

Contractor by its Sub-contractors. 19.7 Termination Notice for Force Majeure Event

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

within a continuous period of 120 (one hundred and twenty) days, either

Party may in its discretion terminate this Agreement by issuing a

Termination Notice to the other Party without being liable in any manner

whatsoever, save as provided in this Article 19, and upon issue of such

Termination Notice, this Agreement shall, notwithstanding anything to the

contrary contained herein, stand terminated forthwith; provided that

before

issuing such Termination Notice, the Party intending to issue the

Termination Notice shall inform the other Party of such intention and grant

15 (fifteen) days’ time to make a representation, and may after the expiry of

such 15 (fifteen) days period, whether or not it is in receipt of such

representation, in its sole discretion issue the Termination Notice.

Page 147: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 100 of 277

19.8 Termination Payment for Force Majeure Event 19.8.1 In the event of this Agreement being terminated on account of a Non-

Political Event, the Termination Payment shall be an amount equal to the

sum payable under Clause 21.5. 19.8.2 If Termination is on account of an Indirect Political Event, the Termination

Payment shall include:

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

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

the Plant and Materials procured by the Contractor and transferred

to the Authority for use in Construction, only if such Plant and

Materials are in conformity with the Specifications and Standards; 19.8.3 If Termination is on account of a Political Event, the Authority shall make a

Termination Payment to the Contractor in an amount that would be

payable under Clause 21.6.2 as if it were an Authority Default. 19.9 Dispute resolution

In the event that the Parties are unable to agree in good faith about the

occurrence or existence of a Force Majeure Event, such Dispute shall be

finally settled in accordance with the Dispute Resolution Procedure;

provided that the burden of proof as to the occurrence or existence of such

Force Majeure Event shall be upon the Party claiming relief and/ or excuse

on account of such Force Majeure Event. 19.10 Excuse from performance of obligations

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

obligations under this Agreement because of a Force Majeure Event, it shall

be excused from performance of such of its obligations to the extent it is

unable to perform on account of such Force Majeure Event; provided that:

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

no longer duration than is reasonably required by the Force Majeure

Event;

(b) the Affected Party shall make all reasonable efforts to mitigate or

limit damage to the other Party arising out of or as a result of the

existence or occurrence of such Force Majeure Event and to cure the

same with due diligence; and (c) when the Affected Party is able to resume performance of its obligations

under this Agreement, it shall give to the other Party notice to that effect

and shall promptly resume performance of its obligations hereunder.

Page 148: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 101 of 277

ARTICLE 20

SUSPENSION OF CONTRACTOR’S RIGHTS

20.1 Suspension upon Contractor Default

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

without prejudice to its other rights and remedies under this Agreement

including its rights of Termination hereunder, to (a) suspend carrying out of

the Works or any part thereof, and (b) carry out such Works itself or

authorize any other person to exercise or perform the same on its behalf

during such suspension (the “Suspension”). Suspension hereunder shall be

effective forthwith upon issue of notice by the Authority to the Contractor

and may extend up to a period not exceeding 90 (ninety) days from the date

of issue of such notice. 20.2 Authority to act on behalf of Contractor

During the period of Suspension hereunder, all rights and liabilities vested

in the Contractor in accordance with the provisions of this Agreement shall

continue to vest in the Contractor and all things done or actions taken,

including expenditure incurred by the Authority for discharging the

obligations of the Contractor under and in accordance with this Agreement

shall be deemed to have been done or taken for and on behalf of the

Contractor and the Contractor undertakes to indemnify the Authority for all

costs incurred during such period. The Contractor hereby licenses and sub-

licenses respectively, the Authority or any other person authorised by it

under Clause 20.1 to use during Suspension, all Intellectual Property

belonging to or licensed to the Contractor with respect to the Railway

Project and its design, engineering, construction and maintenance, and

which is used or created by the Contractor in performing its obligations

under the Agreement. 20.3 Revocation of Suspension 20.3.1 In the event that the Authority shall have rectified or removed the cause of

Suspension within a period not exceeding 60 (sixty) days from the date of

Suspension, it shall revoke the Suspension forthwith and restore all rights of

the Contractor under this Agreement. For the avoidance of doubt, the

Parties expressly agree that the Authority may, in its discretion, revoke the

Suspension at any time, whether or not the cause of Suspension has been

rectified or removed hereunder. 20.3.2 Upon the Contractor having cured the Contractor Default within a period

not exceeding 60 (sixty) days from the date of Suspension, the Authority

shall revoke the Suspension forthwith and restore all rights of the

Contractor under this Agreement. 20.4 Termination 20.4.1 At any time during the period of Suspension under this Article 20, the

Contractor may by notice require the Authority to revoke the Suspension

and issue a Termination Notice. The Authority shall, within 15 (fifteen) days

Page 149: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 102 of 277

of receipt of such notice, terminate this Agreement under and in

accordance with Article 21 as if it is a Contractor Default under Clause 21.1. 20.4.2 Notwithstanding anything to the contrary contained in this Agreement, in

the e vent that Suspension is not revoked within 90 (ninety) days from the

date of Suspension hereunder, the Agreement shall, upon expiry of the

aforesaid period, be deemed to have been terminated by mutual

agreement of the Parties and all the provisions of this Agreement shall

apply, mutatismutandis, to such Termination as if a Termination Notice had

been issued by the Authority upon occurrence of a Contractor Default.

*******

Page 150: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 103 of 277

ARTICLE 21

TERMINATION

21.1 Termination for Contractor Default 21.1.1 Save as otherwise provided in this Agreement, in the event that any of the

defaults specified below shall have occurred, and the Contractor fails to

cure the default within the Cure Period set forth below, or where no Cure

Period is specified, then within a Cure Period of 60 (sixty) days, the

Contractor shall be deemed to be in default of this Agreement (the

“Contractor Default”), unless the default has occurred as a result of any

breach of this Agreement by the Authority or due to Force Majeure. The

defaults referred to herein shall include:

(a) The Contractor fails to provide, extend or replenish, as the case may

be, the Performance Security in accordance with this Agreement;

(b) subsequent to the replenishment or furnishing of fresh Performance

Security in accordance with Clause 7.3, the Contractor fails to cure,

within a Cure Period of 30 (thirty) days, the Contractor Default for

which the whole or part of the Performance Security was

appropriated;

(c) the Contractor does not achieve the latest outstanding Project

Milestone due in accordance with the provisions of Schedule-I,

subject to any Time Extension, and continues to be in default for 45

(forty five) days;

(d) the Contractor abandons or manifests intention to abandon the

construction of the Railway Project without the prior written

consent of the Authority;

(e) the Contractor fails to proceed with the Works in accordance with

the provisions of Clause 10.1 or stops Works for 30 (thirty) days

without reflecting the same in the current program and such

stoppage has not been authorised by the Authority’s Engineer;

(f) the Project Completion Date does not occur within the period

specified in Schedule-I for the Scheduled Completion Date, or any

extension thereof;

(g) failure to complete the Punch List items within the periods

stipulated therefor in Clause 12.3;

(h) the Contractor fails to rectify any Defect, the non-rectification of

which shall have a Material Adverse Effect on the Project, within the

time specified in this Agreement or as directed by the Authority’s

Engineer;

(i) the Contractor subcontracts the Works or any part thereof in

violation of this Agreement or assigns any part of the Works without

the prior approval of the Authority;

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

(k) an execution levied on any of the assets of the Contractor has

Page 151: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 104 of 277

caused a Material Adverse Effect ;

(l) the Contractor is adjudged bankrupt or insolvent, or if a trustee or

receiver is appointed for the Contractor or for the whole or material

part of its assets that has a material bearing on the Project;

(m) the Contractor has been, or is in the process of being liquidated,

dissolved, wound-up, amalgamated or reconstituted in a manner

that would cause, in the reasonable opinion of the Authority, a

Material Adverse Effect;

(n) a resolution for winding up of the Contractor is passed, or any

petition for winding up of the Contractor is admitted by a court of

competent jurisdiction and a provisional liquidator or receiver is

appointed and such order has not been set aside within 90 (ninety)

days of the date thereof or the Contractor is ordered to be wound

up by a court except for the purpose of amalgamation or

reconstruction; provided that, as part of such amalgamation or

reconstruction, the entire property, assets and undertaking of the

Contractor are transferred to the amalgamated or reconstructed

entity and that the amalgamated or reconstructed entity has

unconditionally assumed the obligations of the Contractor under

this Agreement; and provided that:

(i) the amalgamated or reconstructed entity has the capability

and experience necessary for the performance of its

obligations under this Agreement; and

(ii) the amalgamated or reconstructed entity has the financial

standing to perform its obligations under this Agreement and

has a credit worthiness at least as good as that of the

Contractor as at the Appointed Date;

(o) any representation or warranty of the Contractor herein contained

which is, as of the date hereof, found to be materially false or the

Contractor is at any time hereafter found to be in breach thereof;

(p) the Contractor submits to the Authority any statement, notice or

other document, in written or electronic form, which has a material

effect on the Authority’s rights, obligations or interests and which is

false in material particulars;

(q) the Contractor has failed to fulfill any obligation, for which failure

Termination has been specified in this Agreement;

(r) the Contractor has failed to make any payment to the Authority

within the period specified in this Agreement; or

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

provision of this Agreement if such a default causes a Material

Adverse Effect on the Project or on the Authority. 21.1.2 Without prejudice to any other rights or remedies which the Authority may

have under this Agreement, upon occurrence of a Contractor Default, the

Authority shall be entitled to terminate this Agreement by issuing a

Termination Notice to the Contractor; provided that before issuing the

Termination Notice, the Authority shall by a notice inform the Contractor of

Page 152: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 105 of 277

its intention to issue such Termination Notice and grant 15 (fifteen) days to

the Contractor to make a representation, and may after the expiry of such

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

the Termination Notice. 21.1.3 After termination of this Agreement for Contractor Default, the Authority

may complete the Works and/or procure its completion through any other

entity. The Authority and such entity may, for this purpose, use any

Materials, Plant and equipment, Contractor’s documents and other design

documents made by or on behalf of the Contractor. 21.2 Termination for Authority Default 21.2.1 In the event that any of the defaults specified below shall have occurred,

and the Authority fails to cure such default within a Cure Period of 90

(ninety) days or such longer period as has been expressly provided in this

Agreement, the Authority shall be deemed to be in default of this

Agreement (the “Authority Default”) unless the default has occurred as a

result of any breach of this Agreement by the Contractor or due to Force

Majeure. The defaults referred to herein shall include:

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

the provisions of this Agreement and such default has a Material

Adverse Effect on the Contractor;

(b) the Authority has failed to make payment of any amount due and

payable to the Contractor within the period specified in this

Agreement;

(c) the Authority has failed to provide, within a period of 180 (one

hundred and eighty) days from the Appointed Date, the

environmental clearances and forest clearances required for

construction of the Railway Project;

(d) the Authority repudiates this Agreement or otherwise takes any

action that amounts to or manifests an irrevocable intention not to

be bound by this Agreement; or

(e) the Authority’s Engineer fails to issue the relevant Interim Payment

Certificate within 60 (sixty) days after receiving a statement and

supporting documents. 21.2.2 Without prejudice to any other right or remedy which the Contractor may

have under this Agreement, upon occurrence of an Authority Default, the

Contractor shall be entitled to terminate this Agreement by issuing a

Termination Notice to the Authority; provided that before issuing the

Termination Notice, the Contractor shall by a notice inform the Authority of

its intention to issue the Termination Notice and grant 15 (fifteen) days to

the Authority to make a representation, and may after the expiry of such 15

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

the Termination Notice. 21.3 Termination for Authority’s convenience

Notwithstanding anything hereinabove, the Authority may terminate this

Page 153: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 106 of 277

Agreement for its own convenience. The termination shall take effect 30

(thirty) days from the date of notice hereunder. 21.4 Requirements after Termination

Upon Termination of this Agreement in accordance with the provisions of

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

following:

(a) deliver to the Authority all Plant and Materials which shall have

become the property of the Authority under this Article 21;

(b) deliver all relevant records, reports, Intellectual Property and other

licenses pertaining to the Works, other design documents and in

case of Termination occurring after the Provisional Certificate has

been issued, the “as built” Drawings for the Works;

(c) transfer and/or deliver all Applicable Permits to the Authority to the

extent permissible under Applicable Laws; and

(d) vacate the Site within 15 (fifteen) days. 21.5 Valuation of Unpaid Works

21.5.1 Within a period of 45 (forty-five) days after Termination under Clause 21.1,

21.2 or 21.3, as the case may be, has taken effect, the Authority’s Engineer

shall proceed in accordance with Clause 16.5 to determine as follows the

valuation of unpaid Works (the “Valuation of Unpaid Works”):

3.17 value of the completed stage of the Works, less payments already

made; and

3.18 reasonable value of the partially completed stages of works as on

the date of Termination, only if such works conform with the

Specifications and Standards.

and shall adjust from the sum thereof (i) any other amounts payable or

recoverable, as the case may be, in accordance with the provisions of this

Agreement; and (ii) all taxes due to be deducted at source. 21.5.2 The Valuation of Unpaid Works shall be communicated to the Authority,

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

the date of Termination. 21.6 Termination Payment 21.6.1 Upon Termination on account of Contractor Default under Clause 21.1, the

Authority shall:

(a) encash and appropriate the Performance Security or Retention

Money, whichever is more, and in the event the Contractor has failed

to replenish or extend the Performance Security, claim the amount

stipulated in Clause 7.1.1, as agreed pre-determined compensation

to the Authority for any losses, delays and cost of completing the

Works, if any;

Page 154: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 107 of 277

(b) encash and appropriate the bank guarantee, if any, to the extent of

the outstanding Advance Payment and interest thereon; and

(c) pay to the Contractor, by way of Termination Payment, an amount

equivalent to the Valuation of Unpaid Works after adjusting any

other sums payable or recoverable, as the case may be, in

accordance with the provisions of this Agreement, 21.6.2 Upon Termination on account of an Authority Default under Clause 21.2 or

for Authority’s convenience under Clause 21.3, the Authority shall:

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

(b) encash and appropriate the bank guarantee, if any, to the extent of

the outstanding Advance Payment, including interest thereon; and

(c) pay to the Contractor, by way of Termination Payment, an amount

equal to:

(i) Valuation of Unpaid Works;

(ii) the reasonable cost, as determined by the Authority’s

Engineer, of the Plant and Materials procured by the

Contractor and transferred to the Authority for its use, only if

such Plant and Materials are in conformity with the

Specifications and Standards;

(iii) the reasonable cost of temporary works, as determined by

the Authority’s Engineer; and

(iv) 10% (ten per cent) of the cost of the Works that are not

commenced or not completed,

and shall adjust from the sum thereof (i) any other amounts payable or

recoverable, as the case may be, in accordance with the provisions of this

Agreement, and (ii) all taxes due to be deducted at source. 21.6.3 Termination Payment shall become due and payable to the Contractor

within 30 (thirty) days of a demand being made by the Contractor to the

Authority with the necessary particulars, after the Valuation of Unpaid

Works has been communicated by the Authority’s Engineer, and in the

event of any delay, the Authority shall pay interest at the Bank Rate plus 3%

(three per cent), calculated at quarterly rests, on the amount of

Termination Payment remaining unpaid; provided that such delay shall not

exceed 90 (ninety) days. For the avoidance of doubt, it is expressly agreed

that Termination Payment shall constitute full discharge by the Authority of

its payment obligations in respect thereof hereunder. 21.6.4 The Contractor expressly agrees that Termination Payment under this

Article 21 shall constitute a full and final settlement of all claims of the

Contractor on account of Termination of this Agreement and that it shall

not have any further right or claim under any law, treaty, convention,

contract or otherwise. 21.7 Other rights and obligations of the Parties

Upon Termination for any reason whatsoever

Page 155: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 108 of 277

(a) property and ownership in all Materials, Plant and Works and the

Railway Project shall, as between the Contractor and the Authority,

vest in the Authority in whole, free from any and all Encumbrances;

provided that the foregoing shall be without prejudice to Clause

21.6;

(b) risk of loss or damage to any Materials, Plant or Works and the care

and custody thereof shall pass from the Contractor to the Authority;

and

(c) the Authority shall be entitled to restrain the Contractor and any

person claiming through or under the Agreement from entering

upon the Site or any part of the Project except for taking possession

of materials, stores, implements, construction plants and equipment

of the Contractor, which have not been vested in the Authority in

accordance with the provisions of this Agreement. 21.8 Survival of rights

Notwithstanding anything to the contrary contained in this Agreement any

Termination pursuant to the provisions of this Agreement shall be without

prejudice to the accrued rights of either Party including its right to claim and

recover money damages, insurance proceeds, security deposits, and other

rights and remedies, which it may have in law or Agreement. All rights and

obligations of either Party under this Agreement, including Termination

Payments, shall survive the Termination to the extent such survival is

necessary for giving effect to such rights and obligations.

*******

Page 156: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 109 of 277

Part VI

Other Provisions

Page 157: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 110 of 277

ARTICLE 22

ASSIGNMENT AND CHARGES

22.1 Restrictions on assignment and charges

This Agreement shall not be assigned by the Contractor to any person, save

and except with the prior consent in writing of the Authority, which consent

the Authority shall be entitled to decline without assigning any reason. 22.2 Hypothecation of Materials or Plant

Notwithstanding the provisions of Clause 22.1, the Contractor may pledge

or hypothecate to its lenders, any Materials or Plant prior to their

incorporation in the Works. Further, the Contractor may, by written notice

to the Authority, assign its right to receive payments under this Agreement

either absolutely or by way of charge, to any person providing financing to

the Contractor in connection with the performance of the Contractor’s

obligations under this Agreement. The Contractor acknowledges that any

such assignment by the Contractor shall not relieve the Contractor from any

obligations, duty or responsibility under this Agreement. For the avoidance

of doubt, all Materials and Plants shall, upon their incorporation into Works,

be free from any and all Encumbrances without the Authority being

required to make any payment to any person on account of any costs,

compensation, expenses and charges for such Materials, Plants and Works.

*******

Page 158: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 111 of 277

ARTICLE 23

LIABILITY AND INDEMNITY

23.1 General indemnity

The Contractor will indemnify, defend, save and hold harmless the

Authority and its officers, servants, agents, Government Instrumentalities

and Government owned and/or controlled entities/enterprises, (the

“AuthorityIndemnified Persons”) against any and all suits, proceedings,

actions,demands and third party claims for any loss, damage, cost and

expense of whatever kind and nature, whether arising out of any breach by

the Contractor of any of its obligations under this Agreement or from any

negligence under the Agreement, including any errors or deficiencies in the

design documents, or tort or on any other ground whatsoever, except to

the extent that any such suits, proceedings, actions, demands and claims

have arisen due to any negligent act or omission, or breach or default of this

Agreement on the part of the Authority Indemnified Persons. 23.2 Indemnity by the Contractor

23.2.1 Without limiting the generality of Clause 23.1, the Contractor shall fully

indemnify, hold harmless and defend the Authority and the Authority

Indemnified Persons from and against any and all loss and/or damages

arising out of or with respect to:

(a) failure of the Contractor to comply with Applicable Laws and

Applicable Permits;

(b) payment of taxes required to be made by the Contractor in respect

of the income or other taxes of the Sub-contractors, suppliers and

representatives; or

(c) non-payment of amounts due as a result of Materials or services

furnished to the Contractor or any of its Sub-contractors which are

payable by the Contractor or any of its Sub-contractors. 23.2.2 Without limiting the generality of the provisions of this Article 23, the

Contractor shall fully indemnify, hold harmless and defend the Authority

Indemnified Persons from and against any and all suits, proceedings,

actions, claims, demands, liabilities and damages which the Authority

Indemnified Persons may hereafter suffer, or pay by reason of any

demands, claims, suits or proceedings arising out of claims of infringement

of any domestic or foreign patent rights, copyrights or other Intellectual

Property, proprietary or confidentiality rights with respect to any materials,

information, design or process used by the Contractor or by the Sub-

contractors in performing the Contractor’s obligations or in any way

incorporated in or related to the Project. If in any such suit, action, claim or

proceedings, a temporary restraint order or preliminary injunction is

granted, the Contractor shall make every reasonable effort, by giving a

satisfactory bond or otherwise, to secure the revocation or suspension of

the injunction or restraint order. If, in any such suit, action, claim or

proceedings, the Railway Project, or any part thereof or comprised therein,

Page 159: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 112 of 277

is held to constitute an infringement and its use is permanently enjoined,

the Contractor shall promptly make every reasonable effort to secure for

the Authority a license, at no cost to the Authority, authorizing continued

use of the infringing work. If the Contractor is unable to secure such license

within a reasonable time, the Contractor shall, at its own expense, and

without impairing the Specifications and Standards, either replace the

affected work, or part, or process thereof with non-infringing work or part

or process, or modify the same so that it becomes non-infringing. 23.3 Notice and contest of claims

In the event that either Party receives a claim or demand from a third party

in respect of which it is entitled to the benefit of an indemnity under this

Agreement (the “Indemnified Party”) it shall notify the other Party (the

“Indemnifying Party”) within 15 (fifteen) days of receipt of the claim or

demand and shall not settle or pay the claim without the prior approval of

the Indemnifying Party, which approval shall not be unreasonably withheld

or delayed. In the event that the Indemnifying Party wishes to contest or

dispute the claim or demand, it may conduct the proceedings in the name

of the Indemnified Party, subject to the Indemnified Party being secured

against any costs involved, to its reasonable satisfaction. 23.4 Defence of claims 23.4.1 The Indemnified Party shall have the right, but not the obligation, to contest,

defend and litigate any claim, action, suit or proceeding by any third party

alleged or asserted against such Party in respect of, resulting from, related to

or arising out of any matter for which it is entitled to be indemnified

hereunder, and reasonable costs and expenses thereof shall be indemnified by

the Indemnifying Party. If the Indemnifying Party acknowledges in writing its

obligation to indemnify the Indemnified Party in respect of loss to the full

extent provided by this Agreement, the Indemnifying Party shall be entitled, at

its option, to assume and control the defence of such claim, action, suit or

proceeding, liabilities, payments and obligations at its expense and through the

counsel of its choice; provided it gives prompt notice of its intention to do so to

the Indemnified Party and reimburses the Indemnified Party for the reasonable

cost and expenses incurred by the Indemnified Party prior to the assumption

by the Indemnifying Party of such defence. The Indemnifying Party shall not be

entitled to settle or compromise any claim, demand, action, suit or proceeding

without the prior written consent of the Indemnified Party, unless the

Indemnifying Party provides such security to the Indemnified Party as shall be

reasonably required by the Indemnified Party to secure the loss to be

indemnified hereunder to the extent so compromised or settled.

23.4.2 If the Indemnifying Party has exercised its rights under Clause 23.3, the

Indemnified Party shall not be entitled to settle or compromise any claim,

action, suit or proceeding without the prior written consent of the

Indemnifying Party (which consent shall not be unreasonably withheld or

delayed). 23.4.3 If the Indemnifying Party exercises its rights under Clause 23.3, the

Indemnified Party shall nevertheless have the right to employ its own

Page 160: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 113 of 277

counsel, and such counsel may participate in such action, but the fees and

expenses of such counsel shall be at the expense of the Indemnified Party,

when and as incurred, unless:

(a) the employment of counsel by such party has been authorised in

writing by the Indemnifying Party; or

(b) the Indemnified Party shall have reasonably concluded that there

may be a conflict of interest between the Indemnifying Party and

the Indemnified Party in the conduct of the defence of such action;

or

(c) the Indemnifying Party shall not, in fact, have employed

independent counsel reasonably satisfactory to the Indemnified

Party, to assume the defence of such action and shall have been so

notified by the Indemnified Party; or

(d) the Indemnified Party shall have reasonably concluded and

specifically notified the Indemnifying Party either:

(i) that there may be specific defences available to it which are

different from or additional to those available to the

Indemnifying Party; or

(ii) that such claim, action, suit or proceeding involves or could

have a material adverse effect upon it beyond the scope of

this Agreement:

Provided that if Sub-clauses (b), (c) or (d) of this Clause 23.4.3 shall be

applicable, the counsel for the Indemnified Party shall have the right to

direct the defence of such claim, demand, action, suit or proceeding on

behalf of the Indemnified Party, and the reasonable fees and disbursements

of such counsel shall constitute legal or other expenses hereunder. 23.5 No consequential claims

Notwithstanding anything to the contrary contained in this Article 23, the

indemnities herein provided shall not include any claim or recovery in

respect of any cost, expense, loss or damage of an indirect, incidental or

consequential nature, including loss of profit, except as expressly provided

in this Agreement. 23.6 Survival on Termination

The provisions of this Article 23 shall survive Termination.

*******

Page 161: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 114 of 277

ARTICLE 24

DISPUTE RESOLUTION

24.1 Dispute Resolution 24.1.1 Any dispute, difference or controversy of whatever nature howsoever

arising under or out of or in relation to this Agreement (including its

interpretation) between the Parties, and so notified in writing by either

Party to the other Party (the “Dispute”) shall, in the first instance, be

attempted to be resolved amicably in accordance with the conciliation

procedure set forth in Clause 24.2. 24.1.2 The Parties agree to use their best efforts for resolving all Disputes arising

under or in respect of this Agreement promptly, equitably and in good faith,

and further agree to provide each other with reasonable access during

normal business hours to all non-privileged records, information and data

pertaining to any Dispute. 24.2 Conciliation

In the event of any Dispute between the Parties, either Party may call upon

an officer of the Authority, not below the rank of General Manager, or such

other person as the Parties may mutually agree upon (the “Conciliator”) to

conciliate and assist the Parties in arriving at an amicable settlement

thereof. Failing conciliation by the Conciliator or without the intervention of

the Conciliator, either Party may require such Dispute to be referred to the

General Manager of the Railway and the Chairman of the Board of Directors

of the Contractor for amicable settlement, and upon such reference, the

said persons shall meet no later than 7 (seven) business days from the date

of reference to discuss and attempt to amicably resolve the Dispute. If such

meeting does not take place within the 7 (seven) business day period or the

Dispute is not amicably settled within 15 (fifteen) business days of the

meeting or the Dispute is not resolved as evidenced by the signing of

written terms of settlement within 30 (thirty) business days of the notice in

writing referred to in Clause 24.1.1 or such longer period as may be

mutually agreed by the Parties, either Party may refer the Dispute to

arbitration in accordance with the provisions of Clause 24.3. 24.3 Arbitration 24.3.1 Any Dispute which is not resolved amicably by conciliation, as provided in

Clause 24.2, shall be finally decided by reference to arbitration by an

arbitral tribunal constituted in accordance with Clause 24.3.2. Such

arbitration shall be held in accordance with the Rules of Arbitration of the

International Centre for Alternative Dispute Resolution, New Delhi (the

“Rules”), or such other rules as may be mutually agreed by the Parties, and

shall be subject to the provisions of the Arbitration Act. The place of such

arbitration shall be the capital of the State and the language of arbitration

proceedings shall be English. 24.3.2 There shall be a Board of three arbitrators, of whom each Party shall select

one, and the third arbitrator shall be appointed by the two arbitrators so

Page 162: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 115 of 277

selected and in the event of disagreement between the two arbitrators, the

appointment shall be made in accordance with the Rules. 24.3.3 The arbitrators shall make a reasoned award (the “Award”). Any Award

made in any arbitration held pursuant to this Article 24 shall be final and

binding on the Parties as from the date it is made, and the Contractor and

the Authority agree and undertake to carry out such Award without delay. 24.3.4 This Agreement and the rights and obligations of the Parties shall remain in

full force and effect, pending the Award in any arbitration proceedings

hereunder. 24.3.5 In the event the Party against whom the Award has been granted

challenges the Award for any reason in a court of law, it shall make an

interim payment to the other Party for an amount equal to 75% (seventy

five per cent) of the Award, pending final settlement of the Dispute. The

aforesaid amount shall be paid forthwith upon furnishing an irrevocable

Bank Guarantee for a sum equal to the aforesaid amount. Upon final

settlement of the Dispute, the aforesaid interim payment shall be adjusted

and any balance amount due to be paid or returned, as the case may be,

shall be paid or returned with interest calculated at the rate of 10% (ten per

cent) per annum from the date of interim payment to the date of final

settlement of such balance. 24.4 Adjudication by a tribunal

In the event of constitution of a statutory tribunal or other forum with

powers to adjudicate upon disputes between the Contractor and the

Authority, all Disputes arising after such constitution shall, instead of

reference to arbitration under Clause 24.3, be adjudicated upon by such

tribunal or other forum in accordance with Applicable Laws and all

references to Dispute Resolution Procedure shall be construed accordingly.

*******

Page 163: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 116 of 277

ARTICLE 25

MISCELLANEOUS

25.1 Governing law and jurisdiction

This Agreement shall be construed and interpreted in accordance with and

governed by the laws of India, and the courts at [Delhi] shall have exclusive

jurisdiction over matters arising out of or relating to this Agreement. 25.2 Waiver of immunity

Each Party unconditionally and irrevocably:

(a) agrees that the execution, delivery and performance by it of this

Agreement constitute commercial acts done and performed for

commercial purpose;

(b) agrees that, should any proceedings be brought against it or its

assets, property or revenues in any jurisdiction in relation to this

Agreement or any transaction contemplated by this Agreement, no

immunity (whether by reason of sovereignty or otherwise) from

such proceedings shall be claimed by or on behalf of the Party with

respect to its assets;

(c) waives any right of immunity which it or its assets, property or

revenues now has, may acquire in the future or which may be

attributed to it in any jurisdiction; and

(d) consents generally in respect of the enforcement of any judgment or

award against it in any such proceedings to the giving of any relief or

the issue of any process in any jurisdiction in connection with such

proceedings (including the making, enforcement or execution

against it or in respect of any assets, property or revenues

whatsoever irrespective of their use or intended use of any order or

judgment that may be made or given in connection therewith). 25.3 Delayed payments

The Parties hereto agree that payments due from one Party to the other

Party under the provisions of this Agreement shall be made within the

period set forth therein, and if no such period is specified, within 30 (thirty)

days of receiving a demand along with the necessary particulars. In the

event of delay beyond such period, the defaulting Party shall pay interest

for the period of delay calculated at a rate equal to Bank Rate plus 3%

(three per cent), save and except as otherwise specified in this Agreement.

All interest payment under this Agreement shall, save and except as

otherwise specified, be calculated at quarterly rests, and recovery thereof

shall be without prejudice to the rights of the Parties under this Agreement

including Termination thereof. 25.4 Waiver

25.4.1 Waiver, including partial or conditional waiver, by either Party of any

default by the other Party in the observance and performance of any

provision of or obligations under this Agreement:

Page 164: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 117 of 277

(a) shall not operate or be construed as a waiver of any other or

subsequent default hereof or of other provisions of or obligations

under this Agreement;

(b) shall not be effective unless it is in writing and executed by a duly

authorised representative of the Party; and

(c) shall not affect the validity or enforceability of this Agreement in any

manner. 25.4.2 Neither the failure by either Party to insist on any occasion upon the

performance of the terms, conditions and provisions of this Agreement or

any obligation thereunder nor time or other indulgence granted by a Party

to the other Party shall be treated or deemed as waiver of such breach or

acceptance of any variation or the relinquishment of any such right

hereunder. 25.5 Liability for review of Documents and Drawings

Except to the extent expressly provided in this Agreement:

(a) no review, comment or approval by the Authority or the Authority’s

Engineer of any Document or Drawing submitted by the Contractor

nor any observation or inspection of the construction of the Railway

Project nor the failure to review, approve, comment, observe or

inspect hereunder shall relieve or absolve the Contractor from its

obligations, duties and liabilities under this Agreement, Applicable

Laws and Applicable Permits; and

(b) the Authority shall not be liable to the Contractor by reason of any

review, comment, approval, observation or inspection referred to in

Sub-clause (a) above. 25.6 Exclusion of implied warranties etc.

This Agreement expressly excludes any warranty, condition or other

undertaking implied at law or by custom or otherwise arising out of any

other agreement between the Parties or any representation by either Party

not contained in a binding legal agreement executed by both Parties. 25.7 Survival

25.7.1 Termination shall:

(a) not relieve the Contractor or the Authority, as the case may be, of

any obligations hereunder which expressly or by implication survive

Termination hereof; and

(b) except as otherwise provided in any provision of this Agreement

expressly limiting the liability of either Party, not relieve either Party

of any obligations or liabilities for loss or damage to the other Party

arising out of, or caused by, acts or omissions of such Party prior to

the effectiveness of such Termination or arising out of such

Termination. 25.7.2 All obligations surviving Termination shall only survive for a period of 3

Page 165: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 118 of 277

(three) years following the date of such Termination. 25.8 Entire Agreement

This Agreement and the Schedules together constitute a complete and

exclusive statement of the terms of the agreement between the Parties on

the subject hereof, and no amendment or modification hereto shall be valid

and effective unless such modification or amendment is agreed to in writing

by the Parties and duly executed by persons especially empowered in this

behalf by the respective Parties. All prior written or oral understandings,

offers or other communications of every kind pertaining to this Agreement

are abrogated and withdrawn. For the avoidance of doubt, the Parties

hereto agree that any obligations of the Contractor arising from the

Request for Qualification or Request for Proposals and bid submissions, as

the case may be, shall be deemed to form part of this Agreement and

treated as such. 25.9 Severability

If for any reason whatsoever, any provision of this Agreement is or becomes

invalid, illegal or unenforceable or is declared by any court of competent

jurisdiction or any other instrumentality to be invalid, illegal or

unenforceable, the validity, legality or enforceability of the remaining

provisions shall not be affected in any manner, and the Parties will

negotiate in good faith with a view to agreeing to one or more provisions

which may be substituted for such invalid, unenforceable or illegal

provisions, as nearly as is practicable to such invalid, illegal or

unenforceable provision. Failure to agree upon any such provisions shall not

be subject to the Dispute Resolution Procedure set forth under this

Agreement or otherwise. 25.10 No partnership

This Agreement shall not be interpreted or construed to create an

association, joint venture or partnership between the Parties, or to impose

any partnership obligation or liability upon either Party, and neither Party

shall have any right, power or authority to enter into any agreement or

undertaking for, or act on behalf of, or to act as or be an agent or

representative of, or to otherwise bind, the other Party. 25.11 Third parties

This Agreement is intended solely for the benefit of the Parties, and their

respective successors and permitted assigns, and nothing in this Agreement

shall be construed to create any duty to, standard of care with reference to,

or any liability to, any person not a Party to this Agreement. 25.12 Successors and assigns

This Agreement shall be binding upon, and inure to the benefit of the

Parties and their respective successors and permitted assigns. 25.13 Notices

Any notice or other communication to be given by any Party to the other

Party under or in connection with the matters contemplated by this

Agreement shall be in writing and shall:

(a) in the case of the Contractor, be given by facsimile or e-mail and by

Page 166: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 119 of 277

letter delivered by hand to the address given and marked for

attention of the person set out below or to such other person as the

Contractor may from time to time designate by notice to the

Authority; provided that notices or other communications to be

given to an address outside [Delhi] may, if they are subsequently

confirmed by sending a copy thereof by registered

acknowledgement due, air mail or by courier, be sent by facsimile or

e-mail to the person as the Contractor may from time to time

designate by notice to the Authority;

(b) in the case of the Authority, be given by facsimile or e-mail and by

letter delivered by hand and be addressed to the [Head of the

Authority] with a copy delivered to the Authority Representative or

such other person as the Authority may from time to time designate

by notice to the Contractor; provided that if the Contractor does not

have an office in [Delhi] , it may send such notice by facsimile or e-

mail and by registered acknowledgement due, air mail or by courier;

and

(c) any notice or communication by a Party to the other Party, given in

accordance herewith, shall be deemed to have been delivered when

in the normal course of post it ought to have been delivered and in

all other cases, it shall be deemed to have been delivered on the

actual date and time of delivery; provided that in the case of

facsimile or e-mail, it shall be deemed to have been delivered on the

working day following the date of its delivery. 25.14 Language

All notices required to be given by one Party to the other Party and all other

communications, Documentation and proceedings which are in any way

relevant to this Agreement shall be in writing and in English language. 25.15 Counterparts

This Agreement may be executed in two counterparts, each of which, when

executed and delivered, shall constitute an original of this Agreement. 25.16 Confidentiality

The Parties shall treat the details of this Agreement as private and

confidential, except to the extent necessary to carry out obligations under it

or to comply with Applicable Laws. The Contractor shall not publish, permit

to be published, or disclose any particulars of the Works in any trade or

technical paper or elsewhere without the previous consent of the Authority. 25.17 Copyright and Intellectual Property rights 25.17.1As between the Parties, the Contractor shall retain the copyright and other

Intellectual Property rights in the Contractor’s Documents and other design

documents made by (or on behalf of) the Contractor. The Contractor shall

be deemed (by signing this Agreement) to give to the Authority a non-

terminable transferable non-exclusive royalty-free license to copy, use and

communicate the Contractor’s Documents, including making and using

modifications of them. This license shall:

Page 167: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 120 of 277

(a) apply throughout the actual or intended working life (whichever is

longer) of the relevant parts of the Works,

(b) entitle any person in proper possession of the relevant part of the

Works to copy, use and communicate the Contractor’s Documents

for the purposes of completing, operating, maintaining, altering,

adjusting, repairing and demolishing the Works, and

(c) in the case of Contractor’s Documents which are in the form of

computer programs and other software, permit their use on any

computer on the Site and other places as envisaged by this

Agreement, including replacements of any computers supplied by

the Contractor: 25.17.2The Contractor’s Documents and other design documents made by (or on

behalf of) the Contractor shall not, without the Contractor’s consent, be

used, copied or communicated to a third party by (or on behalf of) the

Authority for purposes other than those permitted under this Clause 25.17.

25.17.3As between the Parties, the Authority shall retain the copyright and other

Intellectual Property rights in this Agreement and other documents made

by (or on behalf of) the Authority. The Contractor may, at its cost, copy, use,

and obtain communication of these documents for the purposes of this

Agreement. They shall not, without the Authority’s consent, be copied, used

or communicated to a third party by the Contractor, except as necessary for

the purposes of the contract. 25.18 Limitation of Liability

25.18.1 Neither Party shall be liable to the other Party for loss of use of any Works,

loss of profit, loss of any contract or for any indirect or consequential loss or

damage which may be suffered by the other Party in connection with this

Agreement. 25.18.2 The total liability of one Party to the other Party under and in accordance

with the provisions of this Agreement, save and except as provided in

Articles 21 and 23, shall not exceed the Contract Price. For the avoidance of

doubt, this Clause shall not limit the liability in any case of fraud, deliberate

default or reckless misconduct by the defaulting Party.

*******

Page 168: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 121 of 277

ARTICLE 26

DEFINITIONS 26.1 Definitions In this Agreement, the following words and expressions shall, unless repugnant to

the context or meaning thereof, have the meaning hereinafter respectively

assigned to them: “Accounting Year” means the financial year commencing from the first day of April

of any calendar year and ending on the thirty-first day of March of the next

calendar year; “Advance Payment” shall have the meaning as set forth in Clause 17.2.1; “Affected Party” shall have the meaning as set forth in Clause 19.1; “Affiliate” means, in relation to either Party {and/or Members}, a person who

controls, is controlled by, or is under the common control with such Party {or

Member} (as used in this definition, the expression “control” means, with respect

to a person which is a company or corporation, the ownership, directly or

indirectly, of more than 50% (fifty per cent) of the voting shares of such person,

and with respect to a person which is not a company or corporation, the power to

direct the management and policies of such person, whether by operation of law or

by contract or otherwise); “Agreement” means this Agreement, its Recitals, the Schedules hereto and any

amendments thereto made in accordance with the provisions contained in this

Agreement; “Applicable Laws” means all laws, brought into force and effect by GOI or the State

Government(s) including rules, regulations and notifications made thereunder, and

judgments, decrees, injunctions, writs and orders of any court of record, applicable

to this Agreement and the exercise, performance and discharge of the respective

rights and obligations of the Parties hereunder, as may be in force and effect during

the subsistence of this Agreement; “Applicable Permits” means all clearances, licenses, permits, authorizations, no

objection certificates, consents, approvals and exemptions required to be obtained

or maintained under Applicable Laws in connection with the construction of the

Railway Project during the subsistence of this Agreement; “Appointed Date” means that date which is later of:

(a) the 15th

day of the date of this Agreement, (b) the date on which the Contractor has delivered the Performance Security in

accordance with the provisions of Article 7; (c) the date on which the Authority has provided the Right of Way on at least

90% (ninety per cent) of the total length of the Railway Project in

conformity

with the provisions of Clause 8.2; and

Page 169: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 122 of 277

(d) the date on which all Authority has provided to the Contractor the

environmental and forest clearances for sections of the Railway Project

comprising 90% of the length thereof in accordance with the provisions of

Clause 4.3; “Arbitration Act” means the Arbitration and Conciliation Act, 1996 and shall

include modifications to or any re-enactment thereof, as in force from time to

time; “Authority” shall have the meaning attributed thereto in the array of Parties

hereinabove as set forth in the Recitals; “Authority Default” shall have the meaning as set forth in Clause 21.2; “Authority’s Engineer” shall have the meaning as set forth in Clause 16.1; “Authority Representative” means such person or persons as may be authorised in

writing by the Authority to act on its behalf under this Agreement and shall include

any person or persons having authority to exercise any rights or perform and fulfil

any obligations of the Authority under this Agreement; “Bank” means a bank incorporated in India and having a minimum net worth of

Rs.1,000 crore (Rupees one thousand crore) or any other bank acceptable to the

Authority; “Bank Rate” means the rate of interest specified by the Reserve Bank of India from

time to time in pursuance of section 49 of the Reserve Bank of India Act, 1934 or

any replacement of such Bank Rate for the time being in effect; “Base Date” means the last date of that calendar month, which date precedes the

Bid Due Date by at least 28 (twenty eight) days; “Bid” means the documents in their entirety comprised in the bid submitted by the

selected bidder/Consortium in response to the Request for Proposals in accordance

with the provisions thereof; “Bid Security” means the bid security provided by the Contractor to the Authority

in accordance with the Request for Proposals, and which is to remain in force until

substituted by the Performance Security; “Change in Law” means the occurrence of any of the following after the Base Date:

(a) the enactment of any new Indian law; (b) the repeal, modification or re-enactment of any existing Indian law; (c) the commencement of any Indian law which has not entered into effect

until the Base Date; (d) a change in the interpretation or application of any Indian law by a

judgment of a court of record which has become final, conclusive and

binding, as compared to such interpretation or application by a court of

record prior to the Base Date; or

Page 170: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 123 of 277

(e) any change in the rates of any of the Taxes or royalties that have a direct

effect on the Project; “Change of Scope” shall have the meaning as set forth in Article 13; “Change of Scope Notice” shall have the meaning as set forth in Clause 13.2.1; “Change of Scope Order” shall have the meaning as set forth in Clause 13.2.4; “Completion Certificate” shall have the meaning as set forth in Clause 12.4; {“Consortium” means the consortium of entities which have formed a joint

venturefor implementation of this Project ;}$

“Construction” shall have the meaning as set forth in Clause 1.2.1 (f); “Construction Period” means the period commencing from the Appointed Date

and ending on the date of the Completion Certificate; “Contract Price” means the amount as specified in Clause 17.1.1; “Contractor” shall have the meaning attributed thereto in the array of Parties

hereinabove as set forth in the Recitals; “Contractor Default” shall have the meaning as set forth in Clause 21.1; “Cure Period” means the period specified in this Agreement for curing any breach

or default of any provision of this Agreement by the Party responsible for such

breach or default and shall: (a) commence from the date on which a notice is delivered by one Party to the

other Party asking the latter to cure the breach or default specified in such

notice; (b) not relieve any Party from liability to pay Damages or compensation under

the provisions of this Agreement; and (c) not in any way be extended by any period of Suspension under this

Agreement; provided that if the cure of any breach by the Contractor

requires any reasonable action by the Contractor that must be approved by

the Authority or the Authority’s Engineer hereunder, the applicable Cure

Period shall be extended by the period taken by the Authority or the

Authority’s Engineer to accord their approval; $ This definition may be omitted if the Contractor is not a Consortium.

“Damages” shall have the meaning as set forth in paragraph (w) of Clause 1.2.1; “Defect” means any defect or deficiency in Construction of the Works or any part

thereof, which does not conform with the Specifications and Standards; “Defects Liability Period” shall have the meaning as set forth in Clause 15.1;

Page 171: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 124 of 277

“Dispute” shall have the meaning as set forth in Clause 24.1.1; “Dispute Resolution Procedure” means the procedure for resolution of Disputes as

set forth in Article 24; “Drawings” means all of the drawings, calculations and documents pertaining to

the Railway Project as set forth in Schedule-H, and shall include ‘as built’ drawings

of the Railway Project; “Document” or “Documentation” means documentation in printed or written

form, or in tapes, discs, drawings, computer programs, writings, reports,

photographs, films, cassettes, or expressed in any other written, electronic, audio

or visual form; “Emergency” means a condition or situation that is likely to endanger the safety or

security of the individuals on or about the Railway Project, including Users thereof,

or which poses an immediate threat of material damage to the Works or any of the

Project Assets; “Encumbrances” means, in relation to the Railway Project, any encumbrances such

as mortgage, charge, pledge, lien, hypothecation, security interest, assignment,

privilege or priority of any kind having the effect of security or other such

obligations, and shall include any designation of loss payees or beneficiaries or any

similar arrangement under any insurance policy pertaining to the Railway Project,

where applicable herein but excluding utilities referred to in Clause 9.1; “EPC” means engineering, procurement and construction; “Final Payment Certificate” shall have the meaning as set forth in Clause 17.12.1; “Final Payment Statement” shall have the meaning as set forth in Clause 17.10.1;

“Force Majeure” or “Force Majeure Event” shall have the meaning ascribed to it in

Clause 19.1; [“GAD” or “General Arrangement Drawings” shall have the meaning as set forthin

Clause 4.1.3 (c);] “GOI” or “Government” means the Government of India; “Good Industry Practice” means the practices, methods, techniques, designs,

standards, skills, diligence, efficiency, reliability and prudence which are generally

and reasonably expected from a reasonably skilled and experienced contractor

engaged in the same type of undertaking as envisaged under this Agreement and

which would be expected to result in the performance of its obligations by the

Contractor in accordance with this Agreement, Applicable Laws and Applicable

Permits in reliable, safe, economical and efficient manner; “Government Instrumentality” means any department, division or sub-division of

the Government or the State Government and includes any commission, board,

authority, agency or municipal and other local authority or statutory body,

including panchayat, under the control of the Government or the State

Page 172: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 125 of 277

Government, as the case may be, and having jurisdiction over all or any part of the

Railway Project or the performance of all or any of the services or obligations of the

Contractor under or pursuant to this Agreement; “Important Bridge” means a bridge having a linear waterway of 300 meters or a

total water way of 1000 sqm or more; “Indemnified Party” means the Party entitled to the benefit of an indemnity

pursuant to Article 23 ; “Indemnifying Party” means the Party obligated to indemnify the other Party

pursuant to Article 23; “Indirect Political Event” shall have the meaning as set forth in Clause 19.3; “Insurance Cover” means the aggregate of the maximum sums insured under the

insurances taken out by the Contractor pursuant to Article 18, and includes all

insurances required to be taken out by the Contractor under Clauses 18.1 and 18.9

but not actually taken, and when used in the context of any act or event, it shall

mean the aggregate of the maximum sums insured and payable or deemed to be

insured and payable in relation to such act or event; “Intellectual Property” means all patents, trademarks, service marks, logos, get-up,

trade names, internet domain names, rights in designs, blue prints, programs and

manuals, drawings, copyright (including rights in computer software), database

rights, semi-conductor, topography rights, utility models, rights in know-how and

other intellectual property rights, in each case whether registered or unregistered

and including applications for registration, and all rights or forms of protection

having equivalent or similar effect anywhere in the world; “Interim Payment Certificate” or “IPC” means the interim payment certificate

issued by the Authority’s Engineer for payment to the Contractor in respect of

Contractor’s claims for payment raised in accordance with the provisions of this

Agreement; {“Lead Member” shall, in the case of a consortium, mean the member of

suchconsortium who shall have the authority to bind the contractor and each

member of the Consortium; and shall be deemed to be the Contractor for the

purposes of this Agreement;}$

$ This definition may be omitted if the Contractor is not a Consortium.

“LOA” or “Letter of Acceptance” means the letter of acceptance referred to in

Recital (E); “Maintenance Manual” shall have the meaning ascribed to it in Clause 10.6;

“Major Bridge” means a bridge having a linear waterway of 18 meters or more or

which has a clear opening of 12 meters or more in spans;

Page 173: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 126 of 277

“Manuals” shall mean the manuals specified in Schedule-D; “Material Adverse Effect” means a material adverse effect of any act or event on

the ability of either Party to perform any of its obligations under and in accordance

with the provisions of this Agreement and which act or event causes a material

financial burden or loss to either Party; “Materials” are all the supplies used by the Contractor for incorporation in the

Works or for the maintenance of the Railway Project; “Non-Political Event” shall have the meaning as set forth in Clause 19.2; “Parties” means the parties to this Agreement collectively and “Party” shall mean

any of the parties to this Agreement individually; “Performance Security” shall have the meaning as set forth in Clause 7.1; “Plant” means the apparatus and machinery intended to form or forming part of

the Works; “Political Event” shall have the meaning as set forth in Clause 19.4; “Power Block” means the length of the railway line between two railway stations,

on which the overhead equipment (OHE) is de-energized and earthed to enable the

Contractor to execute construction or maintenance works; “Program” shall have the meaning as set forth in Clause 10.1.3; “Project” means the construction and maintenance of the Railway Project in

accordance with the provisions of this Agreement, and includes all works, services

and equipment relating to or in respect of the Scope of the Project; “Project Assets” means all physical and other assets relating to (a) tangible assets

such as civil works and equipment including [foundations, embankments,

pavements, road surface, interchanges, bridges, culverts, road over-bridges,

drainage works, traffic signals, sign boards, kilometre-stones, electrical systems,

communication systems, rest areas, relief centres, maintenance depots and

administrative offices]; and (b) Project Facilities situated on the Site; “Project Completion Date” means the date on which the last Provisional Certificate

is issued; “Project Completion Schedule” means the progressive Project Milestones set forth

in Schedule-I for completion of the Railway Project on or before the Scheduled

Completion Date; “Project Facilities” means all the amenities and facilities to be constructed on the

Site, as described in Schedule-C; “Project Milestone” means the project milestone set forth in Schedule-I and

includes the Scheduled Completion Date; “Proof Consultant” shall have the meaning as set forth in Clause 10.2.2;

Page 174: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 127 of 277

“Provisional Certificate” shall have the meaning as set forth in Clause 12.2; “Punch List” shall have the meaning as set forth in Clause 12.2.1; “Quality Assurance Plan” or “QAP” shall have the meaning as set forth in Clause

11.2.1; “Railway Project” means the Works specified in this Agreement on the railway line

between DELHI-SARAI ROHILLA-REWARI, ALWAR-BANDIKUI-JAIPUR-PHULERA, and

PHULERA-MADAR having a length of780 kms in of Northern & North Western Zone; “Re.”, “Rs.” or “Rupees” or “Indian Rupees” means the lawful currency of the

Republic of India; “Request for Proposals” or “RFP” shall have the meaning as set forth in Recital ‘D’; “Request for Qualification” or “RFQ” shall have the meaning as set forth in Recital

‘C’; “Retention Money” shall have the meaning set forth in Clause 7.5.1;

“Right of Way” means the constructive possession of the Site free from

encroachments and encumbrances, together with all way leaves, easements,

unrestricted access and other rights of way, howsoever described, necessary for

construction of the Railway Project in accordance with this Agreement;

“Scheduled Completion Date” shall be the date as set forth in Clause 10.3.1; “Scope of the Project” shall have the meaning as set forth in Clause 2.1; “Section” means the portion of the railway line between two block stations; “Site” shall have the meaning as set forth in Clause 8.1; “Specifications and Standards” means the specifications and standards relating to

the quality, quantity, capacity and other requirements for the Railway Project, as

set forth in Schedule-D, and any modifications thereof, or additions thereto, as

included in the design and engineering for the Railway Project submitted by the

Contractor to, and expressly approved by, the Authority;

“Stage Payment Statement” shall have the meaning as set forth in Clause 17.4; “Structures” means an elevated railway line or a flyover, as the case may be;

“Sub-contractor” means any person or persons to whom a part of the Works has

been subcontracted by the Contractor and the permitted legal successors in title to

such person, but not an assignee to such person; “Suspension” shall have the meaning as set forth in Article 20; “Taxes” means any Indian taxes including excise duties, customs duties, value

added tax, sales tax, local taxes, cess and any impost or surcharge of like nature

(whether Central, State or local) on the goods, Materials, equipment and services

Page 175: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 128 of 277

incorporated in and forming part of the Railway Project charged, levied or imposed

by any Government Instrumentality, but excluding any interest, penalties and other

sums in relation thereto imposed on any account whatsoever. For the avoidance of

doubt, Taxes shall not include taxes on corporate income; “Termination” means the expiry or termination of this Agreement; “Termination Notice” means the communication issued in accordance with this

Agreement by one Party to the other Party terminating this Agreement; “Termination Payment” means the amount payable by either Party to the other

upon Termination in accordance with Article 21; “Terms of Reference” or “TOR” shall have the meaning as set forth in Clause

16.2.1; “Tests” means the tests set forth in Schedule-J to determine the completion of

Works in accordance with the provisions of this Agreement; “Time Extension” shall have the meaning as set forth in Clause 10.4.1; “Traffic Block” means the length of railway line between two railway stations, on

which traffic is blocked with or without OHE being de-energised to enable

construction or maintenance works to be undertaken. “User” means a person who travels or intends to travel on the Railway Project or

any part thereof on any train or vehicle; “Valuation of Unpaid works” shall have the meaning as set forth in Clause 21.5.1; “Works” means all works including survey and investigation, design, engineering,

procurement, construction, Plant, Materials, temporary works and other things

necessary to complete the Railway Project in accordance with this Agreement; and “WPI” means the wholesale price index for various commodities as published by

the Ministry of Commerce and Industry, GOI and shall include any index which

substitutes the WPI, and any reference to WPI shall, unless the context otherwise

requires, be construed as a reference to the WPI published for the period ending

with the preceding month.

Page 176: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 129 of 277

IN WITNESS WHEREOF THE PARTIES HAVE EXECUTED AND DELIVERED THIS

AGREEMENT AS OF THE DAY, MONTH AND YEAR FIRST ABOVE WRITTEN. SIGNED, SEALED AND SIGNED, SEALED AND DELIVERED DELIVERED For and on behalf of For and on behalf of [...***, *** Railway] by: THE CONTRACTOR by:

(Signature) (Signature) (Name) (Name) (Designation) (Designation)

In the presence of: 1. 2.

{COUNTERSIGNED and accepted by: Name and particulars of other members of the Consortium}

*******

Page 177: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 130 of 277

Schedules

Page 178: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 131 of 277

SCHEDULE - A (See Clauses 2.1 and 8.1)

SITE OF THE PROJECT

1 The Site 1.1 Site of the Railway Project shall include the land, buildings, structures and

track works as described in Annex-I of this Schedule-A. 1.2 The dates of handing over Right of Way to the Contractor are specified in

Annex-II of this Schedule-A. 1.3 An inventory of the Site including the land, buildings, structures, track

works, trees and any other immovable property on, or attached to, the Site

shall be prepared jointly by the Authority’s Representative and the

Contractor, and such inventory shall form part of the memorandum

referred to in Clause 8.2.1 of this Agreement. 1.4 The alignment plans of the Railway Project are specified in Annex-III. 1.5 The status of the environment clearances and forest clearances obtained or

awaited is given in Annex IV.

Page 179: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 132 of 277

Annex - I

(Schedule-A)

Site

[For new railway line]

1. Site The Site of the Railway Project comprises the section commencing from km *** to km

*** i.e. the *** - *** section in the State of *** in the **** Railway zone. The land and

other structures comprising the Site are described below: Not Applicable

2. Route Length: Not Applicable

The route length of the Railway Project comprises the section as described

below:

S.

No

Name

of

location

From

Name

of

location

To

Start

Chainage

(km)

End

Chainage

(km)

Length

(km)

Remarks

Not Applicable

3. Land : Not Applicable

The Site of the Railway Project comprises the land described below:

S.

No

Name of

location

From

Name

of

location

To

Start

chainage

(km)

End

chainage

(km)

Land

width

(m)

Remarks

Not Applicable

4. Details of existing structures and facilities on adjoining railway track (For

doubling or 3rd

line projects or electrification)

4.1 Permanent Way

Details of the Permanent Way on the Right of Way are:

S

N

No. of

railway

line

km

from

km to Route

km

Min and

Max

Implantation

(if electrified)

Remarks

1 Double

line

3.500 81.018 77.518 Not Electrified Delhi S. Rohilla -

Gurgaon

2 Double

Line

149.805 295.100 145.295

Not Electrified Bandikui – Phulera

(Ex Agra Fort Chainage)

3 Double

Line

215.000 285.800 70.800 Not Electrified Phulera – Madar

(EX RPC Chainage)

4 Single

Line

74.750 135.000 60.250 Not Electrified Alwar – Bandikui

Page 180: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 133 of 277

4.2 Important Bridges

The Site includes the following Important Bridges: SN Bridge No. and

location (km) Type of Structure No. of Spans

with span

length (m)

Width

(m) Foundation Sub-

structure

Superstructure

1 DEE-RE NIL NIL NIL NIL 2 AWR (Ex)-

Madar

including

NIL NIL NIL NIL

4.3 Major Bridges

The Site includes the following Major Bridges: SN Bridge No. and location (km) Type of Structure No. of spans with

span length (m)

Width

(m) (A) DEE-RE Foundation Sub-structure Superstructure

Bridge No. Location

1 3 3/5-6 OPEN SM-CM Half Through PL

Gr.

1 15.88 (SQ)

22.56 (SK)

22.6

2 3 3/5-6 OPEN SM-CM Half Through PL

Gr.

1 15.88 (SQ)

22.56 (SK)

22.6

3 15 9/6-7 OPEN BM-CM PL Gr. 3 12.2 36.6

4 15 9/6-7 OPEN BM-CM PL Gr. 3 12.2 36.6

5 15 9.59 OPEN BM-CM PL Gr. 3 12.2 36.6

6 22 15/0-1 OPEN BM-CM PL Gr. 4 4.27 17.1

7 22-A 14/14-15 OPEN BM-CM PL Gr. 4 6.05 24.2

8 24 15/9-10 OPEN MCC PSC SLAB 3 6.1 18.3

9 24 15/9-10 OPEN MCC PL Gr. 3 6.1 18.3

10 37 21/6-7 OPEN MCC PSC SLAB 3 6.1 18.3

11 37 21/6-7 OPEN MCC GIRDER 3 6.1 18.3

12 59 34.477 OPEN MCC PSC SLAB 2 6.1 12.2

13 59 34/6-7 OPEN SM-CM GIRDER 2 6.1 12.2

14 60 35.713 OPEN MCC PSC SLAB 2 6.10 12.2

15 60 35/7-8 OPEN MCC GIRDER 2 6.1 12.2

16 61 37.096 OPEN BM-CM GIRDER 3 8.01 24

17 61 37/0-1 OPEN SM-CM GIRDER 3 8.01 24

18 62 38.927 OPEN BM-CM PSC SLAB 12 6.1 73.2

19 62 38/9-10 OPEN SM-CM PSC SLAB 12 6.1 73.2

20 47 28/0-1 OPEN MCC PSC SLAB 3 6.1 18.3

21 47 28/0-1 OPEN BM-CM RSJ 3 6.1 18.3

22 84 59/2-3 OPEN BM-CM PSC SLAB 5 6.1 30.5

23 84 59/2-3 OPEN SM-CM PL Gr. 5 6.7 33.5

24 85 61/6-7 OPEN MCC PSC SLAB 3 6.1 18.3

25 85 61/6-7 OPEN SM-CM PL Gr. 3 6.7 20.1

26 86 62/4-5 OPEN MCC PSC SLAB 14 6.1 85.4

27 86 62/4-5 OPEN SM-CM PL Gr. 14 6.1 85.4

28 87 62/9-10 OPEN MCC PSC SLAB 5 6.10 30.5

29 87 62/9-10 OPEN SM-CM PL Gr. 5 6.70 33.5

30 88 63/3-4 OPEN MCC PSC SLAB 2 6.1 12.2

31 88 63/3-4 OPEN SM-CM PL Gr. 2 6.7 13.4

32 89 64/8-9 OPEN MCC PSC SLAB 3 6.1 18.3

33 89 64/8-9 OPEN SM-CM PL Gr. 3 6.7 20.1

34 90 65/2-3 OPEN MCC PSC SLAB 3 6.1 18.3

35 90 65/2-3 OPEN SM-CM PL Gr. 3 6.7 20.1

36 91 68/1-2 OPEN MCC PSC SLAB 4 6.1 24.4

37 91 68/1-2 OPEN SM-CM PL Gr. 4 6.7 26.8

38 92 68/6-7 OPEN MCC PSC SLAB 4 6.1 24.4

39 92 68/6-7 OPEN SM-CM PL Gr. 4 6.7 26.8

40 93 69/8-9 OPEN MCC PSC SLAB 20 6.1 122

41 93 69/8-9 OPEN SM-CM PSC SLAB 20 6.1 122

Page 181: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 134 of 277

42 93-A 70/7-8 OPEN MCC PSC SLAB 35 6.1 214

43 93-A 70/7-8 OPEN MCC PSC SLAB 35 6.1 214

(B) AWR (Ex)-Madar(excl)

44 90 81/6-7 PILE SMLM PSC GIRDER 4 11.89 47.6

45 94 86/6-7 PILE SMLM RCC SLAB 5 2*11.43 +

3*13.53

63.5

46 100 96/6-7 OPEN SMLM PSC SLAB 3 7.62 22.9

47 102 98/6-7 OPEN SMLM PSC SLAB 4 7.62 30.5

48 112 112/2-3 OPEN SMLM PSC SLAB 4 3*7.24 +

1*3.05

24.8

49 130 126/9-10 OPEN SMLM PSC SLAB 3 7.62 22.9

50 138 153/6-8 WELL SMLM Regirdering

MBG Girder

7 18.29 128

51 152 170/2-4 OPEN SMLM TOWG 7 3*30.5+4*6.1 116

52 153 171/1-2 OPEN SMLM PSC GIRDER 3 12.2 36.6

53 178 192/0-1 PILE RCC PSC Slab 4 12.2 48.8

54 195 213/6-7 WELL SMLM FISH BALLIED

PLATE GIRDER

4 18.3 73.2

55 197 215/5-6 PILE SMLM PSC SLAB 2 12.20 24.4

56 198 219/0-3 OPEN SMLM STEEL GIRDER 10 18.3 183

57 200 221/0-1 OPEN SMLM RSJ 3 18.19 54.6

58 212 233/9-234/0 PILE SMLM PSC SLAB 2 12.2 24.4

59 215 237/9-238/1 OPEN SMLM PSC SLAB 3 12.2 36.6

60 138 153/6-8 PILE RCC PSC GIRDER 7 18.3 128

61 152 170/2-4 OPEN RCC TOWG 5 3*30.5+

2*12.2

116

62 153 171/1-2 OPEN RCC PSC SLAB 3 12.2 36.6

63 178 192/0-1 PILE RCC PSC Slab 4 12.2 48.8

64 195 213/6-7 PILE RCC PSC GIRDER 4 18.3 73.2

65 197 215/5-6 PILE RCC PSC SLAB 2 12.2 24.4

66 198 219/0-3 WELL RCC PSC GIRDER 10 18.3 183

67 200 221/0-1 PILE RCC PSC GIRDER 3 18.3 54.9

68 212 233/9-234/0 PILE RCC PSC SLAB 2 12.20 24.4

69 215 237/9-238/1 PILE RCC PSC SLAB 2 12.20 24.4

70 223 242/4-5 OPEN SMLM STEEL GIRDER 3 18.3 54.9

71 245 276/0-2 OPEN SMLM PSC SLAB 4 17.5 70

72 223 242/4-5 OPEN RCC STEEL GIRDER 3 18.3 54.9

73 245 276/0-2 PILE RCC PSC GIRDER 4 18.3 73.2

74 241 231/2-3 OPEN MCC RCC SLAB 8 6.1 48.8

75 309 277/1-2 OPEN SMLM RSJ 4 6.24 25

76 317 282/8-9 OPEN SMLM RSJ 3 6.4 19.2

77 241 231/2-3 OPEN RCC PSC SLAB 8 6.1 48.8

78 309 277/1-2 OPEN SMLM RCC SLAB 4 5.61 22.4

4.4 Minor Bridges/culverts

The Site includes the following Minor Bridges and culverts: SN Bridge No. location

(km)

Type of Structure No. of spans with

span length (m)

Wid

th

(m) Foundation Sub-structure Superstructure No Span

(A) DEE-RE

1 1 0/6 OPEN B.MASONARY RCC SLAB 1 1.73 1.73

2 1 0/6 OPEN B.MASONARY RCC SLAB 1 1.73 1.73

3 2 0/7-8 OPEN MCC RSJ 1 1.65 1.65

4 2 0/7-8 OPEN MCC GIRDER 1 1.65 1.65

5 4 3/4-5 OPEN SM-CM PL Gr. 2 4.17 + 4.71 8.88

6 4 3/4-5 OPEN SM-CM PL Gr. 2 4.17 + 4.71 8.88

7 5 4/9-10 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

8 5 4/9-10 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

Page 182: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 135 of 277

9 5-A 4/9-10 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

10 5-A 4/9-10 OPEN B.MASONARY ARCH 1 3.05 3.05

11 5-B 5/2-3 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

12 5-B 5/2-3 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

13 6 5/5-6 OPEN B.MASONARY HUME PIPE 1 0.91 0.91

14 6 5/5-6 OPEN B.MASONARY HUME PIPE 1 0.91 0.91

15 8 6/2-3 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

16 8 6/2-3 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

17 10 6/8-9 OPEN B.MASONARY RCC SLAB 1 4.55 4.55

18 10 6/8-9 OPEN B.MASONARY RCC SLAB 1 4.55 4.55

19 14 8/3-4 OPEN B.MASONARY HUME PIPE 1 1.22 1.22

20 14 8/3-4 OPEN B.MASONARY HUME PIPE 1 1.22 1.22

21 16 11/1-2 OPEN MCC RCC SLAB 1 1.83 1.83

22 16 11/1-2 OPEN MCC RCC SLAB 1 1.85 1.85

23 16 11/1-2 OPEN B.MASONARY RCC SLAB 1 1.85 1.85

24 17 11/3-4 OPEN B.MASONARY ARCH 3 0.91 2.73

25 17 11/3-4 OPEN B.MASONARY HUME PIPE 2 0.91 1.82

26 18 11/6-1 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

27 18 11/6-1 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

28 18 11/6-1 OPEN B.MASONARY PL GIRDER 1 3.05 3.05

29 19 12/1-2 OPEN MCC ARCH 2 0.91 1.82

30 19 12/1-2 OPEN MCC ARCH 2 0.91 1.82

31 19 12/1-2 OPEN B.MASONARY RCC SLAB 1 0.91 0.91

32 20 12/6-7 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

33 20 12/6-7 OPEN B.MASONARY PL GIRDER 1 3.05 3.05

34 20 12/6-7 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

35 21 13/9-10 OPEN B.MASONARY PL Gr. 1 3.05 3.05

36 21 13/9-10 OPEN B.MASONARY PL Gr. 1 3.05 3.05

37 21 13/9-10 OPEN SM-CM RCC SLAB 1 3.05 3.05

38 21 13/9-10 OPEN SM-CM RCC SLAB 1 3.05 3.05

39 21-A 14/4-5 OPEN B.MASONARY HUME PIPE 1 0.67 0.67

40 21-A 14/4-5 OPEN B.MASONARY RCC SLAB 1 0.67 0.67

41 22 15/0-1 OPEN B.MASONARY RCC SLAB 1 6.05 6.05

42 23 15/5-6 OPEN B.MASONARY RCC BOX 1 2.75 2.75

43 23 15/5-6 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

44 25 16/2-3 OPEN MCC RCC BOX 2 2.09 4.18

45 25 16/2-3 OPEN B.MASONARY RCC SLAB 2 3.05 6.1

46 26 17/8-9 OPEN MCC HUME PIPE 4 0.6 2.4

47 26 17/8-9 OPEN B.MASONARY HUME PIPE 4 0.6 2.4

48 27 18/2-3 OPEN SM-CM RCC BOX 1 2.45 2.45

49 27 18/2-3 OPEN SM-CM RL CLUSTER 1 2.45 2.45

50 28 18/4-5 OPEN MCC RCC BOX 1 2.44 2.44

51 28 18/4-5 OPEN BM-LM PSC SLAB 1 2.44 2.44

52 29 18/8-9 OPEN MCC RCC BOX 1 2.75 2.75

53 29 18/8-9 OPEN MCC PSC SLAB 1 2.75 2.75

54 30 19/3-4 OPEN MCC RCC BOX 1 2.44 2.44

55 30 19/3-4 OPEN MCC GIRDER 1 2.44 2.44

56 31 19/3-4 OPEN MCC RCC BOX 1 3.05 3.05

57 31 19/3-2 OPEN SM-CM PSC SLAB 1 3.05 3.05

58 32 19/6-7 OPEN MCC PSC SLAB 1 6.1 6.1

59 32 19/6-7 OPEN B.MASONARY RSJ 1 6.86 6.86

60 33 19/8-9 OPEN HUME PIPE 1 0.9 0.9

61 33 19/8-9 OPEN SM-CM ARCH 1 0.94 0.94

62 34 20/1-2 OPEN MCC RCC BOX 2 2.9 5.8

63 34 20/1-2 OPEN SM-CM PSC SLAB 2 3.05 6.1

64 35 20/8-9 OPEN MCC HUME PIPE 2 0.91 1.82

65 35 20/8-9 OPEN SM-CM ARCH 2 0.91 1.82

66 36 20/5-6 OPEN HUME PIPE 1 1.4 1.4

67 36 20/5-6 OPEN B.MASONARY ARCH 1 1.52 1.52

68 38 20/8-9 OPEN B.MASONARY HUME PIPE 1 1.4 1.4

69 38 21/8-9 OPEN SM-CM ARCH 1 1.52 1.52

Page 183: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 136 of 277

70 39 22/6-7 OPEN MCC RCC BOX 1 3.05 3.05

71 39 22/6-7 OPEN SM-CM RCC SLAB 1 3.05 3.05

72 40 23/2-3 OPEN MCC HUME PIPE 6 1.2 7.2

73 40 23/2-3 OPEN SM-CM HUME PIPE 6 1.2 7.2

74 41 23/6-7 OPEN MCC PSC SLAB 2 6.1 12.2

75 41 23/6-7 OPEN MCC RSJ 2 6.1 12.2

76 42 23/7-8 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

77 42 23/7-8 OPEN B.MASONARY RCC SLAB 1 3.05 3.05

78 43 24/6-7 OPEN HUME PIPE 2 0.91 1.82

79 43 24/6-7 OPEN B.MASONARY ARCH 2 0.91 1.82

80 44 25/2-3 OPEN MCC HUME PIPE 6 0.9 5.4

81 44 25/2-3 OPEN SM-CM HUME PIPE 3 3.25 9.75

82 45 25/8-9 OPEN MCC HUME PIPE 1 1.22 1.22

83 45 25/8-9 OPEN SM-CM HUME PIPE 1 1.88 1.88

84 45-A 25/8-9 OPEN MCC RCC SLAB 1 3 3

85 45-A 25/8-9 OPEN B.MASONARY HUME PIPE 2 1.1 2.2

86 46 27/6-7 OPEN B.MASONARY HUME PIPE 1 1.2 1.2

87 46 27/6-7 OPEN MCC RSJ 1 1.22 1.22

88 48 28/3-4 OPEN B.MASONARY HUME PIPE 1 1.2 1.2

89 48 28/3-4 OPEN SM-CM RSJ 1 1.16 1.16

90 49 28/8-9 OPEN MCC HUME PIPE 1 0.91 0.91

91 49 28/8-9 OPEN B.MASONARY ARCH 1 0.91 0.91

92 50 29/7-8 OPEN MCC RCC BOX 2 3.05 6.1

93 50 29/7-8 OPEN B.MASONARY PSC SLAB 2 3.05 6.1

94 51 30/3-4 OPEN B.MASONARY RCC SLAB 5 1.53 7.65

95 51 30/3-4 OPEN B.MASONARY RSJ 5 1.45 7.25

96 52 31/5-6 OPEN MCC HUME PIPE 2 0.91 1.82

97 52 31/5-6 OPEN SM-CM RCC SLAB 2 0.91 1.82

98 53 31/5-9 OPEN MCC HUME PIPE 1 0.91 0.91

99 53 31/8-9 OPEN B.MASONARY ARCH 1 0.91 0.91

100 54 31.799 OPEN MCC PSC SLAB 1 6.1 6.1

101 54 31/9-10 OPEN B.MASONARY GIRDER 1 6.1 6.1

102 55 33/0-1 OPEN HUME PIPE 1 1.2 1.2

103 55 33/0-1 OPEN B.MASONARY HUME PIPE 1 1.2 1.2

104 56 33.62 OPEN B.MASONARY RCC BOX 1 3.05 3.05

105 56 33/4-5 OPEN B.MASONARY PSC SLAB 1 3.05 3.05

106 57 33.517 OPEN B.MASONARY HUME PIPE 1 1.4 1.4

107 57 33/9-10 OPEN B.MASONARY ARCH 1 1.52 1.52

108 80 53/9-10 SM-CM ARCH 1 0.91 0.91

109 81 54/7-8 B.MASONARY HUME PIPE 1 0.91 0.91

110 81 54/7-8 SM-CM ARCH 1 0.91 0.91

111 82 56/8-9 SM-CM RCC SLAB 2 3.05 6.1

112 82 56/8-9 SM-CM ARCH 1 0.91 0.91

113 83 58/3-4 B.MASONARY RCC SLAB 1 1.83 1.83

114 83 58/3-4 SM-CM ARCH 1 1.5 1.5

115 94 27/1-2 MCC HUME PIPE 8 0.9 7.2

116 94 72/1-2 MCC HUME PIPE 8 0.9 7.2

117 95 73/1-2 MCC HUME PIPE 1 0.8 0.8

118 95 73/1-2 MCC ARCH 1 0.91 0.91

119 96 76/0-1 B.MASONARY RCC SLAB 1 1.52 1.52

120 96 76/0-1 SM-CM ARCH 1 1.5 1.5

121 97 76.908 B.MASONARY HUME PIPE 1 0.91 0.91

122 97 76.908 B.MASONARY ARCH 1 0.91 0.91

123 97-A 77/6-7 B.MASONARY CI PIPE 1 0.24 0.24

124 97-A 77/6-7 B.MASONARY CI PIPE 1 0.24 0.24

125 98 77/9-10 B.MASONARY RCC SLAB 1 1.52 1.52

126 98 77/9-10 B.MASONARY ARCH 1 1.5 1.5

127 98-A 78/9-10 MCC PL Gr. 1 9.15 9.15

128 98-A 78/9-10 SM-CM PL Gr. 1 9.15 9.15

Page 184: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 137 of 277

(B) AWR (Ex)-Madar(excl)

129 84 74/8-9 OPEN RCC BOX CUL 5 1.83 9.15

130 84-B 75/3-4 NIL NIL PIPE 1 0.38 0.38

131 84-C 75/4-5 NIL NIL PIPE 1 0.38 0.38

132 84-D 75/7-8 NIL NIL PIPE 1 0.38 0.38

133 84-E 75/9-

76/0

NIL NIL PIPE 1 0.38 0.38

134 84-F 76/1-2 NIL NIL PIPE 1 0.38 0.38

135 84-G 76/3-4 NIL NIL PIPE 1 0.45 0.45

136 84-H 76/6-7 NIL NIL PIPE 1 0.38 0.38

137 84-I 76/7-8 NIL NIL PIPE 1 0.38 0.38

138 85 77/4-5 OPEN RCC BOX CUL 1 3.05 3.05

139 86 78/2-3 OPEN RCC BOX CUL 3 3.05 9.15

140 87 78/6-7 OPEN RCC BOX CUL 1 1.83 1.83

141 87-A 78/9-

79/0

OPEN MCC RCC SLAB 1 0.61 0.61

142 88 79/3-4 OPEN MCC RCC SLAB 1 0.91 0.91

143 89 79/9-

80/0

OPEN RCC BOX CUL 1 3.05 3.05

144 89-A 80/8-9 NIL NIL PIPE 1 0.61 0.61

145 89-B 81/0-1 OPEN MCC RCC SLAB 1 0.61 0.61

146 90-A 82/2-3 OPEN MCC RCC SLAB 1 0.61 0.61

147 90-B 83/1-2 OPEN MCC RCC SLAB 1 0.9 0.9

148 90-C 84/1-2 OPEN MCC RCC SLAB 1 0.61 0.61

149 91 84/5-6 OPEN RCC BOX CUL 3 3.05 9.15

150 91-A 85/4-5 NIL NIL PIPE 1 0.6 0.6

151 92 85/8-9 OPEN MCC RCC SLAB 1 0.91 0.91

152 93 86/1-2 OPEN RCC BOX CUL 1 3.05 3.05

153 LHS LC

No.122

86/1-2 NIL NIL RCC BOX 1 4 4

154 94-A 88/1-2 OPEN MCC RCC SLAB 1 0.61 0.61

155 95 89/9-

90/0

OPEN RCC BOX CUL 1 3.05 3.05

156 96 92/2-3 OPEN RCC BOX CUL 1 3.05 3.05

157 97 93/6-7 OPEN RCC BOX CUL 1 1.5 1.5

158 98 93/9-10 OPEN RCC BOX CUL 1 1.5 1.5

159 98-A 94/0-1 OPEN MCC RAIL OPEN 1 0.47 0.47

160 99 94/1-2 OPEN RCC BOX CUL 1 3.05 3.05

161 101 97/6-7 OPEN RCC BOX CUL 1 1.5 1.5

162 LHS LC

No.131

99/1-2 NIL NIL RCC BOX 1 4 4

163 102-B 100/5-6 OPEN MCC RCC SLAB 1 0.61 0.61

164 102-C 101/1-2 OPEN MCC STONE SLAB 1 0.61 0.61

165 103 102/2-3 OPEN RCC BOX CUL 1 3.05 3.05

166 103-A 103/3-4 OPEN MCC RCC SLAB 1 0.53 0.53

167 103-B 104/6-7 NIL NIL PIPE 1 0.15 0.15

168 103-C 104/7-8 NIL NIL PIPE 1 0.15 0.15

169 103-D 105/0-1 NIL NIL PIPE 1 0.15 0.15

170 103-E 105/1-2 NIL NIL PIPE 1 0.15 0.15

171 104 105/2-3 OPEN RCC BOX CUL 2 3.05 6.1

Page 185: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 138 of 277

172 105 105/7-8 OPEN RCC BOX CUL 3 1.82 5.46

173 106 106/2-3 NIL NIL PIPE 1 0.91 0.91

174 106-A 106/4-5 NIL NIL PIPE 1 0.15 0.15

175 107 107/5-6 NIL NIL PIPE 1 0.91 0.91

176 107A 107/6-7 NIL NIL PIPE 1 0.15 0.15

177 107-B 107/6-7 NIL NIL PIPE 1 0.4 0.4

178 107-C 107/7-8 NIL NIL PIPE 1 0.4 0.4

179 107-D 108/1-2 NIL NIL PIPE 1 0.4 0.4

180 LHS LC

No.138

108/1-2 NIL NIL RCC BOX 1 4 4

181 108 108/3-4 OPEN RCC BOX CUL 3 3.05 9.15

182 LHS LC

No.139

109/0-1 NIL NIL RCC BOX 1 4 4

183 109 110/4-5 OPEN RCC BOX CUL 3 3.05 9.15

184 110 110/10-

111/0

OPEN RCC BOX CUL 1 3.05 3.05

185 111 111/6-7 OPEN RCC BOX CUL 1 2.2 2.2

186 112-A 112/7-8 NIL NIL PIPE 1 0.23 0.23

187 112-B 113/1-2 NIL NIL PIPE 1 0.28 0.28

188 112-C 113/3-4 NIL NIL PIPE 1 0.61 0.61

189 112-D 113/3-4 NIL NIL PIPE 1 0.61 0.61

190 112-E 113/4-5 NIL NIL PIPE 1 0.61 0.61

191 112-F 113/5-6 NIL NIL PIPE 1 0.61 0.61

192 112-G 113/5-6 NIL NIL PIPE 1 0.61 0.61

193 112-H 113/7-8 NIL NIL PIPE 1 0.25 0.25

194 112-I 113/8-9 NIL NIL PIPE 1 0.28 0.28

195 113 114/2-3 NIL NIL PIPE 1 0.91 0.91

196 114 115/3-4 OPEN RCC BOX CUL 1 3.05 3.05

197 115 115/6-7 OPEN RCC BOX CUL 1 1.5 1.5

198 116 115/0-

116/1

OPEN RCC BOX CUL 2 3.05 6.1

199 117 116/8-9 OPEN RCC BOX CUL 1 3.05 3.05

200 118 117/2-3 OPEN RCC BOX CUL 1 1.5 1.5

201 118-B 117/8-9 NIL NIL PIPE 1 0.9 0.9

202 118-C 118/5-6 NIL NIL PIPE 1 0.9 0.9

203 119 119/1-2 OPEN RCC BOX CUL 2 3.05 6.1

204 120 119/2-3 OPEN RCC BOX CUL 1 2.54 2.54

205 120-A 119/7-8 NIL NIL PIPE 1 0.61 0.61

206 120-B 119/10-

120/1

OPEN MCC RAIL OPEN 1 0.28 0.28

207 121 120/2-3 NIL NIL PIPE 1 0.9 0.9

208 122 120/7-8 OPEN RCC BOX CUL 1 3.05 3.05

209 123 121/0-1 OPEN RCC BOX CUL 1 1.5 1.5

210 LHS LC

No.148

121/0-1 NIL NIL RCC BOX 1 4 4

211 124 121/5-6 OPEN RCC BOX CUL 1 3.05 3.05

212 124-A 121/7-8 NIL NIL PIPE 1 0.61 0.61

213 124-B 121/8-9 NIL NIL PIPE 1 0.15 0.15

214 124-C 121/10-

122/1

NIL NIL PIPE 1 0.61 0.61

Page 186: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 139 of 277

215 124-D 121/10-

122/1

NIL NIL PIPE 1 0.61 0.61

216 124-E 122/2-3 NIL NIL PIPE 1 0.61 0.61

217 124-F 122/5-6 NIL NIL PIPE 1 0.90 0.9

218 LHS LC

No.152

123/0-1 NIL NIL RCC BOX 1 4 4

219 125 123/1-2 OPEN RCC BOX CUL 1 3.05 3.05

220 126 124/0-1 OPEN RCC BOX CUL 2 2.54 5.08

221 127 124/1-2 OPEN RCC BOX CUL 1 3.05 3.05

222 128 124/7-8 OPEN RCC BOX CUL 1 1.5 1.5

223 129 125/5-6 OPEN RCC BOX CUL 1 2.54 2.54

224 131 127/3-4 OPEN RCC BOX CUL 1 1.5 1.5

225 LHS LC

154

127/4-5 NIL NIL RCC BOX 1 4 4

226 132 127/7-8 OPEN RCC BOX CUL 1 3.05 3.05

227 132A 127/9-

10

OPEN MCC RAIL OPEN 1 0.60 0.6

228 132C 128/3-4 NIL NIL PIPE 1 0.60 0.6

229 132D 128/3-4 NIL NIL PIPE 1 0.61 0.61

230 133 128/9-

10

NIL NIL PIPE 1 0.61 0.61

231 134 129/4-5 OPEN RCC BOX CUL 1 5.71 5.71

232 LHS LC

No.155

130/1-2 NIL NIL RCC BOX 1 4 4

233 135 131/0-1 NIL NIL PIPE 1 0.9 0.9

234 136 132/7-8 NIL NIL PIPE 2 0.9 1.8

235 136-A 133/8-9 OPEN MCC RCC SLAB 1 0.46 0.46

236 136-B 134/0-1 NIL NIL PIPE 1 0.30 0.3

237 137-A 152/1-2 OPEN SMLM OTHER 1 0.46 0.46

238 137-B 152/8-9 OPEN MCC RAIL OPEN 1 0.46 0.46

239 139 154/4-5 OPEN SMLM ARCH 1 6.1 6.1

240 139-A 155/1-2 OPEN SMLM STONE SLAB 1 0.45 0.45

241 139-B 155/1-2 OPEN SMLM STONE SLAB 1 0.45 0.45

242 139-C 157/6-7 OPEN SMLM STONE SLAB 1 0.3 0.3

243 140 158/1-2 NIL NIL PIPE 2 0.9 1.8

244 140-A 158/8-9 OPEN SMLM OTHER 1 0.3 0.3

245 140-B 160/4-5 OPEN MCC STONE SLAB 1 0.3 0.3

246 141 164/6-7 NIL NIL PIPE 1 0.9 0.9

247 142 164/9-

165/0

OPEN RCC BOX CUL 1 3.05 3.05

248 143 165/1-2 OPEN RCC BOX CUL 1 3.05 3.05

249 144 165/5-6 OPEN RCC BOX CUL 1 3.05 3.05

250 144-A 165/8-9 OPEN MCC STONE SLAB 1 0.305 0.31

251 145 165/9-

166/0

NIL NIL PIPE 2 0.9 1.8

252 146 166/2-3 NIL NIL PIPE 1 0.9 0.9

253 147 166/5-6 NIL NIL PIPE 1 0.9 0.9

254 147-A 167/0-1 OPEN SMLM STONE SLAB 1 0.3 0.3

255 148 167/0-1 NIL NIL PIPE 2 0.9 1.8

256 148-A 167/3-4 OPEN SMLM OTHER 1 0.3 0.3

257 149 168/2-3 OPEN RCC BOX CUL 1 3.05 3.05

Page 187: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 140 of 277

258 150 169/0-1 NIL NIL PIPE 1 0.9 0.9

259 151 169/8-9 OPEN SMLM ARCH 1 3.05 3.05

260 154 172/4-5 NIL NIL PIPE 1 0.9 0.9

261 155 173/6-7 NIL NIL PIPE 3 0.9 2.7

262 156 174/8-9 NIL NIL PIPE 3 0.9 2.7

263 157 175/4-5 OPEN RCC BOX CUL 1 3.05 3.05

264 158 176/7-8 NIL NIL PIPE 1 0.9 0.9

265 159 177/6-7 NIL NIL PIPE 2 0.9 1.8

266 160 178/2-3 NIL NIL PIPE 1 0.9 0.9

267 161 178/6-7 NIL NIL PIPE 2 0.9 1.8

268 162 178/6-7 NIL NIL PIPE 1 0.9 0.9

269 164 179/8-9 NIL NIL PIPE 2 0.9 1.8

270 165 179/8-9 NIL NIL PIPE 2 0.9 1.8

271 166 180/5-6 NIL NIL PIPE 1 0.9 0.9

272 167 181/1-2 NIL NIL PIPE 2 0.9 1.8

273 168 181/4-5 NIL NIL PIPE 2 0.9 1.8

274 169 182/6-7 NIL NIL PIPE 2 0.9 1.8

275 170 183/6-7 OPEN RCC BOX CUL 2 3.05 6.1

276 171 184/9-

185/0

NIL NIL PIPE 1 0.9 0.9

277 172 185/6-7 NIL NIL PIPE 3 0.9 2.7

278 173 185/8-9 OPEN RCC BOX CUL 2 3.05 6.1

279 174 187/3-4 NIL NIL PIPE 2 0.9 1.8

280 175 189/3-4 OPEN RCC BOX CUL 2 2.5 5

281 176 191/1-2 OPEN RCC BOX CUL 1 1.52 1.52

282 177 191/2-3 NIL NIL PIPE 3 0.9 2.7

283 179 195/7-8 OPEN SMLM ARCH 1 1.914 1.91

284 180 195/7-8 OPEN RCC BOX CUL 2 3.05 6.1

285 181 196/5-6 OPEN SMLM ARCH 3 1.52 4.56

286 181-A 197/3-4 OPEN SMLM STONE SLAB 1 0.3 0.3

287 182 200/3-4 OPEN SMLM ARCH 1 3.05 3.05

288 183 202/4-5 OPEN SMLM ARCH 1 1.52 1.52

289 183-B 203/0-1 NIL NIL PIPE 1 0.3 0.3

290 183-C 203/4-5 NIL NIL PIPE 1 0.3 0.3

291 183-D 203/5-6 NIL NIL PIPE 1 0.3 0.3

292 183-E 203/9-

204/0

NIL NIL PIPE 1 0.3 0.3

293 183-F 204/2-3 NIL NIL PIPE 1 0.3 0.3

294 184 204/8-9 OPEN RCC BOX CUL 5 3.05 15.3

295 184-A 205/2-3 NIL NIL PIPE 1 0.15 0.15

296 185 207/1-2 OPEN RCC BOX CUL 2 3.05 6.1

297 186 207/6-7 OPEN RCC BOX CUL 3 1.52 4.56

298 187 207/8-9 OPEN RCC BOX CUL 2 1.52 3.04

299 188 208/1-2 OPEN SMLM ARCH 2 1.52 3.04

300 189 208/6-7 OPEN RCC ARCH+BOX CUL 2 1.52 3.04

301 190 208/8-9 OPEN RCC ARCH+BOX CUL 2 1.52 3.04

302 191 209/4-5 OPEN RCC BOX CUL 3 3.05 9.15

Page 188: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 141 of 277

303 192 210/2-3 OPEN MCC RCC SLAB 3 3.05 9.15

304 193 211/3-4 OPEN SMLM ARCH 1 1.80 1.8

305 194 212/7-8 NIL NIL PIPE 1 0.9 0.9

306 196 214/6-7 NIL NIL PIPE 1 0.91 0.91

307 199 219/8-9 PILE RCC BOX CUL 1 6.1 6.1

308 201 221/6-7 OPEN SMLM ARCH 1 3.05 3.05

309 202 222/3-4 OPEN RCC BOX CUL 1 3.05 3.05

310 203 222/8-9 NIL NIL PIPE 1 0.90 0.9

311 204 223/5-6 OPEN SMLM ARCH 1 1.52 1.52

312 205 224/2-3 OPEN SMLM ARCH 1 1.52 1.52

313 206 224/9-

225/0

NIL NIL PIPE 1 0.61 0.61

314 206-A 225/1-2 NIL NIL PIPE 1 0.6 0.6

315 207 225/3-4 OPEN SMLM ARCH 1 3.05 3.05

316 208 226/4-5 NIL NIL PIPE 1 0.61 0.61

317 209 231/2-3 OPEN RCC BOX CUL 1 3.05 3.05

318 209A 231/6-7 OPEN RCC BOX CUL 2 8.5 17

319 210 231/9-

232/0

OPEN SMLM ARCH 1 3.05 3.05

320 210A 232/2-3 NIL NIL RCC BOX 2 3.5 7

321 211 233/0-1 OPEN RCC BOX CUL 1 1.524 1.52

322 214 235/8-9 NIL NIL PIPE 1 0.6 0.6

323 LC 218 236/5-6 NIL NIL RCC BOX 2 4 8

324 216 238/6-7 OPEN SMLM ARCH 1 1.6 1.6

325 218 239/2-3 NIL NIL RCC BOX 1 1.5 1.5

326 219 239/5-6 NIL NIL RCC BOX 1 1.5 1.5

327 137-B 152/8-9 NIL NIL RCC Box 1 1.5 1.5

328 139 154/4-5 NIL NIL RCC Box 1 6.1 6.1

329 139-A 155/1-2 NIL NIL RCC Box 1 0.6 0.6

330 139-C 157/6-7 NIL NIL RCC Box 1 0.6 0.6

331 140 158/1-2 NIL NIL RCC Box 1 3.32 3.32

332 140-A 158/8-9 NIL NIL RCC Box 1 0.6 0.6

333 140-B 160/4-5 NIL NIL RCC Box 1 0.6 0.6

334 141 164/6-7 NIL NIL RCC Box 1 1 1

335 142 164/9-

165/0

NIL NIL RCC Box 1 3.05 3.05

336 143 165/1-2 NIL NIL RCC Box 1 3.05 3.05

337 144 165/5-6 NIL NIL RCC Box 1 3.05 3.05

338 144-A 165/8-9 NIL NIL RCC Box 1 0.6 0.6

339 145 165/9-

166/0

NIL NIL RCC Box 1 2.3 2.3

340 146 166/2-3 NIL NIL RCC Box 1 1 1

341 147 166/5-6 NIL NIL RCC Box 1 1 1

342 147-A 167/0-1 NIL NIL RCC Box 1 0.6 0.6

343 148 167/0-1 NIL NIL RCC Box 1 2.3 2.3

344 148-A 167/3-4 NIL NIL RCC Box 1 0.6 0.6

345 149 168/2-3 NIL NIL RCC Box 1 3.05 3.05

346 150 169/0-1 NIL NIL RCC Box 1 1 1

Page 189: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 142 of 277

347 151 169/8-9 NIL NIL RCC Box 1 3.05 3.05

348 154 172/4-5 NIL NIL RCC BOX 1 1 1

349 155 173/6-7 NIL NIL RCC BOX 1 3.7 3.7

350 156 174/8-9 OPEN MCC RCC PIpe 3 0.9 2.7

351 157 175/4-5 NIL NIL RCC BOX 1 3.05 3.05

352 158 176/7-8 NIL NIL RCC BOX 1 2.25 2.25

353 159 177/6-7 OPEN MCC RCC PIPE 2 0.9 1.8

354 160 178/2-3 NIL NIL RCC BOX 1 3.05 3.05

355 161 178/6-7 OPEN MCC RCC PIPE 2 0.9 1.8

356 162 178/6-7 NIL NIL RCC BOX 1 1.1 1.1

357 164 179/8-9 OPEN RCC RCC Pipe 2 0.9 1.8

358 165 179/8-9 OPEN RCC RCC Pipe 2 0.9 1.8

359 166 180/5-6 OPEN RCC RCC Pipe 1 0.9 0.9

360 167 181/1-2 NIL NIL RCC Box 1 2.5 2.5

361 168 181/4-5 NIL NIL RCC Box 1 2.5 2.5

362 169 182/6-7 NIL NIL RCC Box 1 2.5 2.5

363 170 183/6-7 NIL NIL RCC Box 2 3.05 6.1

364 171 184/9-

185/0

NIL NIL RCC Box 1 1 1

365 172 185/6-7 NIL NIL RCC Box 1 4.2 4.2

366 173 185/8-9 NIL NIL RCC Box 2 3.05 6.1

367 174 187/3-4 NIL NIL RCC Box 1 2.5 2.5

368 175 189/3-4 NIL NIL RCC Box 2 2.65 5.3

369 176 191/1-2 NIL NIL RCC Box 1 1.5 1.5

370 177 191/2-3 OPEN RCC RCC Pipe 3 0.9 2.7

371 179 195/7-8 NIL NIL RCC Box 1 1 1

372 180 195/7-8 NIL NIL RCC Box 2 3.28 6.56

373 181 196/5-6 NIL NIL RCC Box 3 1.76 5.28

374 181A 197/3-4 OPEN RCC RCC Pipe 1 0.6 0.6

375 182 200/3-4 OPEN SMLM Arch 1 3.05 3.05

376 183 202/4-5 NIL NIL RCC Box 1 1.5 1.5

377 183B 203/0-1 NIL NIL CI Pipe 1 0.3 0.3

378 183C 203/4-5 NIL NIL CI Pipe 1 0.3 0.3

379 183D 203/5-6 NIL NIL CI Pipe 1 0.3 0.3

380 183E 203/9-

204/0

NIL NIL CI Pipe 1 0.3 0.3

381 183F 204/2-3 NIL NIL CI Pipe 1 0.3 0.3

382 184 204/8-9 NIL NIL RCC Box 5 3.41 17.1

383 184A 205/2-3 OPEN RCC RCC Pipe 1 0.15 0.15

384 185 207/1-2 NIL NIL RCC Box 2 3.28 6.56

385 186 207/6-7 NIL NIL RCC Box 3 1.76 5.28

386 187 207/8-9 NIL NIL RCC Box 2 1.52 3.04

387 188 208/1-2 NIL NIL RCC Box 2 1.73 3.46

388 189 208/6-7 NIL NIL RCC Box 2 1.68 3.36

389 190 208/8-9 NIL NIL RCC Box 2 1.5 3

390 191 209/4-5 NIL NIL RCC Box 3 3.34 10

391 192 210/2-3 NIL NIL RCC Box 3 3.72 11.2

Page 190: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 143 of 277

392 193 211/3-4 NIL NIL RCC Box 1 2 2

393 194 212/7-8 NIL NIL RCC Box 1 1 1

394 196 214/6-7 NIL NIL RCC Box 1 1 1

395 199 219/8-9 NIL NIL RCC Box 1 6.1 6.1

396 200A 221/4-5 OPEN RCC PSC SLAB 1 6.1 6.1

397 201 221/6-7 NIL NIL RCC Box 1 3.05 3.05

398 202 222/3-4 NIL NIL RCC Box 1 3.05 3.05

399 203 222/8-9 NIL NIL RCC Box 1 1 1

400 204 223/5-6 NIL NIL RCC Box 1 1.50 1.5

401 205 224/2-3 NIL NIL RCC Box 1 1.52 1.52

402 206 224/9-

225/0

NIL NIL RCC Box 1 1.00 1

403 206A 225/1-2 NIL NIL RCC Box 1 1.00 1

404 207 225/3-4 NIL NIL RCC Box 1 3.05 3.05

405 208 226/4-5 NIL NIL RCC Box 1 1.00 1

406 209 231/2-3 NIL NIL RCC Box 1 3.05 3.05

407 209A 231/6-7 NIL NIL RCC Box 2 8.50 17

408 210 231/9-

232/0

NIL NIL RCC Box 1 3.05 3.05

409 210A 232/2-3 NIL NIL RCC Box 2 3.50 7

410 211 233/0-1 NIL NIL RCC Box 1 1.50 1.5

411 214 235/8-9 OPEN MCC RCC PIPE 1 0.60 0.6

412 LC 218 236/5-6 NIL NIL RCC BOX 2 4 8

413 216 238/6-7 NIL NIL RCC Box 1 1.50 1.5

414 218 239/2-3 OPEN SMLM ARCH 1 1.5 1.5

415 219 239/5-6 OPEN SMLM ARCH 1 1.5 1.5

416 225 242/6-7 OPEN MCC RCC SLAB 1 0.92 0.92

417 226 244/3-4 OPEN MCC RCC SLAB 1 5.4 5.4

418 227 245/9-

246/0

OPEN MCC RCC SLAB 1 1.83 1.83

419 228 247/1-2 OPEN MCC RCC SLAB 1 1.83 1.83

420 229 248/2-3 OPEN MCC RCC SLAB 1 1.83 1.83

421 229-A 248/7-8 NIL NIL PIPE 1 0.15 0.15

422 230 249/2-3 OPEN MCC RCC SLAB 1 1.83 1.83

423 231 251/8-9 OPEN MCC RCC SLAB 1 1.52 1.52

424 232 253/3-4 OPEN MCC RCC SLAB 1 1.83 1.83

425 233 254/1-2 OPEN MCC RCC SLAB 1 1.5 1.5

426 233-A 254/3-4 NIL NIL PIPE 1 0.23 0.23

427 234 255/0-1 OPEN MCC RCC SLAB 2 3.05 6.1

428 235 255/9-

256/0

OPEN MCC RCC SLAB 1 3.65 3.65

429 236 257/3-4 OPEN MCC RCC SLAB 1 1.52 1.52

430 237 257/8-9 OPEN MCC RCC SLAB 2 3.05 6.1

431 238 259/9-

260/0

OPEN RCC BOX CUL 1 1.5 1.5

432 239 261/4-5 OPEN MCC RCC SLAB 1 1.82 1.82

433 240 264/3-4 OPEN MCC RCC SLAB 1 1.83 1.83

434 241 265/3-4 OPEN MCC RCC SLAB 1 1.83 1.83

435 242 271/9-

272/0

NIL NIL PIPE 1 1.2 1.2

Page 191: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 144 of 277

436 243 272/8-9 NIL NIL PIPE 2 1.2 2.4

437 244 274/7-8 NIL NIL PIPE 2 1.2 2.4

438 246 278/2-3 OPEN RCC BOX CUL 1 1.52 1.52

439 247 279/0-1 OPEN RCC BOX CUL 1 1.52 1.52

440 248 281/6-7 OPEN RCC BOX CUL 1 1.83 1.83

441 249 282/3-4 OPEN RCC BOX CUL 1 1.52 1.52

442 250 283/4-5 OPEN RCC BOX CUL 1 1.52 1.52

443 251 284/0-1 NIL NIL PIPE 2 1.2 2.4

444 252 284/9-

285/0

OPEN RCC BOX CUL 1 1.5 1.5

445 253 285/4-5 OPEN RCC BOX CUL 1 1.5 1.5

446 254 285/7-8 OPEN RCC BOX CUL 1 1.83 1.83

447 255 286/1-2 OPEN RCC BOX CUL 1 1.83 1.83

448 255-A 288/0-1 NIL NIL PIPE 1 0.23 0.23

449 256 288/4-5 OPEN MCC RCC SLAB 1 1.83 1.83

450 256-A 289/3-4 NIL NIL PIPE 1 0.23 0.23

451 257 290/9-

291/0

OPEN MCC RCC SLAB 1 1.83 1.83

452 257-A 291/7-8 NIL NIL PIPE 1 0.2 0.2

453 257-B 291/9-

292/0

NIL NIL PIPE 1 0.23 0.23

454 258 292/1-2 OPEN MCC RCC SLAB 1 1.83 1.83

455 259 293/0-1 OPEN MCC RCC SLAB 1 1.83 1.83

456 225 242/6-7 NIL NIL RCC BOX 1 1 1

457 226 244/6-7 OPEN RCC PSC SLAB 1 6.1 6.1

458 227 246/9-

247/0

NIL NIL RCC BOX 1 1.83 1.83

459 228 247/1-2 NIL NIL RCC BOX 1 1.83 1.83

460 229 248/2-3 NIL NIL RCC BOX 1 1.83 1.83

461 230 249/2-3 NIL NIL RCC BOX 1 1.83 1.83

462 231 251/8-9 NIL NIL RCC BOX 1 1.5 1.5

463 232 253/3-4 NIL NIL RCC BOX 1 1.5 1.5

464 233 254/1-2 NIL NIL RCC BOX 1 1.5 1.5

465 233-A 254/3-4 NIL NIL PIPE 1 0.15 0.15

466 234 255/0-1 OPEN RCC PSC SLAB 2 2.5 5

467 235 255/9-

256/0

NIL NIL RCC BOX 1 3.65 3.65

468 236 257/3-4 NIL NIL RCC BOX 1 1.5 1.5

469 237 257/8-9 NIL NIL RCC BOX 2 3.05 6.1

470 238 259/9-

260/0

NIL NIL RCC BOX 1 1.5 1.5

471 239 261/4-5 NIL NIL RCC BOX 1 1.5 1.5

472 240 264/3-4 NIL NIL RCC BOX 1 1.5 1.5

473 241 265/3-4 NIL NIL RCC BOX 1 1.83 1.83

474 242 271/9-

272/0

NIL NIL PIPE 1 1.2 1.2

475 243 272/8-9 NIL NIL RCC BOX 1 1.83 1.83

476 244 274/7-8 NIL NIL RCC BOX 1 1.83 1.83

477 246 278/2-3 NIL NIL RCC BOX 1 1.5 1.5

478 247 279/0-1 OPEN SMLM ARCH 1 1.52 1.52

Page 192: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 145 of 277

479 248 281/6-7 NIL NIL RCC BOX 1 1.83 1.83

480 249 282/3-4 NIL NIL RCC BOX 1 1.5 1.5

481 250 283/4-5 NIL NIL RCC BOX 1 1.5 1.5

482 251 284/0-1 OPEN MCC RCC PIPE 2 1.2 2.4

483 252 284/9-

285/0

NIL NIL RCC BOX 1 1.5 1.5

484 253 285/4-5 NIL NIL RCC BOX 1 1.5 1.5

485 254 285/7-8 NIL NIL RCC BOX 1 1.83 1.83

486 255 286/1-2 NIL NIL RCC BOX 1 1.83 1.83

487 255-A 288/0-1 OPEN MCC STONE SLAB 1 0.15 0.15

488 256 288/4-5 NIL NIL RCC BOX 1 1.83 1.83

489 256-A 289/3-4 NIL NIL PIPE 1 0.18 0.18

490 257 290/9-

291/0

NIL NIL RCC BOX 1 1.83 1.83

491 257-A 291/7-8 NIL NIL PIPE 1 0.16 0.16

492 257-B 291/9-

292/0

NIL NIL PIPE 1 0.16 0.16

493 258 292/1-2 NIL NIL RCC BOX 1 1.83 1.83

494 259 293/0-1 NIL NIL RCC BOX 1 1.83 1.83

495 226 215/9-

216/0

NIL NIL PIPE 1 0.91 0.91

496 227 217/4-5 OPEN MCC RCC SLAB 2 0.61 1.22

497 228 218/1-2 OPEN MCC RCC SLAB 2 0.61 1.22

498 229 218/9-

219/0

OPEN MCC RCC SLAB 1 2 2

499 LHS LC

No. 4

219/1-2 NIL NIL RCC BOX 1 4 4

500 230 219/7-8 OPEN MCC RCC SLAB 1 1.83 1.83

501 231 221/1-2 OPEN MCC RCC SLAB 1 2 2

502 232 221/6-7 OPEN MCC RCC SLAB 1 2 2

503 233 224/2-3 OPEN MCC RCC SLAB 1 3.05 3.05

504 234 224/4-5 OPEN MCC RCC SLAB 1 3.35 3.35

505 235 225/1-2 OPEN MCC RCC SLAB 1 1.5 1.5

506 236 226/1-2 OPEN MCC RCC SLAB 1 2 2

507 237 226/6-7 OPEN MCC RCC SLAB 1 3.5 3.5

508 237-A 227/1-2 NIL NIL PIPE 1 0.23 0.23

509 238 227/1-2 OPEN MCC RCC SLAB 1 2 2

510 238-A 227/2-3 NIL NIL PIPE 1 0.23 0.23

511 239 227/7-8 OPEN MCC RCC SLAB 1 3.05 3.05

512 240 228/3-4 OPEN MCC RCC SLAB 2 6.1 12.2

513 242 233/1-2 OPEN MCC RCC SLAB 2 3.05 6.1

514 LHS LC

No. 11

233/8-9 NIL NIL RCC BOX 1 4 4

515 243 234/2-3 OPEN MCC RCC SLAB 1 3.05 3.05

516 244 235/1-2 OPEN MCC RCC SLAB 1 2 2

517 245 235/5-6 OPEN MCC RCC SLAB 1 2 2

518 246 236/2-3 OPEN MCC RCC SLAB 1 2 2

519 247 237/8-9 OPEN MCC RCC SLAB 1 2 2

520 248 238/2-3 OPEN MCC RCC SLAB 2 3.05 6.1

521 249 238/4-5 NIL NIL PIPE 2 0.8 1.6

Page 193: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 146 of 277

522 250 239/8-9 OPEN MCC RCC SLAB 1 2 2

523 251 241/8-9 OPEN MCC RCC SLAB 1 1.5 1.5

524 252 243/5-6 OPEN MCC RCC SLAB 1 1.5 1.5

525 253 245/2-3 OPEN MCC RCC SLAB 1 1.77 1.77

526 254 246/1-2 NIL NIL PIPE 2 0.8 1.6

527 255 247/1-2 NIL NIL PIPE 2 0.8 1.6

528 256 247/5-6 OPEN MCC RCC SLAB 1 2 2

529 257 248/5-6 OPEN MCC RCC SLAB 1 2 2

530 258 249/5-6 OPEN MCC RCC SLAB 1 2 2

531 259 251/1-2 OPEN MCC RCC SLAB 2 0.6 1.2

532 260 251/7-8 OPEN MCC RCC SLAB 1 1.5 1.5

533 261 251/7-8 OPEN MCC RCC SLAB 1 1.45 1.45

534 262 252/3-4 OPEN MCC RCC SLAB 1 2.32 2.32

535 263 253/5-6 OPEN MCC RCC SLAB 1 2 2

536 263 A 253/8-9 NIL NIL PIPE 1 0.4 0.4

537 264 254/6-7 OPEN MCC RCC SLAB 1 2 2

538 264 A 254/7-8 OPEN SMLM RCC PIPE 1 0.6 0.6

539 265 254/8-9 OPEN SMLM RCC PIPE 2 0.6 1.2

540 266 255/2-3 OPEN RCC BOX CUL 1 1.97 1.97

541 267 255/8-9 NIL NIL PIPE 3 0.9 2.7

542 268 256/6-7 OPEN MCC RCC SLAB 1 2 2

543 269 256/9-

257/0

OPEN MCC RCC SLAB 1 1.82 1.82

544 270 257/4-5 OPEN MCC RCC SLAB 3 6 18

545 270 A 257/5-6 NIL NIL PIPE 1 0.4 0.4

546 271 257/7-8 OPEN MCC RCC SLAB 1 1.45 1.45

547 272 258/2-3 OPEN MCC RCC SLAB 1 2 2

548 273 258/4-5 OPEN MCC RCC SLAB 1 1.95 1.95

549 274 259/1-2 OPEN MCC RCC SLAB 1 3.45 3.45

550 275 259/1-2 OPEN MCC RCC SLAB 1 1.94 1.94

551 276 259/8-9 OPEN MCC RCC SLAB 1 3.5 3.5

552 277 260/5-6 OPEN MCC RCC SLAB 2 0.58 1.16

553 278 261/2-3 OPEN MCC RCC SLAB 1 1.5 1.5

554 279 261/7-8 OPEN MCC RCC SLAB 2 3.45 6.9

555 280 262/6-7 OPEN MCC RCC SLAB 1 1.5 1.5

556 281 263/0-1 OPEN MCC RCC SLAB 1 3.5 3.5

557 282 263/2-3 OPEN RCC BOX CUL 1 1.15 1.15

558 283 263/4-5 OPEN MCC RCC SLAB 1 3.5 3.5

559 284 263/6-7 OPEN MCC RCC SLAB 1 1.5 1.5

560 285 263/7-8 OPEN MCC RCC SLAB 1 3.5 3.5

561 286 263/9-

264/0

OPEN MCC RCC SLAB 1 1.5 1.5

562 287 264/2-3 OPEN MCC RCC SLAB 1 1.5 1.5

563 288 264/6-7 OPEN MCC RCC SLAB 1 3.4 3.4

564 289 264/9-

265/0

OPEN MCC RCC SLAB 1 3.4 3.4

565 290 265/3-4 OPEN MCC RCC SLAB 1 2 2

566 291 265/6-7 OPEN MCC RCC SLAB 1 6 6

Page 194: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 147 of 277

567 292 266/3-4 OPEN SMLM STONE SLAB 1 1.829 1.83

568 293 266/8-9 OPEN MCC RCC SLAB 1 3.05 3.05

569 295 268/3-4 OPEN MCC RCC SLAB 2 0.61 1.22

570 296 269/1-2 OPEN MCC RCC SLAB 2 0.61 1.22

571 297 269/8-9 OPEN MCC RCC SLAB 3 0.61 1.83

572 297 A 269/9-

270/0

OPEN MCC RCC SLAB 1 1.19 1.19

573 297 B 270/0-1 OPEN MCC RCC SLAB 1 1.22 1.22

574 297 C 270/1-2 OPEN MCC RCC SLAB 1 1.22 1.22

575 297 D 270/3-4 OPEN MCC RCC SLAB 1 1.22 1.22

576 297 E 270/4-5 OPEN MCC RCC SLAB 1 1.22 1.22

577 297 F 270/6-7 OPEN MCC RCC SLAB 1 1.22 1.22

578 298 271/3-4 OPEN MCC RCC SLAB 3 0.61 1.83

579 299 271/8-9 OPEN MCC RCC SLAB 2 0.61 1.22

580 299 A 272/1-2 NIL NIL PIPE 1 0.45 0.45

581 299 B 272/1-2 OPEN MCC RCC SLAB 1 1.2 1.2

582 299 C 272/2-3 NIL NIL PIPE 1 0.45 0.45

583 300 272/4-5 OPEN SMLM PSC SLAB 1 6.1 6.1

584 301 272/4-5 OPEN MCC RCC SLAB 3 0.5 1.5

585 302 272/5-6 OPEN MCC RCC SLAB 2 0.6 1.2

586 303 272/6-7 OPEN MCC RCC SLAB 3 0.58 1.74

587 304 272/8-9 OPEN MCC RCC SLAB 1 1.74 1.74

588 304 A 273/1-2 OPEN MCC RCC SLAB 1 58 58

589 304 B 273/3-4 NIL NIL PIPE 1 0.45 0.45

590 305 273/5-6 OPEN SMLM PSC SLAB 1 6.1 6.1

591 305 A 273/7-8 NIL NIL PIPE 1 0.45 0.45

592 305 B 273/8-9 NIL NIL PIPE 1 0.46 0.46

593 306 274/1-2 OPEN MCC RCC SLAB 2 0.61 1.22

594 307 275/1-2 OPEN MCC RCC SLAB 1 0.61 0.61

595 307 A 275/7-8 OPEN MCC RCC SLAB 1 0.58 0.58

596 308 276/5-6 OPEN MCC RCC SLAB 1 3.05 3.05

597 310 277/5-6 OPEN MCC RCC SLAB 2 0.61 1.22

598 311 279/0-1 OPEN MCC RCC SLAB 1 3.05 3.05

599 311 A 280/3-4 NIL NIL PIPE 1 0.4 0.4

600 311 B 280/6-7 NIL NIL PIPE 1 0.4 0.4

601 312 280/7-8 OPEN SMLM PSC SLAB 1 6.1 6.1

602 312 A 280/9-

281/0

NIL NIL PIPE 1 0.4 0.4

603 312 B 280/9-

281/0

NIL NIL PIPE 1 0.4 0.4

604 312 C 281/7-8 NIL NIL PIPE 1 0.2 0.2

605 313 281/9-

282/0

OPEN MCC RCC SLAB 3 0.6 1.8

606 314 282/1-2 OPEN MCC RCC SLAB 2 0.61 1.22

607 315 282/2-3 OPEN MCC RCC SLAB 3 0.61 1.83

608 316 282/6-7 OPEN MCC RCC SLAB 2 3.05 6.1

609 318 283/1-2 OPEN MCC RCC SLAB 1 1.78 1.78

610 319 283/2-3 OPEN MCC RCC SLAB 3 0.61 1.83

Page 195: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 148 of 277

611 320 284/2-3 OPEN MCC RCC SLAB 1 3.05 3.05

612 321 284/8-9 OPEN MCC RCC SLAB 1 3.05 3.05

613 322 285/4-5 OPEN MCC RCC SLAB 1 1.83 1.83

614 226 215/9-

216/0

NIL NIL PIPE 1 0.91 0.91

615 227 217/4-5 NIL NIL RCC BOX 1 2 2

616 228 218/1-2 NIL NIL RCC BOX 1 2 2

617 229 218/9-

219/0

NIL NIL RCC BOX 1 2 2

618 LHS LC

No. 4

219/1-2 NIL NIL RCC BOX 1 4 4

619 230 219/7-8 NIL NIL RCC BOX 1 2 2

620 231 221/1-2 NIL NIL RCC BOX 1 2 2

621 232 221/6-7 NIL NIL RCC BOX 1 2 2

622 233 224/2-3 NIL NIL RCC BOX 1 2 2

623 234 224/4-5 OPEN RCC RCC SLAB 1 3.05 3.05

624 235 225/1-2 NIL NIL RCC BOX 1 1.5 1.5

625 236 226/1-2 OPEN RCC RCC SLAB 1 2 2

626 237 226/6-7. NIL NIL RCC BOX 1 3.5 3.5

627 238 227/1-2 NIL NIL RCC BOX 1 2 2

628 239 227/7-8 NIL NIL RCC BOX 1 3 3

629 240 228/3-4 OPEN RCC PSC SLAB 2 6.1 12.2

630 242 233/1-2 OPEN RCC RCC SLAB 2 3.05 6.1

631 LHS LC

No. 11

233/8-9 NIL NIL RCC BOX 1 4 4

632 243 234/2-3 OPEN RCC PSC SLAB 1 3.66 3.66

633 244 235/1-2 OPEN RCC RCC SLAB 1 2 2

634 245 235/5-6 OPEN RCC RCC SLAB 1 2 2

635 246 236/2-3 OPEN RCC RCC SLAB 1 2 2

636 247 237/8-9 NIL NIL RCC BOX 1 2 2

637 248 238/2-3 NIL NIL RCC BOX 2 3 6

638 249 238/4-5 OPEN SMLM HUME PIPE 2 1 2

639 250 239/8-9 NIL NIL RCC BOX 1 2 2

640 251 241/8-9 OPEN RCC RCC SLAB 1 1.5 1.5

641 252 243/5-6 NIL NIL RCC BOX 1 1.5 1.5

642 253 245/2-3 NIL NIL RCC BOX 1 2 2

643 254 246/1-2 NIL NIL HUME PIPE 2 1 2

644 255 247/1-2 NIL NIL HUME PIPE 2 1 2

645 256 247/5-6 NIL NIL RCC BOX 1 2 2

646 257 248/5-6 NIL NIL RCC BOX 1 2 2

647 258 249/5-6 NIL NIL RCC BOX 1 2 2

648 259 251/1-2 NIL NIL RCC BOX 1 2 2

649 260 251/7-8 NIL NIL RCC BOX 1 1.5 1.5

650 261 251/8-9 NIL NIL RCC BOX 1 1.5 1.5

651 262 252/3-4 NIL NIL RCC BOX 1 2.5 2.5

652 263 253/5-6 NIL NIL RCC BOX 1 2 2

653 263A 253/8-9 NIL NIL RCC BOX 1 1 1

654 264 254/6-7 OPEN SMLM RCC SLAB 1 2 2

Page 196: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 149 of 277

655 264A 254/7-8 OPEN SMLM HUME PIPE 1 0.87 0.87

656 265 254/8-9 NIL NIL RCC BOX 1 2.5 2.5

657 266 255/2-3 NIL NIL RCC BOX 1 2 2

658 267 255/8-9 NIL NIL RCC BOX 1 3 3

659 268 256/6-7 NIL NIL RCC BOX 1 2 2

660 269 256/9-

257/0

NIL NIL RCC BOX 1 3.5 3.5

661 270 257/4-5 OPEN SMLM RCC SLAB 3 5.7 17.1

662 270A 257/5-6 NIL NIL RCC BOX 1 1 1

663 271 257/7-8 NIL NIL RCC BOX 1 1.5 1.5

664 272 258/2-3 NIL NIL RCC BOX 1 2 2

665 273 258/4-5 NIL NIL RCC BOX 1 2 2

666 274 259/1-2 NIL NIL RCC BOX 1 3.5 3.5

667 275 259/1-2 NIL NIL RCC BOX 1 2 2

668 276 259/8-9 OPEN SMLM RCC SLAB 1 2.7 2.7

669 277 260/5-6 NIL NIL RCC BOX 1 2 2

670 278 261/2-3 NIL NIL RCC BOX 1 1.5 1.5

671 279 261/7-8 OPEN RCC PSC SLAB 2 3.35 6.7

672 280 262/6-7 NIL NIL RCC BOX 1 1.5 1.5

673 281 263/0-1 NIL NIL RCC BOX 1 3.5 3.5

674 282 263/2-3 NIL NIL RCC BOX 1 1.5 1.5

675 283 263/4-5 NIL NIL RCC BOX 1 3.5 3.5

676 284 263/6-7 NIL NIL RCC BOX 1 1.5 1.5

677 285 263/7-8 NIL NIL RCC BOX 1 3.5 3.5

678 286 263/9-

264/0

NIL NIL RCC BOX 1 1.5 1.5

679 287 264/2-3 NIL NIL RCC BOX 1 1.5 1.5

680 288 264/6-7 OPEN SMLM RCC SLAB 1 3.5 3.5

681 289 264/9-

265/0

OPEN SMLM RCC SLAB 1 3.5 3.5

682 290 265/3-4 OPEN SMLM RCC SLAB 1 2 2

683 291 265/6-7 OPEN SMLM ARCH 1 6.1 6.1

684 292 266/3-4 NIL NIL RCC BOX 1 2 2

685 293 266/8-9 NIL NIL RCC BOX 1 3 3

686 295 268/4-5 NIL NIL RCC BOX 1 1.8 1.8

687 296 269/1-2 NIL NIL RCC BOX 1 1.8 1.8

688 297 269/8-9 NIL NIL RCC BOX 1 3 3

689 297A 269/9-

270/0

NIL NIL RCC BOX 1 1.2 1.2

690 297B 270/0-1 NIL NIL RCC BOX 1 1.2 1.2

691 297C 270/1-2 NIL NIL RCC BOX 1 1.2 1.2

692 297D 270/3-4 NIL NIL RCC BOX 1 1.2 1.2

693 297E 270/4-5 NIL NIL RCC BOX 1 1.2 1.2

694 297F 270/6-7 NIL NIL RCC BOX 1 1.2 1.2

695 298 271/3-4 NIL NIL RCC BOX 1 3 3

696 299 271/8-9 NIL NIL RCC BOX 1 1.85 1.85

697 299A 272/1-2 NIL NIL RCC BOX 1 1 1

698 299B 272/1-2 NIL NIL RCC BOX 1 1.2 1.2

Page 197: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 150 of 277

699 299C 272/2-3 NIL NIL RCC BOX 1 1 1

700 300 272/4-5 OPEN SMLM RCC SLAB 1 6.1 6.1

701 301 272/4-5 NIL NIL RCC BOX 1 3 3

702 302 272/5-6 NIL NIL RCC BOX 1 1.8 1.8

703 303 272/6-7 NIL NIL RCC BOX 1 3 3

704 304 272/8-9 NIL NIL RCC BOX 1 1.8 1.8

705 304A 273/1-2 NIL NIL RCC BOX 1 1 1

706 304B 273/3-4 OPEN MCC HUME PIPE 1 0.45 0.45

707 305 273/5-6 OPEN SMLM RCC SLAB 1 6.1 6.1

708 305A 273/7-8 OPEN MCC HUME PIPE 1 0.45 0.45

709 305 B 273/8-9 NIL NIL RCC BOX 1 1 1

710 306 274/1-2 NIL NIL RCC BOX 1 1.8 1.8

711 307 275/1-2 OPEN SMLM RCC SLAB 1 0.61 0.61

712 307A 275/7-8 OPEN SMLM RCC SLAB 1 0.61 0.61

713 308 276/5-6 NIL NIL RCC BOX 1 3 3

714 310 277/5-6 NIL NIL RCC BOX 1 1.8 1.8

715 311 279/0-1 OPEN SMLM RCC SLAB 1 2.75 2.75

716 311A 280/3-4 OPEN MCC HUME PIPE 1 0.45 0.45

717 311B 280/6-7 NIL NIL RCC BOX 1 1 1

718 312 280/7-8 OPEN SMLM RCC SLAB 1 5.6 5.6

719 312A 280/9-

281/0

NIL NIL RCC BOX 1 1 1

720 312B 280/9-

281/0

NIL NIL RCC BOX 1 1 1

721 312 C 281/7-8 NIL NIL PIPE 1 0.2 0.2

722 313 281/9-

282/0

NIL NIL RCC BOX 1 3 3

723 314 282/1-2 NIL NIL RCC BOX 1 1.8 1.8

724 315 282/2-3 NIL NIL RCC BOX 1 3 3

725 316 282/6-7 OPEN SMLM ARCH 2 3.05 6.1

726 317 282/8-9 OPEN RCC PSC SLAB 3 5.9 17.7

727 318 283/1-2 NIL NIL RCC BOX 1 1.8 1.8

728 319 283/2-3 NIL NIL RCC BOX 1 3 3

729 320 284/2-3 OPEN SMLM ARCH 1 2.97 2.97

730 321 284/8-9 OPEN SMLM ARCH 1 2.95 2.95

731 322 285/4-5 NIL NIL RCC BOX 1 1.8 1.8

4.5 Tunnels:

SN Block

Section km from km to Remarks

NIL

Page 198: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 151 of 277

4.6 Railway Flyovers

The Site includes the following Railway Fly Over:

SN Block

Section

Bridge No

and location

(Km)

Type of Structure Span

(Nos.

×

length)

Width

(m) Foundatio

n

Sub-

structure

Super-

structure

NIL

4.7 Road under-bridges (RUB) / road over-bridges (ROB)

The Site includes the following RUB (Road under railway line)/ ROB (road over

railway line):

SN Block-section Bridge No. and

location(Km)

Type of Structure Span (no.

x length)

Width

(m)

height

(m)

ROB/

RUB

Bridge

No.

location(Km) Foundation Superstructure

(A)DEE-RE

1 Daya Basti 5/8-9 Pile PSC 1x9 9 6.06 ROB

2 Patel Nagar 7/9-8/0 Pile PSC 1x14 14 6.33 ROB

3 PTNR-DEC 11/2-3 Pile PSC 1x15.8 15.8 5.03 ROB

4 Delhi Cant. 14/1-2 Pile PSC 1x23.7 23.7 6.27 ROB

5 DEC-PM 14/8-9 Pile PSC 1x13.5 13.5 6.56 ROB

6 Palam Station 17/8-9 Pile PSC 1x28.5 28.5 7.03 ROB

7 Gurgaon- GHH 31/4-5 Pile PSC 1x25.3 25.3 8.14 ROB

8 Gurgaon- GHH 35/3-4 Pile PSC 1x12.2 12.2 8.14 ROB

9 Pataudi Road 60/4-5 Pile PSC 1x11.8 11.8 8.14 ROB

(B)AWR (Ex)-Madar(excl)

10 AWR-BKI ROB LC

117

75/7-8 PILE RCC SLAB 1*22.3 +

1*18.1

40.4 6.9 ROB

11 AWR-BKI 85A 78/1-2 PILE PSC GIRDER 29 29 6.5 ROB

12 AWR-BKI 94-B 88/8-9 PILE PSC GIRDER 0 5.5 ROB

13 AWR-BKI 106-B 106/9-

107/0

PILE PSC GIRDER 0 5.5 ROB

14 BKI-JP 137A-1 152/7-8 PILE RCC GIRDER 27 27 6.3 ROB

15 BKI-JP 157-A 176/5-6 OPEN RCC SLAB 15.95 15.95 6.55 &

5.47

ROB

16 BKI-JP ROB LC

181

179/8-9 PILE PSC GIRDER 0 5.75 ROB

17 BKI-JP ROB

Lalsot

181/5-6 PILE PSC GIRDER 0 7.67 ROB

18 BKI-JP 208A 229/5-6 PILE PSC GIRDER 39.2 39.2 8.84 ROB

19 BKI-JP 211A 233/6-7 PILE PSC GIRDER 26.941 26.94

1

6.25/6

.76

ROB

20 BKI-JP 212A 234/5-6 PILE PSC GIRDER 23.153 23.15

3

6.64/6

.95

ROB

21 BKI-JP 213A 235/8-9 PILE PSC GIRDER 21.4 21.4 5.5 ROB

22 BKI-JP 216A 238/7-8 PILE PSC GIRDER 2*22.32 +

3*19.32

102.6 6.97 ROB

23 BKI-JP 219A 240/0-1 PILE RCC SLAB 13.15 13.15 5.07 ROB

24 BKI-JP 219B 240/6-7 PILE PSC GIRDER 40 40 6.52 ROB

Page 199: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 152 of 277

25 JP-FL 225A 244/6-7 PILE PSC GIRDER 1*24.365

+ 1*16.42

40.78

5

6.45/6

.36

ROB

26 JP-FL ROB LC

228

246/8-9 PILE STEEL GIRDER 0 5.75 ROB

27 JP-FL 227A 246/9-

247/0

PILE PSC GIRDER 23.05 23.05 6.97/6

.75

ROB

28 FL-MD 287-A 264/3-4 PILE PSC SLAB 2*26.1 +

1*27.2

79.4 7.30 for

two lanes

and 8.03

for two

lanes

ROB

29 FL-MD LC 28 266/5-6 PILE PSC GIRDER 0 8.03 ROB

30 FL-MD ROB AT

LC 40-X

284/5-6 PILE PSC GIRDER 0 8.03 ROB

4.8 Railway level crossings

The Site includes the following railway level crossings: SN Block Section Chainage LC No. TVUs L C

Classification

Remarks

1 DEE-PTNR 6/6-7 4 27900 C

2 PM-BWSN 19/9-10 16 C Work in Progress

3 PM-BWSN 20/9-10 17 691062 SPL

4 PM-BWSN 21/7-8 18 43532 A Work in Progress

5 BWSN-GGN 26/9-10 22 323476 SPL

6 BWSN-GGN 28/3-4 23 488822 SPL

7 BWSN-GGN 29/2-3 24 35855 C

8 GGN-GHH 32/7-8 26 359573 SPL

9 GGN-GHH 33/9-10 27 191073 SPL

10 GGN-GHH 36/2-3 29 214265 SPL

11 GGN-GHH 37/6-7 30 32053 C

12 GHH-Yard 40/3-4 31 173680 SPL

13 GHH-Yard 40/5-6 32 107994 SPL

14 GHH-PT 42/8-9 33 66348 C

15 GHH-PT 44/1-2 34 967758 SPL ROB sanctioned

16 GHH-PT 46/9-10 35 26635 C

17 GHH-PT 47/3-4 36 44019 B-1

18 PT-Yard 48/5-6 37 52149 B-1

19 PT-JSKA 50/5-6 38 181848 SPL

20 PT-JSKA 50/2-3 39 557764 SPL

21 PT-JSKA 50/8-9 40 20596 C

22 PT-JSKA 53/9-10 41 18164 C

23 PT-JSKA 55/8-9 42 66348 C

24 PT-JSKA 56/4-5 43 78953 SPL

25 JSKA-PTRD 59/0-1 45 26635 C

26 PTRD-Yard 60/-7-8 46 203436 SPL

27 IHP-Yard 65/6-7 47 117887 B-1

28 IHP-KIP 67/6-7 47-A 14168 C Work in Progress

29 IHP-KIP 67/9-10 48 546075 SPL ROB sanctioned

30 IHP-KIP 69/2-3 49 3900 C Work in Progress

31 IHP-KIP 70/2-3 50 87675 SPL Work in Progress

32 KIP-Yard 71/3-4 51 72580 C Work in Progress

33 KIP-Yard 72/9-10 52 151275 SPL Work in Progress

34 KIP-Yard 74/5-6 53 23864 C Work in Progress

35 KIP-Yard 75/8-9 54 13200 C Work in Progress

36 KIP-Yard 77/3-4 55 25854 C Work in Progress

Page 200: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 153 of 277

(B)AWR (Ex)-Madar including 37 AWR-MWW 74/8-9 116 132969 SPL ROB work is in progress.

38 AWR-MWW 77/8-9 118 19917 C

39 AWR-MWW 79/3-4 119 10582 C LHS Sanctioned and to be executed by Open Line.

40 AWR-MWW 81/0-1 120 16280 C LHS Sanctioned and to be executed by Open Line.

41 AWR-MWW 82/7-8 121 17361 C LHS Sanctioned and to be executed by Open Line.

42 MWW-MKH 87/6-7 123 19965 C

43 MWW-MKH 89/7-8 125 25875 C LHS Sanctioned and to be executed by Open Line.

44 MWW-MKH 90/7-8 126 7200 C LHS Sanctioned and to be executed by Open Line.

45 MWW-MKH 92/8-9 127 0 C

46 MKH-DGW 93/5-6 128 86519 SPL

47 MKH-DGW 94/4-5 129 27129 C

48 MKH-DGW 97/0-1 130 5000 C LHS Sanctioned and to be executed by Open Line.

49 MKH-DGW 100/5-6 132 26924 C

50 DGW-RHG 102/4-5 133 2904 C

51 DGW-RHG 103/3-4 134 16417 C

52 DGW-RHG 104/8-9 135 6702 C

53 DGW-RHG 105/3-4 136 58174 C LHS Sanctioned and to be executed by Open Line.

54 DGW-RHG 109/1-2 139 29440 C LHS inserted.

55 RHG Yard 110/1-2 140 147906 B-1

56 RHG-BU 111/1-2 141 8861 C

57 RHG-BU 111/6-7 142 148977 SPL ROB Sanctioned

58 RHG-BU 113/5-6 143 3753 C

59 RHG-BU 114/1-2 144 20058 C

60 RHG-BU 115/8-9 145 24737 C

61 RHG-BU 117/4-5 146 33952 SPL

62 RHG-BU 120/3-4 147 40288 SPL

63 RHG-BU 121/7-8 149 7639 C

64 BU Yard 122/5-6 151 59076 C

65 BU-BKI 126/2-3 153 8774 C

66 BU-BKI 130/9-131/0 156 213503 SPL ROB Sanctioned

67 BU-BKI 133/6-7 157 165687 C

68 BU-BKI 133/8-9 158 49540 B-1

69 BKI-ARNA 151/8-9 160 19635 B-2

70 ARNA Yard 156/0-1 161 42518 B-1

71 ARNA-BAK 158/4-5 163 14012 C

72 ARNA-BAK 159/6-7 164 67244 B-1

73 ARNA-BAK 160/8-9 165 17808 C

74 ARNA-BAK 161/6-7 166 72786 SPL

75 ARNA-BAK 162/7-8 167 16702 C

76 ARNA-BAK 164/0-1 168 54543 SPL

77 ARNA-BAK 166/2-3 169 18738 C LHS Sanctioned and to be executed by Open Line.

78 ARNA-BAK 167/1-2 170 23848 C

79 BAK Yard 169/1-2 172 31496 C

80 BAK-DO 170/5-6 173 28526 C

81 BAK-DO 173/6-7 175 122856 SPL ROB Sanctioned

82 BAK-DO 175/3-4 176 9263 C

83 BAK-DO 178/2-3 179 39342 B-1

84 DO YARD 178/7-8 180 32109 C

85 DO-JW 180/5-6 182 14539 C

86 DO-JW 183/5-6 184 8526 C

87 DO-JW 184/9-185/0 185 7967 C

88 DO-JW 186/5-6 187 15622 C

89 DO-JW 188/4-5 188 16636 C

90 JW Yard 190/8-9 189 7504 C

91 JW-JR 192/7-8 190 9770 C

92 JW-JR 195/7-8 191 9447 C

93 JW-JR 197/4-5 192 9514 C

94 JW-JR 198/7-8 193 167807 SPL

Page 201: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 154 of 277

95 JW-JR 200/1-2 194 8777 C

96 JR Yard 202/0-1 195 6545 C

97 JR-BAI 203/5-6 196 6030 C LHS Sanctioned and to be executed by Open Line.

98 JR-BAI 204/1-2 197 23048 B-2

99 JR-BAI 205/7-8 198 557 C

100 JR-BAI 206/8-9 199 10130 C

101 BAI Yard 207/8-9 200 229703 SPL ROB Sanctioned

102 BAI-KUT 209/1-2 202 25818 C

103 BAI-KUT 211/8-9 204 39624 B-1

104 BAI-KUT 214/0-1 205 5714 C LHS Sanctioned and to be executed by Open Line.

105 BAI-KUT 216/3-4 206 160385 SPL ROB Sanctioned

106 KUT-KWP 218/0-1 207 26518 B-1 LHS Sanctioned and to be executed by Open Line.

107 KUT-KWP 219/4-5 208 3362 C LHS Sanctioned and to be executed by Open Line.

108 KUT-KWP 220/5-6 209 8344 C LHS Sanctioned and to be executed by Open Line.

109 KUT-KWP 221/7-8 210 3547 C LHS Sanctioned and to be executed by Open Line.

110 KUT-KWP 223/4-5 211 397200 SPL ROB Sanctioned

111 KWP-GTJT 225/3-4 212 26950 C LHS Sanctioned and to be executed by Open Line.

112 KWP-GTJT 226/3-4 213 34663 B-1 LHS Sanctioned and to be executed by Open Line.

113 KWP-GTJT 228/1-2 214 370417 SPL LHS Sanctioned and to be executed by Const.

Deptt.

114 KWP-GTJT 229/6-7 215 361558 SPL

115 GADJ-JP 236/0-1 217 122259 SPL LHS Sanctioned and to be executed by Open Line.

116 GADJ-JP 237/3-4 219 476000 SPL

117 GADJ-JP 239/5-6 222 598758 SPL

118 JP-KKU 241/9-242/0 225 183110 SPL

119 JP-KKU 243/4-5 226 549474 SPL

120 JP-KKU 246/5-6 228 1206235 SPL ROB work completed.

121 JP-KKU 248/2-3 229 482290 SPL

122 KKU-DNK 250/8-9 231 117300 SPL LHS Sanctioned and to be executed by Open Line.

123 KKU-DNK 252/3-4 232 385203 SPL ROB Sanctioned

124 KKU-DNK 254/2-3 233 263258 SPL ROB Sanctioned

125 KKU-DNK 256/6-7 234 274510 SPL ROB Sanctioned

126 DNK Yard 258/8-9 235 7280 C LHS Sanctioned and to be executed by Open Line.

127 DNK-BOBS 261/9-262/0 236 59815 SPL LHS Sanctioned and to be executed by Open Line.

128 DNK-BOBS 263/8-9 237 36701 C LHS Sanctioned and to be executed by Open Line.

129 DNK-BOBS 264/8-9 238 74094 SPL LHS Sanctioned and to be executed by Open Line.

130 DNK-BOBS 267/4-5 239 107060 SPL LHS Sanctioned and to be executed by Open Line.

131 DNK-BOBS 269/5-6 240 21934 C LHS Sanctioned and to be executed by Open Line.

132 BOBS-JOB 272/3-4 241 40635 C LHS Sanctioned and to be executed by Open Line.

133 BOBS-JOB 274/3-4 242 111510 SPL LHS Sanctioned and to be executed by Open Line.

134 JOB-HDA 277/9-278/0 243 274134 SPL

135 JOB-HDA 280/0-1 244 32025 C LHS Sanctioned and to be executed by Open Line.

136 JOB-HDA 283/8-9 245 142170 SPL

137 HDA yard 286/7-8 246 18018 C LHS Sanctioned and to be executed by Open Line.

138 HDA-FL 289/1-2 247 90584 SPL LHS Sanctioned and to be executed by Open Line.

139 HDA-FL 291/9-292/0 248 14405 C LHS Sanctioned and to be executed by Open Line.

140 HDA-FL 293/7-8 249 261954 SPL ROB Sanctioned

141 HDA-FL 294/6-7 250 0 C LHS Sanctioned and to be executed by Open Line.

142 FL Yard 215/5-6 152 268181 SPL LHS Sanctioned and to be executed by Open Line.

143 FL-BNWS 215/9-216/0 1 65352 B-1

144 FL-BNWS 216/9-217/0 2 65102 A LHS Sanctioned and to be executed by Open Line.

145 FL-BNWS 217/7-8 3 15996 C LHS Sanctioned and to be executed by Open Line.

146 BNWS-NRI 223/3-4 5 149726 SPL ROB Sanctioned

Page 202: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 155 of 277

147 BNWS-NRI 224/7-8 7 11378 C LHS Sanctioned and to be executed by Open Line.

148 NRI-SK 225/7-8 8 38046 B-2 LHS Sanctioned and to be executed by Open Line.

149 NRI-SK 227/5-6 9 376 C LHS Sanctioned and to be executed by Open Line.

150 FL-SBR 1/3-4 1 365324 SPL

151 NRI-SK 230/2-3 10 1806 C LHS Sanctioned and to be executed by Open Line.

152 NRI-SK 235/4-5 12 20196 A LHS Sanctioned and to be executed by Open Line.

153 SK-GLTA 238/4-5 13 7837 C LHS Sanctioned and to be executed by Open Line.

154 SK-GLTA 240/0-1 14 3285 C LHS Sanctioned and to be executed by Open Line.

155 SK-GLTA 241/9-242/0 15 68979 C LHS Sanctioned and to be executed by Open Line.

156 SK-GLTA 244/6-7 16 6019 C LHS Sanctioned and to be executed by Open Line.

157 SK-GLTA 246/1-2 17 4838 C LHS Sanctioned and to be executed by Open Line.

158 SK-GLTA 249/9-250/0 18 24983 C LHS Sanctioned and to be executed by Open Line.

159 GLTA-MNDV 251/7-8 19 5572 C LHS Sanctioned and to be executed by Open Line.

160 GLTA-MNDV 254/6-7 20 15634 C LHS Sanctioned and to be executed by Open Line.

161 GLTA-MNDV 255/0-1 21 54306 SPL LHS Sanctioned and to be executed by Open Line.

162 GLTA-MNDV 257/4-5 23 15576 A LHS Sanctioned and to be executed by Open Line.

163 MNDV-KSG 261/3-4 24 1426 C LHS Sanctioned and to be executed by Open Line.

164 KSG Yard 265/7-8 27 163327 SPL LHS Sanctioned and to be executed by Open Line.

165 KSG-GEK 268/1-2 29 347158 SPL LHS Sanctioned and to be executed by Const.

Deptt.

166 KSG-GEK 270/3-4 30 4171 C LHS Sanctioned and to be executed by Const.

Deptt.

167 KSG-GEK 272/5-6 32 601993 SPL ROB Sanctioned

168 KSG-GEK 273/3-4 33 3780 C LHS Sanctioned and to be executed by Open Line.

169 KSG-GEK 275/1-2 34 33452 B-1 LHS Sanctioned and to be executed by Open Line.

170 GEK-LR 277/7-8 36 1195 C LHS Sanctioned and to be executed by Open Line.

171 GEK-LR 278/9-279/0 37 30270 C LHS Sanctioned and to be executed by Open Line.

172 GEK-LR 280/5-6 38 2903 C LHS Sanctioned and to be executed by Open Line.

173 LR-MD 281/7-8 39 61456 B-1 LHS Sanctioned and to be executed by Open Line.

174 LR-MD 283/1-2 40 1700 C LHS Sanctioned and to be executed by Open Line.

4.9 Railway stations on Railway Project

The Site includes the following railway stations DEE – RE Section

SN Station C.L. km Nos. Of

lines

Nos. Of P.F. & Length Remarks

1 Patel Nagar 7/332 3 PF = 2nos. PF1=430.50

PF2=396.80

2 Delhi Cannt 13/968 11 PF = 5nos. PF1=626.20

PF2=533.80 PF3=533.80

PF4=537.00 PF5=537.00

3 Palam 17/672 6 PF = 3nos. PF1=691.00

PF2=590.00 PF3=590.00

4 Sahabad

Muhhamdpur

21/92.5 2 PF = 2nos. PF1=240.00

PF2=370.00

Halt

5 Bijawasan 24/390 4 PF = 2nos. PF1=393.50

PF2=393.50

6 Gurgaon 30/1015.5 6 PF = 3nos. PF1=530.50

PF2= 474.00 PF3= 474.00

7 Bajai Dhankot 34/958.15 2 PF = 2nos. PF1=372.50

PF2=370.70

Halt

Page 203: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 156 of 277

8 Gadi Hasaru

Jn.

40/836.10 5 PF = 3nos. PF1=499.90

PF2=522.00 PF3=522.00

Junction

9 Patli 49/167 5 PF = 3nos. PF1=329.30

PF2= 386.60 PF3= 386.60

10 Taj Nagar Halt 52/688.5 2 PF = 2nos. PF1=310.20

PF2=304.50

11 Jataula jauri

Sampka

55/632.80 4 PF = 2nos. PF1=510.50

PF2=592.00

12 Pataudi Road 61/73.50 4 PF = 3nos. PF1=422.00

PF2=387.50 PF3=387.50

13 Inchhapuri 65/559.40 4 PF = 2nosPF1=386.80

PF2=377.20

14 Khalipur 71/928.85 4 PF = 2nos. PF1=387.00

PF2=308.50

15 Khumbhavas

Mundia Dabari

Halt

75/747.65 2 PF = 2nos. PF1=381.30

PF2=303.00

Halt

Alwar – Bandikui Section

SN Station C.L. km Nos. Of

lines

Nos. Of P.F. & Length Remarks

1. Mahawa 85/67.30 3 PF = 2nos. PF1=417.70

PF2=417.70

2. Malakhera 93/292.75 3 PF = 2nos. PF1=422.60

PF2=421.50

3. Dhigawara 101/39.35 3 PF = 2nos.PF1=422.00

PF2=399.00

4. Rajgarh 110/21.00 2 PF = 2nos. PF1=

PF2=

5. Surergoth 116/21.00 1 PF = 1nos. PF1=420.00 Halt

6. Baswa 122/75 3 PF = 2nos. PF1=

PF2=

7. Golana 127/628.50 1 PF = 1nos. PF1=291.50 Halt

8. Bandikui 134/585.50 6 PF = 5nos. PF1=557.90

PF2=552.90 PF3=552.90

PF4=383.90 PF5=567.70

Junction

One

goods PF.

Bandikui – Jaipur

SN Station C.L. km Nos. Of

lines

Nos. Of P.F. & Length Remarks

1. Ariniya 156/540.40 4 PF = 2nos. PF1=426.10

PF2=419.90

2. Kolwagram D 161/921.50 2 PF = 2nos. PF1=355.00

PF2=417.00

Halt

3. Bhankari 168/592.85 4 PF = 2nos. PF1=608.50

Page 204: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 157 of 277

PF2=543.80

4. Dausa 179/321.40 4 PF = 2nos. PF1=630.20

PF2=553.10

5. Jatwara 191/142.25 4 PF = 2nos. PF1=426.30

PF2=406.10

6. Banskho 196/124.65 4 PF = 2nos. PF1=428.40

PF2=432.00

Halt

7. Jhir 201/431.8 2 PF = 2nos. PF1=428.00

PF2=430.10

8. Bassi 208/300.05 4 PF = 2nos. PF1=438.00

PF2=603.70

9. Kanauta 217/483.35 4 PF = 2nos. PF1=432.00

PF2=431.80

10. Khatipura 224/89 4 PF = 2nos. PF1=427.00

PF2=430.00

11. Getor

Jagatpura

229/999.35 4 PF = 2nos. PF1=422.30

PF2=584.80

12. Gandhi Nagar

Jaipur

235/454.25 3 PF = 2nos. PF1=564.50

PF2=558.70

13. Jaipur Jn 240/821 8 PF = 5nos. PF1=580.00

PF2=580.00 PF3=580.00

PF4=490.00 PF5=490.00

Junction

Jaipur – Phulera

SN Station C.L. km Nos. Of

lines Nos. Of P.F. & Length Remarks

1. Kanakpura 249/753.05 6 PF = 2nos.PF1 = 430.50

PF2= 439.30

2. Bindayaka D 254/856.75 2 PF = 2nos.PF1 = 386.20

PF2= 373.50 Halt

3. Dhanakya 257/470.10 4 PF = 2nos.PF1=427.50

PF2= 325.80

4. Sheosinghpura

– D 263/258.75 2

PF = 2nos.PF1=334.30

PF2= 332.80 Halt

5. Bobas 270/186.05 4 PF = 2nos.PF1=431.40

PF2= 285.90

6. Asalpura

Jobner 277/648.40 4

PF = 3+1nos.PF1=548.30

PF2= 548.30 PF3 =548.30

PF4 = 655.50

One

goods PF

7. Dhinda 283/61.75 2 PF = 2nos.PF1=325.90

PF2= 368.10 Halt

8. Hirnoda 287/277.45 4 PF = 2nos.PF1=315.30

PF2= 427.30

9. Phulera Jn. 295/601.30 13

PF = 5nos.PF1=571.00

PF2= 619.50 PF3= 610.50

PF4= 572.30 PF5= 572.30

Junction

Page 205: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 158 of 277

Phulera – Madar

SN Station C.L. km Nos. Of

lines

Nos. Of P.F. & Length Remarks

1. Bhanwsa 220/388.2 4 PF = 2nos.PF1 =384.70

PF2= 420.50

2. Naraina 225/280.5 4 PF = 2nos.PF1 =547.30

PF2= 542.70

3. Dantara 229/839.95 2 PF = 2nos.PF1 = 420.50

PF2= 420.50

Halt

4. Sakhun 237/240.75 4 PF = 2nos.PF1 = 422.00

PF2= 387.50

5. Sali –D 244/92.65 2 PF = 2nos.PF1 =425.00

PF2= 465.50

6. Gahlota 251/141.25 4 PF = 2nos.PF1 =423.40

PF2= 299.60

7. Tiloniya 255/466 2 PF = 2nos.PF1 = 419.70

PF2= 419.60

8. Mandavariya 260/357.50 3 PF = 2nos.PF1 =296.50

PF2= 419.20

9. Kishangarh 266/103.9 4 PF = 2nos.PF1 =546.40

PF2= 440.20 PF3 = 440.20

PF4 = 149.50

10. Gegal Akhri 275/599.15 4 PF = 2nos.PF1 = 414.40

PF2= 447.70

11. Ladpura 281/262.15 4 PF = 2nos.PF1 = 447.00

PF2= 447.60

4.10 Railway yards

The Site includes the following Railway yards:

DELHI-REWARI SECTION

SN Name of Yard No. of Line Remarks

1 Patel Nagar 3+11

2 Delhi Cantt 12+3+7

3 Palam 6

4 Sahabad Mohamedpur 2

5 Dizwasam 8

6 Gurgaon 6

7 Basai Dhankot 2

8 Garhi Harsau 6

9 Patali 5

10 Taj Nagar 2

11 Jatoli Jora Souki 4

12 Pataudi Road 4

13 Ichhapui 4

14 Khalilpur 4

15 Kumbhabad Madoliya 2

Page 206: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 159 of 277

ALWAR-Madar SECTION

SN Name of Yard No. of Line Remarks

1 Mahuwa 03

2 Malakhera 03

3 Digawara 03

4 Rajgarh 03

5 Sargot 02

6 Basuwa 03

7 Golana 02

8 Bandikui 06

9 Araniya 04

10 Kolvagram 03

11 Bhankri 04

12 Dausa 04

13 Jatwara 04

14 Bhasko 02

15 Jhir 04

16 Bassi 04

17 Kanota 04

18 Khatipura 04

19 Gator Jagatpura 03

20 Gandhi Nagar 04

21 Jaipur 13

22 Kanakpura 6+4

23 Bindayaka 02

24 Dhanakya 04

25 She Singhpura 02

26 Bobas 04

27 Asalpura Jobner 04

28 Dhindha 02

29 Hirnoda 04

30 Phulera 13

31 Bhanwsa 04

32 Naraina 04

33 Dantara 02

34 Sakhun 04

35 Sali 02

36 Gehlota 04

37 Tiloniya 02

38 Mandavariya 05

39 Kishangarh 04

40 Gegal akhri 04

41 Ladpura 04

Page 207: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 160 of 277

4.11 Foot over bridges on Railway Project

The Site includes the following foot over bridges:

SN Station/ Block Section Km/Chainage Span (mtr.)/ No. of

Track Remarks

(A) DEE-RE section

1 Patel Nagar 7.77 29m

2 Delhi cant 14.21 50m

14.4 50m

3 Palam 17.7 24m

4 Bijwasan 24.22 27m

5 Gurgaon 31.11 20m

6 Garhi Harsaru 40.85 24m

7 Pataudi Road 61.16 31m

8 Inchhapuri 65.45 31m

9 Khalilpur 71.24 31m

(B) AWR(excl)-Madar(excl.)

10 Bandikui 150.51 (From AF) 1x9.10+1x7.75+1x8.40+

1x15.35+1x13.74=54.34

11 Arniya 156.66 (From AF) 1x28.00

12 Bhankri 168.56 (From AF) 1x28.00

13 Dausa 179.39 (From AF) 1x22.15

14 Gator

Jagatpura 230.04 (From AF) 1x21.975

15 GhandiNagar 235.48 (From AF) 1x26.82

16 Jaipur-1 240.83 (From AF) 1x17.05+1x17.30+1x17.

60+1x14.40=66.35

17 Jaipur-2 240.83 (From AF) 1x11.20+1x11.20+1x12.

80+1x16=67.20

18 Jaipur-3 240.83 (From AF)

1x24.70+1x15.50+1x17+

1x17+1x9.25+1x6.90=10

0.35

19 Kanakpura 249.77 (From AF) 1x18.355+1x18.405=36.

76

20 Dhankya 259.52 (From AF) 1x27.11

21 Sheosinghpu

ra 263.00 (From AF) 1x28.00

22 Bobas 270.14 (From AF) 1x27.110

23 Jobner 277.61 (From AF) 1x15.960

24 Hirnoda 287.25 (From AF) 1x27.110

25 Phulera 295.58 (From AF) 1x17.300+1x18.300+1x1

7.77=53.37

26 Kishangarh 266.09 (From RE) 1x20.16

4.12 Transmission lines crossing the Right of Way

The Site includes the following transmission lines crossing the Right of Way:

SN

Block

Section

Chainage HT/LT

(Specify KV) OH/UG

Height above RL/

Depth below RL

in meters

1 AWR-MWW 74/8-9 11 UG >1.00

2 AWR-MWW 74/8-9 11 UG >1.00

Page 208: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 161 of 277

3 AWR-MWW 75/2-3 33 UG >1.00

4 AWR-MWW 75/2-3 33 UG >1.00

5 AWR-MWW 75/8-9 11 UG >1.00

6 AWR-MWW 77/2-3 33 OH 15.85

7 AWR-MWW 80/6-7 33 OH 14.80

8 AWR-MWW 82/7-8 220 OH 12.30

9 MWW-MKH 87/7-8 11 OH 14.50

10 MWW-MKH 90/0-1 33 OH 14.60

11 MWW-MKH 92/8-9 11 OH 15.00

12 MKH-DGW 98/5-6 132 OH 14.50

13 MKH-DGW 99/5-6 11 OH 16.50

14 DGW-RHG 108/8-9 33 OH 15.50

15 DGW-RHG 108/8-9 11 OH 16.10

16 RHG-BU

112/9-

113/0 11 OH 16.30

17 BU-BKI 122/7-8 11 OH 14.40

18 BU-BKI 128/7-8 220 OH 16.00

19 BU-BKI 130/3-4 400 OH 18.50

20 BU-BKI 130/8-9 11 OH 15.20

21 BU-BKI 130/8-9 33 UG >1.00

22 BU-BKI 131/0-1 33 OH 15.50

23 BU-BKI 131/0-1 11 UG >1.00

24 BU-BKI 131/0-1 132 OH 15.90

25 BU-BKI 131/5-6 11 UG >1.00

26 BKI-ARNA 152/1-2 11 UG >1.00

27 BKI-ARNA 152/1-2 33 UG >1.00

28 BKI-ARNA 153/3-4 11 UG >1.00

29 BAK-DO 171/0-1 220 OH 15.20

30 BAK-DO 173/5-6 220 OH 15.20

31 BAK-DO 176/5-6 11 UG >1.00

32 BAK-DO 178/2-3 33 UG >1.00

33 DO-JW 180/3-4 11 UG >1.00

34 DO-JW 180/3-4 11 UG >1.00

35 DO-JW 180/3-4 11 UG >1.00

36 DO-JW 180/3-4 33 UG >1.00

37 DO-JW 180/6-7 33 UG >1.00

38 DO-JW

181/9-

182/0 132 OH 15.20

39 DO-JW 182/8-9 220 OH 14.60

40 DO-JW 183/0-1 132 OH 15.10

41 DO-JW 183/1-2 220 OH 14.60

42 JW-BSKO 197/0-1 33 UG >1.00

43 JW-BSKO 199/5-6 11 UG >1.00

44 JR-BAI 203/2-3 400 OH 19.20

45 JR-BAI 204/8-9 11 UG >1.00

46 JR-BAI 206/0-1 220 OH 15.60

Page 209: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 162 of 277

47 JR-BAI

206/9-

207/0 33 UG >1.00

48 JR-BAI 207/8-9 11 UG >1.00

49 BAI-KUT 209/4-5 11 UG >1.00

50 BAI-KUT 209/4-5 33 UG >1.00

51 BAI-KUT 210/1-2 400 OH 18.50

52 BAI-KUT 216/3-4 33 UG >1.00

53 BAI-KUT 216/3-4 11 UG >1.00

54 KUT-KWP 222/7-8 11 UG >1.00

55 KUT-KWP 223/1-2 33 UG >1.00

56 KWP-GTJT 225/6-7 220 OH 15.40

57 KWP-GTJT 225/6-7 132 OH 14.60

58 KWP-GTJT 227/9-0 33 UG >1.00

59 KWP-GTJT 228/9-10 11 UG >1.00

60 GTJT-GADJ 231/7-8 33 UG >1.00

61 GTJT-GADJ 233/7-8 33 UG >1.00

62 GTJT-GADJ 233/7-8 33 UG >1.00

63 GTJT-GADJ 233/5-6 11 UG >1.00

64 GTJT-GADJ 235/2-3 11 UG >1.00

65 GADJ-JP 237-6-7 33 UG >1.00

66 GADJ-JP 237/7-8 132 OH 14.70

67 GADJ-JP 238/9 33 UG >1.00

68 GADJ-JP 239/1-2 11 UG >1.00

69 GADJ-JP 239-4-5 11 UG >1.00

70 JP-KKU 242/3-4 132 OH 14.60

71 JP-KKU 242/3-4 33 UG >1.00

72 JP-KKU 242/7-8 11 OH 11.00

73 JP-KKU 242/8-9 11 UG >1.00

74 JP-KKU 244/7-8 33 UG >1.00

75 JP-KKU 246/9-0 33 UG >1.00

76 JP-KKU 247/0-1 132 OH 14.70

77 JP-KKU 247/2-3 132 OH 14.80

78 JP-KKU 247/1-2 220 OH 15.50

79 JP-KKU 247/2-3 220 OH 15.40

80 JP-KKU 247/9-0 33 OH 12.00

81 JP-KKU 248/6-7 132 OH 14.60

82 KKU-DNK 253/3-4 132 OH 14.70

83 KKU-DNK 256/9-0 11 OH 11.50

84 KKU-DNK 257/0-1 33 OH 12.10

85 SHNX-JOB 271/7-8 400 OH 19.00

86 HDA-JOB 278/4-5 11 OH 16.50

87 FL-HDA 280/7-8 11 OH 16.50

88 FL-HDA 289/1-2 11 OH 16.80

89 FL-HDA 292/9-10 132 OH 18.75

90 FL-HDA 294/8-9 11 UG >1.00

91 FL-BNWSA 215/7-8 11 UG >1.00

Page 210: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 163 of 277

92 FL-BNWSA 216/8-9 33 OH 16.50

93 FL-BNWSA 217/0-1 11 UG >1.00

94 FL-BNWSA 217/0-1 132 OH 14.60

95 FL-BNWSA 217/0-1 33 UG >1.00

96 FL-BNWSA 217/0-1 11 UG >1.00

97 FL-BNWSA 217/0-1 132 OH 14.60

98 FL-BNWSA 217/1-2 220 OH 15.40

99 FL-BNWSA 217/1-2 220 OH 17.80

100 FL-BNWSA 219/3-4 400 OH 17.90

101 NRI-DTRA 225/6-7 11 UG >1.00

102 MNDV-KSG 262/9-10 33 OH 15.60

103 MNDV-KSG 263/2-3 132 OH 14.95

104 MNDV-KSG 265/1-2 11 UG >1.00

105 KSG-GEK 266/7-8 11 UG >1.00

106 KSG-GEK 267/3-4 11 UG >1.00

107 KSG-GEK 267/5-6 33 OH 17.30

108 KSG-GEK 268/0-1 33 OH 17.40

109 KSG-GEK 268/0-1 11 UG >1.00

110 KSG-GEK 268/2-3 33 OH 17.60

111 KSG-GEK 269/9-0 11 UG >1.00

112 KSG-GEK 273/0-1 33 OH 17.00

113 LR-MD 276/0-1 11 UG >1.00

114 LR-MD 281/8-9 11 UG >1.00

115 PTNR-DEC 11/3-4 33 U/G >1.00

116 DEC-PM 15/2 132 OH 14.08

117 SMDP-BWSN 23-0 33 U/G >1.00

118 SMDP-BWSN 24-0 220 OH 18.04

119 BWSN-GGN 28/4 11 U/G >1.00

120 BWSN-GGN 28/8 66 OH 14.1

121 BWSN-GGN 29/9 66 OH 14

122 GGN-BDXT 31/10 11 U/G >1.00

123 GGN-BDXT 31/10 11 U/G >1.00

124 GGN-BDXT 34/3 66 OH 14.02

125 GGN-BDXT 36/4 66 OH 17.04

126 BDXT-GHH 38/5 400 OH 18.00

127 BDXT-GHH 38/5-6 66 OH 16.00

128 BDXT-GHH 39/1-2 220 OH 18.00

129 BDXT-GHH 39/1-2 400 OH 21.00

130 GHH-PT 43/5 66 OH 9.09

131 GHH-PT 43/6 132 OH 18.00

132 GHH-PT 43/6-7 33 U/G >1.00

133 GHH-PT 44/7-8 11 U/G >1.00

134 GHH-PT 47/4-5 132 OH 18.00

135 GHH-PT 49/7-8 11 U/G >1.00

136 TN-JSKA 53/8-9 765 OH 28.55

137 JSKA-PTD 56/4 11 U/G >1.00

Page 211: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 164 of 277

138 JSKA-PTRD 57/2-3 765 OH >1.00

139 JSKA-PTRD 58/4 11 U/G >1.00

140 PTRD-IHP 61/8 11 U/G >1.00

141 PTD-IHP 61/9 11 U/G >1.00

142 IHP-KIP 68/7 11 U/G >1.00

143 IHP-KIP 59/5-6 400 OH 19.30

144 KMWS-RE 79/9 132 OH 18.10

145 KMWS-RE 80/1-2 132 OH 19.50

146 KMWS-RE 80/7-8 33 U/G >1.00

147 KMWS-RE 80/8-9 11 U/G >1.00

148 KMWS-RE 80/11 11 U/G >1.00

4.13 Underground power line crossing the Right of Way

The Site includes the following Underground Power Line Crossings

SN Location Section

System

Voltage in

KV

Distance of Structure

from centre of Track in

meters

Remarks

1 74/8-9

AWR-

MWW 11 40.00 20.00

2 74/8-9

AWR-

MWW 11 40.00 30.00

3 75/2-3

AWR-

MWW 33 30.00 50.00

4 75/2-3

AWR-

MWW 33 30.00 50.00

5 75/8-9

AWR-

MWW 11 20.00 20.00

6 130/8-9 BU-BKI 33 38.00 42.00

7 131/0-1 BU-BKI 11 45.00 40.00

8 131/5-6 BU-BKI 11 41.00 36.00

9 152/1-2 BKI-ARNA 11 41.00 38.00

10 152/1-2 BKI-ARNA 33 33.00 40.00

11 153/3-4 BKI-ARNA 11 35.00 38.00

12 176/5-6 BAK-DO 11 23.00 21.00

13 178/2-3 BAK-DO 33 21.00 22.00

14 180/3-4 DO-JW 11 130.00 40.00

15 180/3-4 DO-JW 11 22.00 25.00

16 180/3-4 DO-JW 11 26.00 21.00

17 180/3-4 DO-JW 33 23.00 19.00

18 180/6-7 DO-JW 33 120.00 35.00

19 197/0-1 JW-BSKO 33 35.00 45.00

20 199/5-6 JW-BSKO 11 37.00 40.00

21 204/8-9 JR-BAI 11 45.00 38.00

22 206/9-

207/0 JR-BAI 33 42.00 36.00

23 207/8-9 JR-BAI 11 35.00 44.00

24 209/4-5 BAI-KUT 11 38.00 36.00

Page 212: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 165 of 277

25 209/4-5 BAI-KUT 33 40.00 38.00

26 216/3-4

BASSI-

KUT 33 22.00 25.00

27 216/3-4

BASSI-

KUT 11 33.00 24.00

28 222/7-8 KUT-KWP 11 25.00 27.00

29 223/1-2 KUT-KWP 33 26.00 32.00

30 227/9-0

KWP-

GTJT 33 24.00 27.00

31 228/9-10

KWP-

GTJT 11 32.00 31.00

32 231/7-8

GTJT-

GADJ 33 25.00 27.00

33 233/7-8

GTJT-

GADJ 33 25.00 29.00

34 233/7-8

GTJT-

GADJ 33 31.00 30.00

35 233/5-6

GTJT-

GADJ 11 25.00 27.00

36 235/2-3

GTJT-

GADJ 11 26.00 32.00

37 237-6-7 GADJ-JP 33 24.00 27.00

38 238/9 GADJ-JP 33 32.00 31.00

39 239/1-2 GADJ-JP 11 25.00 27.00

40 239/4-5 GADJ-JP 11 26.00 32.00

41 242/3-4 JP-KKU 33 26.85 18.50

42 242/8-9 JP-KKU 11 31.75 28.80

43 244/7-8 JP-KKU 33 38.50 30.23

44 246/9-0 JP-KKU 33 33.25 31.35

45 294/8-9 FL-HDA 11 25.00 25.00

46 215/7-8

FL-

BNWSA 11 6.00 23.00

47 217/0-1

FL-

BNWSA 11 31.75 28.80

48 217/0-1

FL-

BNWSA 33 26.85 18.50

49 217/0-1

FL-

BNWSA 11 31.75 28.80

50 225/6-7 NRI-DTRA 11 38.50 30.23

51 265/1-2

MNDV-

KSG 11 33.25 31.35

52 266/7-8 KSG-GEK 11 21.70 16.70

53 267/3-4 KSG-GEK 11 32.20 15.50

54 268/0-1 KSG-GEK 11 31.00 34.00

55 269/9-0 KSG-GEK 11 30.00 20.00

56 276/0-1 LR-MD 11 16.50 21.40

57 281/8-9 LR-MD 11 28.30 20.00

58 11/3-4 PTNR- 33 66.00 60.00

Page 213: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 166 of 277

DEC

59 23-0

SMDP-

BWSN 33 11.00 33.50

60 28/4

BWSN-

GGN 11 15.00 40.00

61 31/10

GGN-

BDXT 11 16.00 17.00

62 31/10

GGN-

BDXT 11 21.00 22.00

63 43/6-7 GHH-PT 33 16.00 23.00

64 44/7-8 GHH-PT 11 24.00 18.00

65 49/7-8 GHH-PT 11 21.00 19.00

66 56/4 JSKA-PTD 11 30.00 20.00

67 58/4

JSKA-

PTRD 11 16.50 21.40

68 61/8 PTRD-IHP 11 24.00 19.00

69 61/9 PTD-IHP 11 26.85 18.50

70 68/7 IHP-KIP 11 31.75 28.80

71 80/7-8

KMWS-

RE 33 38.50 30.23

72 80/8-9

KMWS-

RE 11 33.25 31.35

73 80/11

KMWS-

RE 11 26.85 18.50

4.14 Signalling infrastructure The Site includes the following signalling infrastructure:

SN Station Standard of Interlocking

Existing Signalling System

(RRI/TBM Rly etc.)

Type of Signals (Single distant/ double

distant/colour light etc. Remarks

1 Patel Nagar Std III RRI MACLS, Single distant 2 Delhi Cant Std II ( R ) EI MACLS, Single distant 3 Palam Std III EI MACLS, Single distant 4 Bijwasan Std III EI MACLS, Single distant 5 Gurgaon Std III EI MACLS, Single distant 6 Garhi Harsaru Std III EI MACLS, Single distant 7 Patli Std III EI MACLS, Single distant

8 Jataula Jori

Sampka Std III EI MACLS, Single distant

9 Patodi Road Std III EI MACLS, Single distant

10 Inchhapuri Std III EI MACLS, Single distant 11 Khalilpur Std III EI MACLS, Single distant 12 Mahwa Std III PI MACLS, Single distant

13 Malakhera Std II ( R ) PI MACLS, Single distant

14 Dhigawara Std II ( R ) PI MACLS, Single distant

Page 214: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 167 of 277

15 Rajgarh Std II ( R ) PI MACLS, Single distant 16 Baswa Std II ( R ) PI MACLS, Single distant

17 Bandikui Jn Std II ( R ) RRI MACLS, Single distant 18 Arniya Std II ( R ) PI MACLS, Single distant 19 Bhankri Std II ( R ) PI MACLS, Single distant 20 Dausa Std II ( R ) PI MACLS, Single distant 21 Jatwara Std II ( R ) PI MACLS, Single distant 22 Jhir Std II ( R ) PI MACLS, Single distant 23 Bassi Std II ( R ) PI MACLS, Single distant 24 Kanauta Std II ( R ) PI MACLS, Single distant 25 Khatipura Std II ( R ) PI MACLS, Single distant

26 Getore Jagatpura Std II ( R ) PI MACLS, Single distant 27 Gandhi Nagar Std II ( R ) PI MACLS, Single distant

28 Jaipur Jn Std II ( R ) RRI, MACLS LF

Cabin (MG) MACLS, Single distant

29 Kanakpura Std II ( R ) PI MACLS, Single distant 30 Dhanakya Std II ( R ) PI MACLS, Single distant 31 Bobas Std II ( R ) PI MACLS, Single distant

32 Asalpur Jobner

Std II ( R ) PI MACLS, Single distant

33

Hirnoda Std II ( R ) PI MACLS, Single distant

34 Phulera Std II ( R ) EI MACLS, Single distant 35 Bhanwsa Std II ( R ) EI MACLS, Single distant 36 Naraina Std II ( R ) EI MACLS, Single distant 37 Sakhun Std II ( R ) EI MACLS, Single distant 38 Gehlota Std II ( R ) EI MACLS, Single distant 39 Mandavariya Std II ( R ) EI MACLS, Single distant 40 Kishan Garh Std II ( R ) EI MACLS, Single distant 41 Gegal Akhri Std II ( R ) EI MACLS, Single distant 42 Ladpura Std II ( R ) EI MACLS, Single distant

4.15 Telecom infrastructure

The Site includes the following telecom infrastructure:

SN Station Control Phone DOT Any other Communication Availability

of OFC

1 Delhi S Rohila

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

2 Patel Nagar

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

3 Delhi Cant

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

4 Palam

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

5 Bijwasan

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

Page 215: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 168 of 277

6 Gurgaon

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

7 Garhi Harsaru

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

8 Patli

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

9 Jataula Jori

Sampka Yes (Section Control) Yes

Yes (VHF Set 25 W, Rly Phone ) Yes

10 Patodi Road

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

11 Inchhapuri

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

12 Khalilpur

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

13 Mahwa Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

14 Malakhera Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

15 Dhigawara Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

16 Rajgarh Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

17 Baswa Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

18 Bandikui Jn Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

19 Arniya

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

20 Bhankri

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

21 Dausa

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

22 Jatwara

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

23 Jhir

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

24 Bassi

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

25 Kanauta

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

26 Khatipura

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

27 Getore Jagatpura

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

28 Gandhi Nagar

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

29 Jaipur Jn Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

30 Kanakpura

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

31 Dhanakya

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

32 Bobas

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

33 Asalpur Jobner

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

34 Hirnoda

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

35 Phulera

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes 36 Bhanwsa Yes (Section Control) Yes Yes (VHF Set 25 W, Rly Yes

Page 216: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 169 of 277

Phone )

37 Naraina

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

38 Sakhun

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

39 Gehlota

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

40 Mandavariya

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

41 Kishan Garh

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

42 Gegal Akhri

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

43 Ladpura

Yes (Section Control) Yes Yes (VHF Set 25 W, Rly

Phone ) Yes

4.16 Any Other Structures: Not applicable

*******

Page 217: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 170 of 277

Annex - II (Schedule-A)

Dates for providing Right of Way

The following are complete details of the Right of Way showing the dates on which

the Authority shall provide the different sections of the Right of Way to the

Contractor:

For Electrification Work The dates on which the Authority shall provide the Right of Way to the Contractor

on different sections of the Site are specified below:

For OHE work

SN From km to km Length

(km)

Width

(m)

Date of Providing

Right of way

1 2 3 4 5

(a) DEE-RE 3.500 to 81.018 77.518

As per

Pegging plan

enclosed

Land available

(b) Alwar –

Bandikui

74.750 to 135.000 60.250

(c) Bandikui –

Phulera

149.805 (Ex Agra Fort

Chainage) to 295.100

145.295

(d) Phulera -

Madar

215.000 (EX RPC

Chainage) to 285.800

70.800

For TSS work

SN Location Starting

Chainage

Ending

Chainage Length Width

Date of

Providing ROW

1 Garihasaru 41/155 41/255 100 M 40/55 M

Land available 2

Khan

Bhankri 174/610 174/710 100 M 47 M

3 Rajgarh 107/1 107/2 103 M 56 M

Land under

acquisition. Will

be provided

within 180 days

of appointed

date.

4 Jaipur 241/912 241/967 55 M 88 M

Land available 5

Phulera (Ex

RPC

chainage)

216/275 216/375 100 M 60 M

6 Kishangarh 271/2 271/3 100 M 50 M Land available

Page 218: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 171 of 277

For SP/SSP Works

SN Location Starting

Chainage

Ending

Chainage Length Width

Date of

Providing

ROW

1. SP Patel Nagar 8/504.6 8/525.4 20.80 M 5.623 M

Land

Available

2. SSP Shahabad

Muhammadpur 20/821.1 20/838.9 17.80 M 5.623 M

3. SSP Gurgoan 30/361.1 378.9 17.80 M 5.623 M

4. SSP Taj Nagar 53/183.1 53/200.9 17.80 M 5.623 M

5. SSP Ichapuri 66/178.6 66/196.4 17.80 M 5.623 M

6. SP Rewari 78/659.6 78/680.4 20.80 M 5.623 M

7. SP Madar 285/629.6 285/650.4 20.80 M 5.623 M

8. SSP Gegal Akhri 276/061.1 276/078.9 17.80 M 5.623 M

9. SSP Gahlota 250/496.1 250/513.9 17.80 M 5.623 M

10. SP Sakhun 238/639.6 238/660.4 20.80 M 5.623 M

11. SSP Dantra 230/311.1 230/328.9 17.80 M 5.623 M

12. SSP Hirnoda 286/721.1 286/738.9 17.80 M 5.623 M

13. SP Bobas 271/389.6 271/410.4 20.80 M 5.623 M

14. SSP Bindayaka 255/276.1 255/293.9 17.80 M 5.623 M

15. SSP Gandhi Nagar 236/591.1 236/608.9 17.80 M 5.623 M

16. SSP Khatipura 224/756.1 224/773.9 17.80 M 5.623 M

17. SP Bassi 210/112.6 210/133.4 20.80 M 5.623 M

18. SSP Banskho 196/491.1 196/508.9 17.80 M 5.623 M

19. SSP Dausa 180/391.9 180/408.9 17.80 M 5.623 M

20. SSP Kolvagram 161/547.1 161/564.9 17.80 M 5.623 M

21. SP Bandikui 133/669.6 133/690.4 20.80 M 5.623 M

22. SSP Baswa 123/165.1 123/182.9 17.80 M 5.623 M

23. SSP Malakhera 92/321.1 92/338.9 17.80 M 5.623 M

24. SSP Mahwa 84/451.1 84/468.9 17.80 M 5.623 M

25. SP Alwar 69/310 69/330.8 20.80 M 5.623 M

Site for Service Building, Tower Wagon Shed and Quarters

SN From km to km Length

(km)

Width

(m)

Date of

Providing

Right of way

1 2 3 4 5

Staff

quarters

Garhi Harsaru - - Railway land available

Bandikui Jn. (BKI) - - Railway land available

Jaipur (JP) - - Railway land available

Phulera (FL) - - Railway land available

Kishangarh (KSG) - - Railway land available

Tower

Wagon

shed and

siding:-

Garhi Harsaru 41.510 41.600 Railway land available

Bandikui Jn. (BKI) 134.224 133.424 Railway land available

Jaipur (JP) 241.618 241.759 Railway land available

Phulera (FL) 295.365 295.485 Railway land available

Kishangarh (KSG) 275.883 276.583 Railway land available

Service

buildings

DEE/ADEE Office-Phulera 20m 15m Railway land available

ADSTE Office-Bandikui 20m 15m Railway land available

SSE(Sig) Office and Store-

Kishangarh & Dausa 25m 15m Railway land available

Page 219: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 172 of 277

SSE(Tele) Office and store-

Bandikui and Jagatpura 25m 15m Railway land available

OHE & PSI depot-Garhi

Harsaru, Bandikui, Jaipur

Phulera,

70m, 50m,

33m, 70m,

40m, 40m,

17m, 40m Railway land available

OHE depot- Kishangarh (KSG) 50m 40m Railway land available

Project

facility

Subordinate

rest house

Garhi Harsaru Jn. 15 m 15 m Railway land available

BKI 15 m 15 m Railway land available

Phulera 15 m 15 m Railway land available

Camp office

for Railway

staff

Garhi Harsaru Jn. 15 m 10 m Railway land available

BKI 15 m 10 m Railway land available

Phulera 15 m 10 m Railway land available

Dates for providing Right of Way (For Signalling Work)

SN Station From km to

km

Length

(km)

Width

(m)

Date of providing Right of

Way

1 Delhi S Rohila - - - Railway Land Available

2 Patel Nagar - - - Railway Land Available

3 Delhi Cant - - - Railway Land Available

4 Palam - - - Railway Land Available

5 Bijwasan - - - Railway Land Available

6 Gurgaon - - - Railway Land Available

7 Garhi Harsaru - - - Railway Land Available

8 Patli - - - Railway Land Available

9 Jataula Jori

Sampka - - - Railway Land Available

10 Patodi Road - - - Railway Land Available

11 Inchhapuri - - - Railway Land Available

12 Khalilpur - - - Railway Land Available

13 Mahwa - - - Railway Land Available

14 Malakhera - - - Railway Land Available

15 Dhigawara - - - Railway Land Available

16 Rajgarh - - - Railway Land Available

17 Baswa - - - Railway Land Available

18 Bandikui Jn - - - Railway Land Available

19 Arniya - - - Railway Land Available

20 Bhankri - - - Railway Land Available

21 Dausa - - - Railway Land Available

22 Jatwara - - - Railway Land Available

23 Jhir - - - Railway Land Available

24 Bassi - - - Railway Land Available

25 Kanauta - - - Railway Land Available

26 Khatipura - - - Railway Land Available

27 Getore Jagatpura - - - Railway Land Available

28 Gandhi Nagar - - - Railway Land Available

29 Bais Godam - - - Railway Land Available

30 Jaipur Jn - - - Railway Land Available

31 Kanakpura - - - Railway Land Available

32 Dhanakya - - - Railway Land Available

33 Bobas - - - Railway Land Available

34 Asalpur Jobner - - - Railway Land Available

35 Hirnoda - - - Railway Land Available

36 Phulera - - - Railway Land Available

37 Bhanwsa - - - Railway Land Available

Page 220: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 173 of 277

38 Naraina - - - Railway Land Available

39 Sakhun - - - Railway Land Available

40 Gehlota - - - Railway Land Available

41 Mandavariya - - - Railway Land Available

42 Kishan Garh - - - Railway Land Available

43 Gegal Akhri - - - Railway Land Available

44 Ladpura - - - Railway Land Available

Dates for providing Right of Way (For Telecommunication Work)

SN Station From km to km Length

(km)

Width

(m)

Date of providing Right of

Way

1 Delhi S Rohila 4.56 - 7.77 - - Railway Land Available

2 Patel Nagar 7.77 - 14.21 - - Railway Land Available

3 Delhi Cant 14.21 - 17.70 - - Railway Land Available

4 Palam 17.70 - 24.22 - - Railway Land Available

5 Bijwasan 24.22 - 31.11 - - Railway Land Available

6 Gurgaon 31.11 - 40.85 - - Railway Land Available

7 Garhi Harsaru 40.85 -49.21 - - Railway Land Available

8 Patli 49.21 - 56.18 - - Railway Land Available

9 Jataula Jori

Sampka 56.18 - 61.16 - - Railway Land Available

10 Patodi Road 61.16 - 65.45 - - Railway Land Available

11 Inchhapuri 65.45 - 71.24 - - Railway Land Available

12 Khalilpur 71.24 - 82.48 - - Railway Land Available

13 Alwar 74.21 - 85.29

14 Mahwa 85.29 - 93.34 - - Railway Land Available

15 Malakhera 93.34 - 101.05 - - Railway Land Available

16 Dhigawara 101.05 - 110.04 - - Railway Land Available

17 Rajgarh 110.04 - 122.06 - - Railway Land Available

18 Baswa 122.06 - 134.58 - - Railway Land Available

19 Bandikui Jn 150.51 - 156.66 - - Railway Land Available

20 Arniya 156.66 - 168.56 - - Railway Land Available

21 Bhankri 168.56 - 179.39 - - Railway Land Available

22 Dausa 179.39 - 191.17 - - Railway Land Available

23 Jatwara 191.17 - 201.50 - - Railway Land Available

24 Jhir 201.5 - 208.35 - - Railway Land Available

25 Bassi 208.35 - 217.54 - - Railway Land Available

26 Kanauta 217.54 - 224.15 - - Railway Land Available

27 Khatipura 224.15 - 230.04 - - Railway Land Available

28 Getore Jagatpura 230.04 - 235.48 - - Railway Land Available

29 Gandhi Nagar 235.48 - 240.83 - - Railway Land Available

30 Jaipur Jn 240.83 - 249.77 - - Railway Land Available

31 Kanakpura 249.77 - 259.52 - - Railway Land Available

32 Dhanakya 259.52 - 270.14 - - Railway Land Available

33 Bobas 270.14 - 277.61 - - Railway Land Available

34 Asalpur Jobner 277.61 - 287.25 - - Railway Land Available

35 Hirnoda 287.25 - 295.58 - - Railway Land Available

36 Phulera 215.12 - 220.39 - - Railway Land Available

37 Bhanwsa 220.39 - 225.28 - - Railway Land Available

38 Naraina 225.28 - 237.24 - - Railway Land Available

39 Sakhun 237.24 - 251.14 - - Railway Land Available

40 Gehlota 251.14 - 260.37 - - Railway Land Available

Page 221: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 174 of 277

41 Mandavariya 260.37 - 266.09 - - Railway Land Available

42 Kishan Garh 266.09 - 275.59 - - Railway Land Available

43 Gegal Akhri 275.59 -281.26 - - Railway Land Available

44 Ladpura 281.26 -288.37 - - Railway Land Available

*******

Page 222: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 175 of 277

Annex - III (Schedule-A)

For Railway Electrification The proposed sectioning arrangement of the Railway Electrification Project is

attached along with soft copies of OHE pegging plan.

SN Section Status Remarks 1. DEE-RE Proposed Sectioning Arrangement enclosed 2. Alwar – Jaipur Proposed Sectioning Arrangement enclosed 3. Jaipur- Madar Proposed Sectioning Arrangement enclosed

Page 223: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 176 of 277

Annex - IV

(Schedule-A)

Environment Clearances and Forest Clearances

1. Environment Clearances

(a) The following environment clearances have been obtained

No Environment Clearances required for the project.

(b)The following environment clearances are awaited

No Environment Clearances required for the project.

2. Forest Clearances

(a) The following forest clearances have been obtained

NIL

(b) The following forest clearances are awaited

NIL

Page 224: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 177 of 277

SCHEDULE - B (See Clause 2.1)

Development of the Railway Project

1 Development of the Railway Project Development of the Railway Project shall include design and construction of the

Railway Project as described in Annex 1 to this Schedule-B and in Schedule-C. 2 Specifications and Standards The Railway Project shall be designed and constructed in conformity with the

Specifications and Standards specified in Schedule-D.

Page 225: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 178 of 277

Annex - I (Schedule-B)

Description of Railway Project

3. Electrification of existing railway line

3.1 Overhead Equipment (OHE)

Design, supply, erection, testing and commissioning of 25 KV, 50 Hz, AC Overhead

equipment including Foundations, Structures and all ancillary equipment etc as per

following details along with PTFE neutral section, insulated catenary wire under over

line structure, Height Gauges at level crossing gate, Protective screens on over line

structure, Structure arrangement on bridge piers, feeder wire, all types of caution,

warning, instruction and protection boards at required locations, anti-theft charging

arrangement, Traction Station Working Rule along with sectioning diagram at required

locations (TPC, Traffic control, OHE Depot, AEE office etc.), Safety items (i.e. key box,

First aid box, shock treatment chart, Collar ring, men at work board etc) at required

locations, construction of contractor’s depot & sidings and all necessary

documentation for EIG sanction and CRS Inspection. Breakdown attention till CRS

inspection.

3.1.1 Regulated conventional type OHE with normal contact wire height 5.80 Meter

SN From Station to Station km to km Total Track

km Remarks

1 Delhi Sarai Rohilla -

Gurgaon 3/500.00 to 32/820.00 70.334

2 Alwar - Bandikui 74/750.00 to 134/1084.00 288.971

3 Bandikui - Knakpura 149/805.50 to 248/650.00

Total 359.305

3.1.2 Regulated high rise type OHE with normal contact wire height 7.57 Meter

SN From Station to Station km to km Total Track

km Remarks

1 Gurgaon - Rewari 32/820.00 to 81/018.00 111.58

2

(a) Kanakpura

Phulera

248.650 – 295/1000.00 280.403

(b) Phulera - Madar 215/000.00 to 285.80

Total 391.983

3.1.3 Regulated Tramway type OHE with normal contact wire height 5.80 meter

SN From Station to Station km to km Total Track

km Remarks

1 Delhi Sarai Rohilla -

Gurgaon 3/500.00 to 32/820.00 11.998

Page 226: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 179 of 277

2 Alwar - Bandikui 74/750.00 to 134/1084.00 4.607

3 Bandikui - Knakpura 149/805.50 to 248/650.00

Total 16.605 3.1.4 Regulated tramway type high rise OHE with normal contact wire height 7.57

meter.

SN From Station to

Station

km to km Track km Remarks

NIL

3.1.5 Unregulated conventional type OHE with normal contact wire height 5.80 meter.

SN From Station to

Station

km to km Total Track

km

Remarks

NIL

3.1.6 Unregulated type OHE high rise with normal contact wire height 7.57 meter.

SN From Station to

Station

km to km Total Track

km

Remarks

NIL

3.2 25 KV Sectioning post (SP) and sub-sectioning post (SSP) (Switching Post)

Design, supply, erection, testing and commissioning of single phase, 25 KV, 50 Hz, AC

Switching Stations (SP/SSP) including Foundations, Structures and all ancillary

equipmentetc. as per following details along with Earth work, construction of

buildings, fencing,retaining wall, Internal Wiringwith switch/fittings/equipments,

Battery Set, All types of caution, warning, instruction, protection, location/Name and

schematic diagram boards, earthing stations, Safety items (i.e. Firefightingequipment,

First Aid box, Shock treatment chart, key box etc.), manning till stabilization of SCADA

(At least for a period of 06 months from commissioning) and all necessary

documentation for EIG sanction and CRS Inspection, breakdown maintenance till CRS

inspection.

SN Location Type of

Switching Post

Remarks

1 Patel Nagar SP Double Line

2 Shahabad Muhammadpur SSP Double Line

3 Gurgaon SSP Double Line

4 Taj Nagar SSP Double Line

5 Ichhapuri SSP Double Line

6 Rewari Jn. SP Double Line

7 Alwar Jn. SP Double Line

8 Mahwa SSP The Section is Single Line

Page 227: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 180 of 277

9 Malakhera SSP but SP/SSP to be provided fit for Double Line 10 Baswa SSP

11 Bandikui Jn. SP 12 Kovagram SSP Double Line 13 Dausa SSP Double Line 14 Banskho SSP Double Line 15 Bassi SP Double Line 16 Khatipura SSP Double Line

17 Gandhinagar SSP Double Line

18 Bindayaka SSP Double Line

19 Bobas SP Double Line 20 Hirnoda SSP Double Line

21 Dantra SSP Double Line

22 Sakhun SP Double Line 23 Gahlota SSP Double Line 24 Gegal Akhri SSP Double Line 25 Madar SP Double Line

3.3 25 KV Booster Transformer and return conductor arrangement

SN From Station to Station

km to km Length of RC

(Meters)

Remarks

NIL

3.4 25 KV Auxiliary transformer stations

Design, supply, erection, testing and commissioning of single phase Auxiliary

Transformer Station of different capacity as per following details, complete with all

structures and fittings etc. along with anti-climbing device and all types of caution,

warning, instruction, protection boards and location/Name boards, junction box and

all necessary documentation for EIG sanction and CRS Inspection. Breakdown

attention till CRS inspection.

5 KVA AT requirements for LC Gate

SN Location/LC Gate No. Capacity Quantity of AT Remarks

1 17

5 KVA

2

2 29 2

3 34 2

4 48A 2

5 21 2

6 32 2

7 232 2

8 233 2

9 234 2

10 236 2

11 238 2

12 239 2

13 242 2

14 245 2

Page 228: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 181 of 277

15 228 2

16 204 2

17 197 2

18 193 2

19 175 2

20 168 2

21 166 2

22 164 2

23 156 2

24 146 1

25 145 1

26 136 1

27 118 1

Total 50

10 KVA AT requirements

S.N. Location capacity Quantity of AT Remarks

1 Patel Nagar

10 KVA

02 Nos.

2 Palam 02 Nos.

3 Bijwasan 02 Nos.

4 Gurgaon 02 Nos.

5 Garhi Harsaru 02 Nos.

6 Patli 02 Nos.

7 Jataula Jauri Sampka 02 Nos.

8 Pataudi Road 02 Nos.

9 Inchhapuri 02 Nos.

10 Khalipur 02 Nos.

11 Mahwa 01 Nos.

12 Malakhera 01 Nos.

13 Dhigawara 01 Nos.

14 Rajgarh 01 Nos.

15 Baswa 01 Nos.

16 Arniya 02 Nos.

17 Bhankari 02 Nos.

18 Dausa 02 Nos.

19 Jatwara 02 Nos.

20 Jhir 02 Nos.

21 Bassi 02 Nos.

22 Kanauta 02 Nos.

23 Khatipura 02 Nos.

24 Getor Jagatpura 02 Nos.

25 Gandhi Nagar Jaipur 02 Nos.

26 Kanakpura 02 Nos.

27 Dhankya 02 Nos.

28 Bobas 02 Nos.

29 Asalpura Bobner 02 Nos.

30 Hirnoda 02 Nos.

Page 229: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 182 of 277

31 Bhanwsa 02 Nos.

32 Naraina 02 Nos.

33 Sakhun 02 Nos.

34 Gahlota 02 Nos.

35 Mandawariya 02 Nos.

36 Kishangarh 02 Nos.

37 Gegal Akhri 02 Nos.

38 Ladpura 02 Nos.

39 Bias Godaam 01 Nos.

25 KVA AT requirements

SN Location capacity Quantity of AT Remarks

1 Delhi Cantt. 25 KVA

02 Nos.

2 Bandikui Jn. 02 Nos.

50 KVA AT requirements

SN Location capacity Quantity of AT Remarks 1 JaipurJn. 50 KVA 02 Nos.

3.5 Traction sub-stations (TSS)

Design, supply, erection, testing and commissioning of single phase,220/132/25 KV,

50 Hz, AC Traction Sub Station (TSS), Feeding Post (FP), Shunt Capacitor Bank, series

reactor, ABT meter along with all associated equipment, including Foundations,

Structures and all ancillary equipment, Earth mesh/electrode, Buried rail and

connectionsetc. as per following details along with Earth work, construction of

buildings, approach road, Laying of Cross Track along with sleepers & fastenings,

points & crossings, ballast main work, retaining wall, Fencing, internal wiring, yard

lighting, arrangement for water supply, All types of caution, warning, instruction,

protection, location/Name and schematic diagram boards, Safety items (i.e.

Firefightingequipment, First Aid box, Shock treatment chart, key box etc.), manning

till stabilization of SCADA(At least for a period of 06 months from commissioning)

and all necessary documentation for EIG sanction and CRS Inspection. Breakdown

attention till CRS inspection.

SN Location of

TSS

Input

Voltage

Number of

Transformers

Capacity of each

Transformer Remarks

1 Garhi

Harsaru Jn. 66 KV 2 21.6 MVA each

2 Rajgarh 132 KV 2 21.6 MVA each

Rajgarh TSS falls in Alwar-

Bandikui section which is

single line as on date but TSS is

to be constructed for double

line.

3 Khan Bhan

Kari 132 KV 1

21.6 MVA each

Page 230: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 183 of 277

4 Jaipur 132 KV

2 21.6 MVA each

5 Phulera Jn. 132 KV

2 21.6 MVA each

6 Kishangarh 220 KV

2 21.6 MVA each

3.6 High voltage transmission line from grid sub-station to railway TSS

3.6.1 Over Head Transmission line

SN Location TSS

Location GSS

Total Length in KM

Nominal Voltage Level

Single Circuit/Double Circuit

3- Phase/2-Phase

Remarks

NIL

3.6.2 Mono Pole Overhead Transmission Line

SN Location KM to KM

Total Length in KM

Nominal Voltage Level

Single Circuit/Double Circuit

3- Phase/2-Phase

Remarks

NIL

3.7 Underground High Tension Cable Transmission

SN Location KM to KM

Total Length in KM

Nominal Voltage Level

Single Circuit/Double Circuit

3- Phase/2-Phase

Remarks

NIL

3.9 Supervisory control and data acquisition system (SCADA).

The scope covers design, supply, erection, testing and commissioning of Standard Supervisory

Control and Data Acquisition (SCADA) equipments as per RDSO Specification No TI/SPC/ RCC/

SCADA /0130 (Rev-2) with latest amendments in the proposed electrified section. The, scope of

the work also covers supply of SCADA system at RCC., SCADA software, SCADA equipments at

controlled stations, Low maintenance batteries at RCC., Dual UPS (W/o Batteries) at RCC.,

Modular Furniture at RCC for work stations, GPS receiver, Web server for Railway SLDC/SLDC

and supervision of operation and maintenance of the SCADA system, as per specification.

Comprehensive maintenance (preventive maintenance and break down attention) contract of

SCADA system for 04 years after expiry of 36 months guarantee period as per tender paper for

control of Traction Sub -Stations and Switching Stations for 25 kV A.C. Single phase, 50 C/S,

Electric Traction of electrified section. Comprehensive maintenance covers maintenance of

SCADA system complete with all software, RCC equipments, RTUs including replacement of

defective parts and accessories or up gradation of SCADA systems, software & RTUs etc. during

the currency of contract as mentioned in the Specifications. SCADA site, if required, may be

shifted to other suitable locations as per site condition.

Page 231: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 184 of 277

SCADA system for Delhi Sarai Rohilla-Rewari section (Gr.182):

(i) Construction of new RCC building is not required at Delhi. One SCADA system i.e. complete

SCADA hardware and software with one work station will be supplied and commissioned at

existing TPC building of Delhi division. 7 RTUs (1 no. TSS & 6 nos. SP/SSPs) will be supplied and

commissioned with new SCADA system at Delhi division by EPC contractor as per RDSO Spec.

No. TI/SPC/RCC/SCADA/0130 (Rev.2). As already 15 kVA UPS installed in Delhi RCC, new UPS

won’t be required.

(ii) Five RTUs at existing TSS/SP/SSP at CNKP (TSS), DEE (SP), PTNR(SSP), DBSI (SSP) and SWNR

(SSP) of Delhi division to be replaced with new RTUs by EPC contractor as per RDSO Spec. No.

TI/SPC/RCC/SCADA/0130 (Rev.2) in addition to above and configured with new SCADA system

of Delhi Sarai Rohilla-Rewari section (Gr.182) for which necessary provision in the SCADA

software of new SCADA system of Gr. 182 to be carried out at RCC Delhi. Hence, new SCADA

system will be catering for total 12 RTUs in totality.

(iii) Rewari SP will be boundary post of Jaipur and Delhi Division. Hence, 2 nos of RTUs to be

provided with dual control. Necessary modification in existing SCADA software to be made at

RCC Jaipur.

SCADA system for Rewari-Alwar-Jaipur-Madar section (Gr.184 & 185):

(i) Construction of new RCC building is not required at Jaipur. Two SCADA system i.e. complete

SCADA hardware and software with one work station each will be supplied and commissioned

at existing TPC building of Jaipur division by EPC contractor as per RDSO Spec. No.

TI/SPC/RCC/SCADA/0130 (Rev.2). First SCADA system will be for Madar – Jaipur section in

which 11 RTUs (3 nos. TSS & 8 nos. SP/SSPs for Gr.185) and second SCADA system will be for

Jaipur – Bandkui section in which 8 RTUs (1 no. TSS & 7 nos. SP/SSPs)) will be supplied and

commissioned with new SCADA system at Jaipur division by EPC contractor as per RDSO Spec.

No. TI/SPC/RCC/SCADA/0130 (Rev.2).

(ii) In addition to above 5 RTUs to be provided at 1 TSS and 4 SP/SSPs in Bandikui – Alwar section

and to be commissioned with existing SCADA system at Jaipur of Rewari-Alwar section of

Gr.165 for which necessary modification in the existing SCADA software of Gr.165 to be carried

out at RCC Jaipur. The existing SCADA system in Rewari-Alwar section of Gr.165 is with old

RDSO specifications that is TI/SPC/RCC/SCADA/0990 (Vol–I&II).

SN Item Quantity Remarks

1.

Remote Control Centre with SCADA

Hardware and software 3

a) Jaipur (2 Nos.)

b) Delhi (1 No.)

2. Modification if existing SCADA

system 1 Jaipur

3 SCADA Equipment at Traction Sub –

Station 6 See 3.5

4 SCADA Equipment at Switching

Posts (SP/SSP) 25 See.3.2

Page 232: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 185 of 277

3.10 Various electrical general services works: NIL

3.11 Modification of HT power lines and crossings (raising of height)

SN Item

Nominal

Voltage

level

Single

circuit/Double

Circuit

No of

phases

Designated

current carrying

capacity

Quantity Remarks

1. Track

crossing NIL

2. Along

the

Track

NIL

3.12 Modification of HT power lines and crossings (replacement by UG cabling)

SN Item Nominal

Voltage

level

Single

circuit/

Double

Circuit

No of

phases

Designated

current

carrying

capacity

Quantity Remarks

1 Track

crossing

33 KV Single

Circuit

3 Phase 340 Amp 05 1. Cable to be

provided 3 x 300

sqmm (One spare

cable also to be

provided of the

same length and

size)

11 KV Single

Circuit

3 Phase 270 Amp 05 Cable to be

provided 3 x 185

sqmm (One spare

cable also to be

provided of the

same length and

size)

2 Along the

track

11KV Single

Circuit

3 Phase 270 Amp 1320 m Cable to be

provided 3 x 185

sqmm (One spare

cable also to be

provided of the

same length and

size)

Page 233: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 186 of 277

3.13 Modification of LT power lines and crossings (replacement by UG cabling)

SN Item

Nominal

Voltage

level

Single

circuit/Do

uble

Circuit

No of

phases

Designated

current

carrying

capacity

Quantity Remarks

1. Track

crossing

NIL

2. Along

the track

440 V Single

Circuit

3 Phase,

4 wire 125 A

5 locations

(total length

1200 meter)

1. In platform area

or concrete structure

the cable may be

required to laid by

insertion of HDPE pipe

by boring method.

2. One spare cable

also to be provided of

the same length and

size

230 V Double

Circuit

2 Phase,

4 wire 40 A

20 Locations

(total length

8000 meter)

PF area lighting cable

1. In platform area

or concrete structure

the cable may be

required to be laid by

insertion of HDPE pipe

by boring method. 2. One spare cable

also to be provided of

the same length and

size

3.14 Extension of LT power supply for CLS Work:

Work involves laying of cable at 1 meter depth covered with sand and brick,

protection of exposed part of cable with GI pipe, wiring at station area,

Installation and commissioning of CLS panel of requisite capacity and extending

AT supply to S&T installations. Breakdown maintenance till CRS inspection.

Page 234: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 187 of 277

3.14.1 5 KVA AT requirement for LC Gate

SN Location/LC

Gate No.

Current

Capacity/Size of

conductor

Quantity of AT Cable

quantity in

meter/AT

Remarks

1 17

25 sq.mm

2

As per site

condition

1. One spare

cable also to

be provided

of the same

length and

size

2. In double line

section, track

crossing may

also be

involved.

3. In platform

area or

concrete

structure the

cable may be

required to

laid by

insertion of

HDPE pipe by

boring

method.

2 29 2

3 34 2

4 48A 2

5 21 2

6 32 2

7 232 2

8 233 2

9 234 2

10 236 2

11 238 2

12 239 2

13 242 2

14 245 2

15 228 2

16 204 2

17 197 2

18 193 2

19 175 2

20 168 2

21 166 2

22 164 2

23 156 2

24 146 1

25 145 1

26 136 1

27 118 1

3.14.2 10 KVA AT requirement

S

N

Location/LC

Gate No.

Current

capacity/

size of

conductor

Quantit

y of AT

Cable

Quantity in

meter /AT

Remarks

1 Patel Nagar 2 x 70 sqmm 02 Nos. 720 1. One spare cable

also to be put of

the same length

and size.

2. In double line

section track

crossing will also

be involved.

3. In platform area or

2 Palam 2 x 70 sqmm 02 Nos. 572

3 Bijwasan 2 x 70 sqmm 02 Nos. 562

4 Gurgaon 2 x 70 sqmm 02 Nos. 1140

5 Garhi Harsaru 2 x 70 sqmm 02 Nos. 988

6 Patli 2 x 70 sqmm 02 Nos. 1128

7 Jataula Jauri

Sampka

2 x 70 sqmm 02 Nos. 856

8 Pataudi Road 2 x 70 sqmm 02 Nos. 970

Page 235: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 188 of 277

9 Ichhapuri 2 x 70 sqmm 02 Nos. 1120 concrete structure

the cable may be

required to laid by

insertion of HDPE

pipe by boring

method.

10 Khalipur 2 x 70 sqmm 02 Nos. 999

11 Mahwa 2 x 70 sqmm 01 Nos. 290

12 Malakhera 2 x 70 sqmm 01 Nos. 220

13 Dhigawara 2 x 70 sqmm 01 Nos. 325

14 Rajgarh 2 x 70 sqmm 01 Nos. 235

15 Baswa 2 x 70 sqmm 01 Nos. 260

16 Arniya 2 x 70 sqmm 02 Nos. 980

17 Bhankari 2 x 70 sqmm 02 Nos. 880

18 Dausa 2 x 70 sqmm 02 Nos. 934

19 Jatwara 2 x 70 sqmm 02

Nos.

740

20 Jhir 2 x 70 sqmm 02 Nos. 1012

21 Bassi 2 x 70 sqmm 02 Nos. 686

22 Kanauta 2 x 70 sqmm 02 Nos. 952

23 Khatipura 2 x 70 sqmm 02 Nos. 736

24 Getor

Jagatpura

2 x 70 sqmm 02 Nos. 598

25 Gandhi Nagar

Jaipur

2 x 70 sqmm 02 Nos. 888

26 Kanakpura 2 x 70 sqmm 02 Nos. 700

27 Dhankya 2 x 70 sqmm 02 Nos. 744

28 Bobas 2 x 70 sqmm 02 Nos. 872

29 Asalpura

Bobner

2 x 70 sqmm 02 Nos. 1022

30 Hirnoda 2 x 70 sqmm 02 Nos. 1040

31 Bhanwsa 2 x 70 sqmm 02 Nos. 1056

32 Naraina 2 x 70 sqmm 02 Nos. 1000

33 Sakhun 2 x 70 sqmm 02 Nos. 680

34 Gahlota 2 x 70 sqmm 02 Nos. 900

35 Mandawariya 2 x 70 sqmm 02 Nos. 740

36 Kishangarh 2 x 70 sqmm 02 Nos. 900

37 Gegal Akhri 2 x 70 sqmm 02 Nos. 580

38 Ladpura 2 x 70 sqmm 02 Nos. 1000

39 Bias Godaam 2 x 70 sqmm 01 Nos. 400

3.14.3 25 KVA AT requirement

SN Location/LC

Gate No.

Current capacity/

size of conductor

Quantity

of AT

Cable Quantity

in meter per AT

Remarks

1 Delhi

Cantt.

150 sqmm 02 Nos. 1250 1. One spare Cable also

to be put of the same

length and size.

2. In Double line section

track crossing will also

be involved.

3. In platform area or

concrete structure the

2 Bandikui

Jn.

150 sqmm 02 Nos. 810

Page 236: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 189 of 277

cable may be required

to laid by insertion of

HDPE pipe by boring

method.

3.14.4 50 KVA AT requirement

SN Location/L

C Gate No. Current capacity/

size of conductor

Quantity

of AT

Cable Quantity

in meter /AT

Remarks

1 JaipurJn. 150 sq.mm 02 Nos. 1250 1. One spare cable also to be put of the same length and size.

2. In double line section track crossing will also be involved.

3. In platform area or concrete structure the cable may be required to laid by insertion of HDPE pipe by boring method.

3.15 Extension/Augmentation of electrical power supply arrangements and associated

works

Augmentation of power supply works includes all general supply works from state

electricity authority supply point to service building/quarters metering panel. It

includes Liaoning with state electricity authorities for releasing of new power

connection or augmentation of existing connection duly providing new

transformer/substation wherever required, new panel with metering

arrangements, laying of HT/LT cables in trench as well as on surface of required size

as per requirement and site condition, necessary earthing arrangement,

distribution panel with MCCB and laying of cables up to metering panel of service

building and quarters. The contractor needs to design the system and get approval

from authority through authority engineer. All equipment/cable etc. shall be

approved make as approved by authority.

SN Location Load (KWH) Remarks

1 Garhi Harsaru 60 kW Existing connection is of 93 kW. To be augmented by 60 kW

2 Bandikui 45 kW Existing connection is of 350 kW. To be augmented by 45 kW

3 Jaipur 80 kW Existing connection is of 1500 kW. To be augmented by 80

kW. New HT connection will be required.

4 Phulera 50 kW Existing connection is of 600 kW. To be augmented by 50 kW.

5 Kishangarh 35kW Existing connection is of 50 kW. New HT connection will be

Page 237: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 190 of 277

required.

6 Dausa 3 kW Existing connection is of 110kW. No augmentation is required

but other works are to be carried out

7 Jagatpura 3 kW Existing connection is of 5 kW. To be augmented by 3 kW.

3.16 Modifications of existing electrical works

3.16.1 List modifications to existing switching posts, if any.-

SP modification: Existing SP at Delhi Patel Nagar will required to be modified as per approved GSD. Modification in TSWR etc.: 6 Stations DEE, Patel nagar, Rewari, Phulera, Ajmer & Alwar

3.16.2 List modifications to existing OHE including dismantling of OHE, removal of brackets,

cutting of masts, dismantling and removal of existing auxiliary transformer.

At following locations the proposed electrified lines will be connected to existing

electrified lines and may need modification in existing OHE:

SN Station Approx qty

1 Delhi Sarai Rohilla 2.5 TKM

2 Rewari 1.5 TKM

3 Alwar 0.5 TKM

4 Phulera 0.5 TKM

5 Madar 0.5 TKM

3.16.3 List modifications to existing traction substation, such as augmentation of bay,

addition or replacement of traction transformer, circuit breakers etc.

NIL

3.17 Inventory electrical: Deleted

Page 238: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 191 of 277

3.18 Signaling system (for electrification works)

3.18.1 Modification to existing PI/RRI/EI systems and modification in signaling system of LC gates All signaling works including design of signaling plan, route control chart or selection/control table, panel diagram, wiring/circuit diagram, application logic, interface details, cable route chart, cable core diagram, termination and equipment position diagram etc. as part of the modification to the existing signaling system along with supply, installation, testing and commissioning shall be executed in accordance with the provision of IRSEM and signal and Interlocking principles issued in the form of typical designs. In addition to above, augmentation of existing service buildings to accommodate additional signaling equipment/ racks etc. shall be carried out. Glued joints if any required for single rail track circuit shall be provided. The released materials shall be transported to the railway depot within the Site, as nominated by the Authority’s Engineer.

Page 239: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 192 of 277

Schedule-B

3.18.1 (a) Modification in existing PI/RRI/EI systems.

SN

Description of work.

Name of station

No

. o

f lin

es

Std

of

inte

rlock

ing

Maj

or

(Jun

ctio

n)/

W

aysi

de

stat

ion

Relay type (metal to metal

or metal to carbon(

Cables (Sig/ Tele)

Typ

e o

f S

ign

al f

eed

(loca

l o

r re

mo

te)

Type of

train detecti

on system (relay,

AC AFTC Etc.)

Po

int

Mo

tor

imm

un

izat

ion Type of Lifting barrier

& locking arrangement

Ear

thin

g a

nd p

rote

ctio

n

Power supply

Block working Details of

siding Any other

requirement

1 Survey, Design, Supply,

Installation, Testing, supply of

manuals for new

technology equipment for

each place, supply of

completion drawings and commissionin

g of

Patel Nagar

(PTNR-II) 3

Std-III (RRI) (Q Series + Siemens

)

Way

sid

e S

tatio

n

Metal to metal & Metal to

carbon

a) S

ign

allin

g c

able

fo

r in

dire

ct f

eed

ing,

re

pea

ter

rela

ys.

(b)

2X

70

Sq.

MM

Al.

XL

PE

tw

o n

os.

are

to

be

laid

fro

m S

M's

Rem

ote

fee

d

Co

nve

ntio

nal

DC

Tra

ck c

ircu

it

pro

vid

ed f

or

poi

nt b

eyo

nd 9

10

met

ers

for

sin

gle

lin

e se

ctio

n

(b)

Hig

h im

mu

nity

po

int m

oto

r to

be

pro

vid

ed f

or

poi

nt b

eyo

nd 1

100

met

ers

for

ML

B t

o b

e m

odifi

ed

No

rmal

ear

th f

or

con

ven

tion

al e

quip

men

t an

d m

ain

ten

ance

fre

e ea

rth

fo

r E

lect

ron

ic

equ

ipm

ent &

su

rge

pro

tect

ion

for

entir

e si

gn

allin

g in

stal

latio

n C

on

ven

tion

al/

IPS

po

wer

su

pp

ly s

hou

ld

be

mo

difi

ed /

au

gm

ente

d

AB

SO

LU

TE

, C

on

tinuo

us

Tra

ck c

ircu

it/

SG

E/S

SD

AC

to

be

mo

difi

ed

_____ Glued Joints if any required for single rail track circuiting and

augmentation of existing service building as per site requirement

shall be provided.

Entire station should be made fit for RE as per

IRSEM & CORE/

Railways

Delhi Cantt. (DEC)

7 Std II R EI (Q Series)

Metal to carbon

IPS

po

wer

su

pply

sho

uld

b

e au

gm

ente

d

AB

SO

LU

TE

, S

GE

BI &

S

SD

AC

/ H

AS

SD

AC

to

be

mo

difi

ed

_____

Palam (PM) 5

Std-III (EI)

Met

al t

o m

etal

_____

Bijwasan (BWSN) 4

Std-III (EI)

_____

Gurgaon (GGN) 6

Std-III (EI)

_____

Page 240: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Pa

ge

19

3 o

f 27

7

Garh

i H

arsaru

(GH

H)

6

Std

-III (E

I)

Metal to metal. New relay room (Approx. size 6 m × 5.5 m ) has to be constructed. Minor shifting

arrangement for existing IPS and batteries have to be carried out in order to accommodate new IPS and its associated batteries in the existing IPS and battery

rooms

New IPS suitable to EI and associated batteries shall be provided.

Old EI (Indoor) portion to be replaced with new EI (Indoor) portion. Provision of Signalling arrangement at Contractor's & Tower Wagon sidings shall be provided

po

licy.Ad

ditio

nally, at G

HH

stn

- Co

mp

lete rep

lacem

ent o

f in

doo

r sign

alling

system

in

cludin

g EI,

interface rela

ys, rela

y rack, data

logger, co

ntro

l cu

m in

dicatio

n

pan

el and

pro

vision o

f n

ew V

DU

etc. h

ave to b

e carried

ou

t.

Patli (P

T)

5

Std

-III (E

I) M

etal to m

etal

IPS

pow

er su

pp

ly sh

ou

ld b

e au

gm

ented

__

___

Page 241: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Pa

ge

19

4 o

f 27

7

SN

Descrip

tion

o

f wo

rk. N

am

e of

station

No. of lines

Std of interlocking

Major (Junction)/ Wayside station

Rela

y typ

e (m

etal to

metal o

r m

etal to

carbo

n(

Cab

les (S

ig/ T

ele) T

ype

of

Sign

al fe

ed

(local

or

rem

ote

)

Typ

e o

f train

d

etectio

n

system

(rela

y, A

C

AF

TC

E

tc.)

Po

int M

oto

r im

mu

niz

ation

Typ

e o

f Liftin

g b

arrier &

lo

cking arran

ge

men

t

Earthing and protection

Po

wer su

pp

ly

Blo

ck w

orkin

g

Details o

f sid

ing

A

ny o

ther

requ

iremen

t

1

S

urvey,

Design

, S

upp

ly, In

stallation,

Testin

g, su

pp

ly of

man

uals fo

r n

ew

techn

olo

gy eq

uip

men

t for

each p

lace, su

pp

ly of

com

pletio

n

draw

ings an

d

com

missio

nin

g of

Jataula

Jori

Sam

pka

(JSK

A)

4

Std

-III (E

I)

Wayside Station

Metal to metal

a) Signalling cable for indirect feeding , repeater relays and AT supply (b) Tele cable (6 quad/PIJF) for CHLR magneto telephone etc.

Remote feed

Conventional DC Track circuit

(a) High immunity point motor to be provided for point beyond 910 meters for single line section (b) High immunity point motor to be provided for point beyond 1100 meters for double line section.

MLB to be modified

Normal earth for conventional equipment and maintenance free earth for Electronic equipment & surge protection for entire signalling installation

IPS power supply should be augmented

ABSOLUTE, SGE BI & SSDAC/ HASSDAC to be modified

-----------

Glued Joints if any required for single rail track circuiting and augmentation of existing service building as per site requirement shall be provided.

Entire station should be made fit for RE as per IRSEM & CORE/Railways policy

Pato

di

Ro

ad

(PT

RD

) 4

S

td-III

(EI)

Inch

hapu

ri (IH

P)

4

Std

-III (E

I)

Kh

alilpur

(KIP

) 4

S

td-III

(EI)

Mah

wa

(MW

W)

3

Std

III P

I -----

Single Line token less Block Inst.(PTJ Make) to be replaced by UFSBI with block panel &

SSDAC/ HASSDAC to be modified.

M

alakhera

(MK

H)

3

Std

II R P

I

ELB

to

be

mo

difi

ed

Dh

igawar

a (DG

W)

3

Std

II R P

I

Rajgarh

(R

HG

) 3

S

td II R

PI

Basw

a (B

U)

3

Std

II R P

I

MLB

&

E

LB

to b

e m

od

ified

Page 242: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 195 of 277

SN

Description of work.

Name of station

No

. o

f lin

es

Std

of

inte

rlock

ing

Maj

or

(Ju

nct

ion

)/

Way

sid

e st

atio

n Relay type

(metal to metal or metal to carbon(

Cables (Sig/ Tele)

Type of Signal feed

(local or remote)

Type of train detection system (relay, AC AFTC Etc.)

Point Motor immunization

Type of Lifting barrier & locking arrangement E

arth

ing

and

p

rote

ctio

n

Power supply

Block working Details of siding

Any other requirement

1

Survey, Design, Supply,

Installation, Testing, supply of

manuals for new

technology equipment for

each place, supply of

completion drawings and commissionin

g of

Bandikui (BKI)

6 Std II R

RRI

Maj

or

jun

ctio

n s

tatio

n

Met

al t

o c

arbo

n

a) S

ign

allin

g c

able

fo

r in

dire

ct f

eed

ing

, re

pea

ter

rel

ays

and

AT

sup

ply

(b

) T

ele

cab

le (

6 qu

ad/P

IJF

) fo

r C

HL

R

mag

net

o te

lep

hon

e e

tc.

Rem

ote

fee

d

Co

nve

ntio

nal

DC

Tra

ck c

ircu

it

(a)

Hig

h im

mun

ity p

oin

t m

oto

r to

be

pro

vid

ed fo

r p

oin

t bey

ond

910

met

ers

for

sing

le li

ne

sect

ion

(b)

Hig

h im

mu

nity

po

int m

oto

r to

be

pro

vid

ed fo

r p

oin

t bey

ond

110

0 m

eter

s fo

r d

oubl

e lin

e se

ctio

n.

MLB & ELB to be modified

No

rmal

ear

th f

or

con

ven

tion

al e

quip

men

t an

d m

aint

enan

ce f

ree

eart

h f

or

Ele

ctro

nic

eq

uip

men

t &

su

rge

pro

tect

ion

for

entir

e si

gn

allin

g in

stal

latio

n

IPS

po

wer

su

pply

sho

uld

be

augm

ente

d

1. SGE D/Line to be modified for

RE (BKI-ARNA) 2.S/Line token

less push button to be replaced with UFSBI (BKI-BU) 3.

Existing Daido B/Inst. to be made fit for RE (BKI-

Biwai) 4. SSDAC/

HASSDAC to be modified.

Provision of Signalling

arrangement at Tower Wagon

sidings shall be provided

Glu

ed J

oin

ts if

an

y re

qu

ired

fo

r si

ng

le r

ail t

rack

ci

rcu

itin

g an

d au

gmen

tatio

n o

f ex

istin

g s

ervi

ce b

ui

ldin

g

as p

er s

ite r

equ

irem

ent

shal

l be

pro

vid

ed.

En

tire

stat

ion

sh

ould

be

mad

e fit

for

RE

as

per

IR

SE

M &

CO

RE

/Rai

lway

s p

olic

y

Arnia (ARNA)

4 Std II R

PI

Way

sid

e S

tatio

n MLB to be modified

SGE Double Line Block Instrument

& SSDAC/HASSD

AC to be modified.

Provision of Signalling

arrangement at

Contractor's sidings

Bhankri (BAK)

4 Std II R

PI

ELB to be modified

Dausa (DO)

4 Std II R

PI

MLB & ELB to be modified

Jatwara (JW)

4 Std II R

PI

MLB to be modified

Jhir (JR) 4 Std II R

PI

ELB to be modified

Page 243: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 196 of 277

SN

Description of work.

Name of station

No

. o

f lin

es

Std

of

inte

rlock

ing

Maj

or

(Jun

ctio

n)/

W

aysi

de

stat

ion Relay

type (metal to metal or metal to carbon(

Cables (Sig/ Tele)

Type of

Signal feed

(local or

remote)

Type of train detection system (relay, AC AFTC Etc.)

Point Motor immunization

Type of Lifting barrier & locking arrangement E

arth

ing

and

p

rote

ctio

n

Power supply

Block working Details of siding

Any other requirement

1

Survey, Design, Supply,

Installation, Testing, supply of

manuals for new

technology equipment for

each place, supply of

completion drawings, and commissionin

g of

Bassi (BAI)

5 Std II R

PI

Way

sid

e S

tatio

n

Met

al t

o c

arbo

n

a) S

ign

allin

g c

able

fo

r in

dire

ct f

eed

ing

, re

pea

ter

rel

ays

and

AT

sup

ply

(b

) T

ele

cab

le (

6 qu

ad/P

IJF

) fo

r C

HL

R

mag

net

o te

lep

hon

e e

tc.

Rem

ote

fee

d

Co

nve

ntio

nal

DC

Tra

ck c

ircu

it

(a)

Hig

h im

mun

ity p

oin

t m

oto

r to

be

pro

vid

ed fo

r p

oin

t bey

ond

910

met

ers

for

sing

le li

ne

sect

ion

(b

) H

igh

imm

uni

ty p

oin

t mo

tor

to b

e p

rovi

ded

for

po

int b

eyon

d 11

00

met

ers

for

dou

ble

line

sect

ion.

MLB to be modified

No

rmal

ear

th f

or

con

ven

tion

al e

quip

men

t an

d m

aint

enan

ce f

ree

eart

h f

or

Ele

ctro

nic

eq

uip

men

t & s

urg

e p

rote

ctio

n fo

r en

tire

sig

nal

ling

in

stal

latio

n

IPS

po

wer

su

pply

sho

uld

be

augm

ente

d

SGE Double Line Block Instrument

& SSDAC/HASSDAC to be modified.

----------------

Glu

ed J

oin

ts if

an

y re

qu

ired

fo

r si

ng

le r

ail t

rack

ci

rcu

itin

g an

d au

gmen

tatio

n o

f ex

istin

g

serv

ice

bu

ildin

g a

s p

er s

ite r

equ

irem

ent

shal

l be

pro

vid

ed.

En

tire

stat

ion

sh

ould

be

mad

e fit

for

RE

as

per

IR

SE

M &

CO

RE

/Rai

lway

s p

olic

y

Kanauta (KUT)

4 Std II R

PI

Khatipura (KWP)

4 Std II R

PI ELB to be modified

Getore Jagatpura (GTJT)

3 Std II R

PI

Gandhi nagar

(GADJ) 4

Std II R PI

ELB (single) & ELB (double) to be modified

Jaipur (JP)

6+2

Std II R RRI,

MACLS LF Cabin

Maj

or

Jun

ctio

n s

tatio

n

MLB & ELB to be modified

SGE D/Line B/Inst. to be

modified for RE, replacement of S/L tokenless

push block inst. with UFSBI &

HASSDAC in JP-BSGD, Existing NBT B/I to be

made fit for RE in JP-DKBJ sec &

SSDAC/HASSDAC to be modified.

Provision of Signalling

arrangement at Tower wagon

siding shall be provided

Page 244: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Pa

ge

19

7 o

f 27

7

SN

Descrip

tion

o

f wo

rk. N

am

e of

station

No. of lines

Std of interlocking

Major (Junction)/

Wayside station

Rela

y typ

e (m

etal to

metal o

r m

etal to

carbo

n(

Cab

les (S

ig/ T

ele) T

ype o

f S

ignal

feed

(lo

cal or

rem

ote)

Typ

e of

train

detectio

n

system

(rela

y, AC

A

FT

C

Etc.)

Po

int M

oto

r im

mu

ni

zation

Typ

e of

Lifting

barrier

&

lockin

g arran

gem

ent

Earthing and protection

Po

wer

sup

ply

B

lock

wo

rking

D

etails of

sidin

g

An

y oth

er req

uirem

ent

1

S

urvey,

Design

, S

upp

ly, In

stallation,

Testin

g, su

pp

ly of

man

uals fo

r n

ew

techn

olo

gy eq

uip

men

t for

each p

lace, su

pp

ly of

com

pletio

n

draw

ings, an

d

com

missio

nin

g of

Kan

akpu

ra (K

KU

) 6

S

td II R

PI

Wayside Station

Metal to carbon

a) Signalling cable for indirect feeding , repeater relays and AT supply (b) Tele cable (6 quad/PIJF) for CHLR magneto telephone etc.

Remote feed

Conventional DC Track circuit

(a) High immunity point motor to be provided for point beyond 910 meters for single line section (b) High immunity point motor to be provided for point beyond 1100 meters for double line section.

MLB

to

be

mo

difie

d

Normal earth for conventional equipment and maintenance free earth for Electronic equipment & surge protection for entire signalling installation

IPS power supply should be augmented

SGE Double Line Block Instrument to be modified for RE. SSDAC / HASSDAC to be

modified.

------

Glued Joints if any required for single rail track circuiting and augmentation of existing service building as per site requirement shall be provided.

Entire station should be made fit for RE as per IRSEM & CORE/Railways policy

Dh

anakya

(DN

K)

4

Std

II R P

I

Bo

bas

(BO

BS

) 4

S

td II R

PI

ELB

to

be

mo

difie

d

Asalp

ur

Job

ner

(JOB

) 4

S

td II R

PI

Hirn

oda

(HD

A)

4

Std

II R P

I

MLB

to

be

mo

difie

d

Ph

ulera

(FL)

10

Std

II R

EI

Majo

r ju

nctio

n

station

ELB

&

MLB

to

be

mo

difie

d

Mod of SGE D/L B/I & SSDAC/HASSDAC in FL-HAD, FL-BNWS. Replacement of S/L T/L Push

button block inst with UFSBI & HASSDAC in FL-SBR.

Provision of Signalling arrangement at Contractor's & Tower Wagon sidings shall be provided

Page 245: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Pa

ge

19

8 o

f 27

7

SN

Descrip

tion

o

f wo

rk. N

am

e of

station

No. of lines

Std of interlocking

Major (Junction)/

Wayside station

Rela

y typ

e (m

etal to

metal o

r m

etal to

carbo

n(

Cab

les (S

ig/ T

ele) T

ype o

f S

ignal

feed

(lo

cal or

rem

ote)

Typ

e of

train

detectio

n

system

(rela

y, AC

A

FT

C E

tc.)

Po

int M

oto

r im

mu

ni

zation

Typ

e of

Lifting

barrier

&

lockin

g arran

gem

ent

Earthing and protection

Po

wer

sup

ply

B

lock

wo

rking

D

etails of

sidin

g

An

y oth

er req

uirem

ent

1

S

urvey,

Design

, S

upp

ly, In

stallation,

Testin

g, su

pp

ly of

man

uals fo

r n

ew

techn

olo

gy eq

uip

men

t for

each p

lace, su

pp

ly of

com

pletio

n

draw

ings, an

d

com

missio

nin

g of

Bh

anw

sa (B

NW

S)

4

Std

II R E

I

Wayside Station

Metal to carbon

a) Signalling cable for indirect feeding , repeater relays and AT supply (b) Tele cable (6 quad/PIJF) for CHLR magneto telephone etc.

Remote feed

Conventional DC Track circuit

(a) High immunity point motor to be provided for point beyond 910 meters for single line section (b) High immunity point motor to be provided for point beyond 1100 meters for double line section.

-----

Normal earth for conventional equipment and maintenance free earth for Electronic equipment & surge protection for entire signalling installation

IPS power supply should be augmented

SGE Double Line Block Instrument to be modified for RE. SSDAC/HASSDAC to be modified.

---------

Glued Joints if any required for single rail track circuiting and augmentation of existing service building as per site requirement shall be provided.

Entire station should be made fit for RE as per IRSEM & CORE/Railways policy

Narain

a (N

RI)

4

Std

II R E

I

MLB

to

be

mo

difie

d

Sakh

un

(S

K)

4

Std

II R E

I

Geh

lota

(GL

TA

) 4

S

td II R

EI

Man

davri

ya (M

ND

V)

3

Std

II R E

I -----

Kish

angar

h (K

SG

) 4

S

td II R

EI

MLB

to

be

mo

difie

d

Provision of Signalling arrangement at Tower

wagon siding shall be provided

Page 246: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Pa

ge

19

9 o

f 27

7

SN

Descrip

tion

o

f wo

rk. N

am

e of

station

No. of lines

Std of interlocking

Major (Junction)/

Wayside station

Rela

y typ

e (m

etal to

metal o

r m

etal to

carbo

n(

Cab

les (S

ig/ T

ele) T

ype o

f S

ignal

feed

(lo

cal or

rem

ote)

Typ

e of

train

detectio

n

system

(rela

y, AC

A

FT

C

Etc.)

Po

int M

oto

r im

mu

ni

zation

Typ

e of

Lifting

barrier

&

lockin

g arran

gem

ent

Earthing and protection

Po

wer

sup

ply

B

lock

wo

rking

D

etails of

sidin

g

An

y oth

er req

uirem

ent

1

S

urvey,

Design

, S

upp

ly, In

stallation,

Testin

g, su

pp

ly of

man

uals fo

r n

ew

techn

olo

gy eq

uip

men

t for

each p

lace, su

pp

ly of

com

pletio

n

draw

ings, an

d

com

missio

nin

g of

Ge

gal A

khri

(GE

K)

4

Std

II R E

I

Wayside Station

Metal to carbon

a) Signalling cable for indirect feeding , repeater relays and AT supply (b) Tele cable (6 quad/PIJF) for CHLR magneto telephone etc.

Remote feed

Conventional DC Track circuit

(a) High immunity point motor to be provided for point beyond 910 meters for single line section (b) High immunity point motor to be provided for point beyond 1100 meters for double line section.

MLB

to

be

mo

difie

d

Normal earth for conventional equipment and maintenance free earth for Electronic equipment & surge protection for entire signalling installation

IPS power supply should be augmented

SGE Double Line Block Instrument to be modified for RE. SSDAC/HASSDAC to be modified.

---------

Glued Joints if any required for single rail track circuiting and augmentation of existing service building as per site requirement shall be provided.

Entire station should be made fit for RE as per IRSEM & CORE/Railways policy

Ladp

ura

(LR)

4

Std

II R E

I

MLB

to

be

mo

difie

d

Page 247: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 200 of 277

2

Supply of signaling spares Name of Station Quantity with unit

2.1 Electronic Interlocking or Relay Interlocking equipment.

Lump sum quantity for Garhi Harsaru station as mentioned at SL No. 1

Supply of following essential spares to the extent of 10% of the quantities installed in new EI (Indoor) at Garhi Harsaru station (subject to minimum 1 Number) :- (i) Each type cards of EI Equipment (ii) Each type of vendor specific relays. (iii) DC – DC converters of all Voltages (iv) Switches, Connectors, fuses, couplers.

2.2 Power supply system Lump sum quantity for all stations as

mentioned at SL No. 1 1. DC-DC Converter 24-32 V, 5 Amp -20 Nos., 2. DC-DC Converter 24-32 V, 10 Amp -4 Nos.

2.3 Data logger system NA 2.4 Axle counter system Lump sum Qty for JP& FL TX/RX set = 2 Nos.

2.5 Signalling cables Lump sum quantity for all stations as

mentioned at SL No. 1 1. Signalling cable 12C X 1.5 sq mm = 5 Km 2. Signalling cable 19C X 1.5 sq mm = 5 Km

2.6 Power cables Lump sum quantity for all stations as

mentioned at SL No. 1 Signalling Power cable 2C X 25 sq mm Al Conductor = 4Km

2.7 Relays Lump sum quantity for all stations as mentioned at SL No. 1

QBAT = 33 No.QTA2 (4F/2B) = 69 Nos. QNA1 (12F/4B) = 87 Nos. QNA1 (8F - 8B) = 88 Nos. QN1 (8F/8B) = 20 Nos. QSPA1 = 78 Nos. QL1 = 2 Nos. QBCA1 = 2 Nos. LED ECR = 1 No. Time Element Relay 120 Sec = 1 No., KLCR = 1 No.

2.8 Point Machines with accessories. Lump sum quantity for all stations as

mentioned at SL No. 1 1. 400V AC immunity point motor = 5 Nos, 2. 160V AC immunity point motor = 1 No.

2.9 Train Detection system Lump sum quantity for all stations as

mentioned at SL No. 1 1. Track feed Charger 10 Amp. = 33 Nos. 2. LM Secondary battery 80 AH = 74 Nos.

2.10 Any other item/items for functioning of signaling system as per contract requirement.

Lump sum quantity for all stations as mentioned at SL No. 1

LED Red + LED Yellow + LED Green + LED Route + LED Calling On signal aspect - 5 Nos. (1 No. Each), LED Shunt signal aspect - 31 Nos. Inverter 1 KVA = 1 No., Signal Transformer = 1 No. Filter Unit - 8 Nos, Block bell equipment - 8 Nos.

2.11 Testing and measuring tools and equipment as determined in accordance with the manufacturer's manuals

Lump sum quantity for all stations as mentioned at SL No. 1

(i) Insulated Tool Kit complete set 25 Set (ii) Megger 500 V 13 Nos. (iii) Multimeter 25 Nos. (iv) Earth tester 5 Nos. (v) Hand gloves 103 Pair (vi) Cable route tracer 6 Nos. (vii) Cable fault locater 6 Nos.

3 Integrated testing and commissioning All stations as mentioned at SL No. 1 Each station including adjacent block section for block modification

Page 248: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 201 of 277

3.18.1 (b) Modification in existing LC gate

S N

Description of work

Details of modifications

LC gate No.

Type of lifting barrier & locking

arrangement

Cables (Sig/Tele)

Type of signal feed (local or

remote)

Earthing and

protection Power supply

Any other requirement

1

Survey, Design, Supply,

Installation, Testing, supply of manuals for new

technology equipment for

each place, supply of completion drawings, and

commissioning of

17 MLB to be modified

(a)

Sig

na

llin

g c

able

fo

r in

dir

ect

fe

ed

ing

& r

ep

eate

r r

ela

ys

(b)

Po

we

r ca

ble

fo

r m

ain

po

we

r su

pp

ly

(c)T

ele

ca

ble

( 6

qu

ad

/PIJ

F)

for

mag

net

o te

lep

hon

es

.

Re

mo

te f

ee

d to

be

pro

vid

ed

Ear

thin

g &

su

rge

pro

tect

ion

for

en

tire

sig

nal

ing

instal

latio

n

IPS augmentation

En

tire

LC

ga

te s

ho

uld

be

ma

de f

it fo

r R

E a

s p

er IR

SE

M &

CO

RE

/Rai

lway

s p

olic

y. A

ugm

en

tatio

n o

f se

rvic

e b

uild

ing

if re

quir

ed

.

29 MLB to be modified Conventional Power supply modification

34 MLB to be modified IPS augmentation

48A 118 MLB to be modified Conventional Power

supply modification 136

145 ELB to be modified IPS augmentation

146 MLB to be modified Conventional Power supply modification

156 ELB to be modified

164 ELB to be modified Conventional Power supply modification

166 ELB to be modified IPS augmentation

168

ELB to be modified

Conventional Power supply modification

175

193 197 MLB to be modified

204 MLB to be modified

228

Page 249: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 202 of 277

S N

Description of work Details of Modification

LC gate No.

Type of lifting barrier &

locking arrangement

Cables (Sig/Tele)

Type of signal feed

(local or remote)

Earthing and

protection

Power supply Any other

requirement

1

Survey, Design, Supply,

Installation, Testing, supply of manuals for new

technology equipment for

each place, supply of completion drawings, and

commissioning of

232 MLB to be modified

(a)

Sig

na

llin

g c

able

fo

r in

dir

ect f

eed

ing

& r

ep

eate

r

rela

ys

(b)

Po

we

r ca

ble

fo

r m

ain

po

wer

su

pp

ly

(c)T

ele

ca

ble

( 6

qu

ad

/PIJ

F)

for

mag

net

o te

lep

hon

es.

Re

mo

te f

ee

d to

be

pro

vid

ed

Ea

rth

ing

& s

urg

e p

rote

ctio

n fo

r en

tire

sig

nal

ing

in

sta

llatio

n

Co

nve

ntio

na

l Po

we

r su

pp

ly m

od

ifica

tion

En

tire

LC

ga

te s

ho

uld

be

mad

e fit

fo

r R

E a

s p

er

IRS

EM

& C

OR

E/R

ailw

ays

po

licy.

Au

gm

enta

tion

of

serv

ice

bu

ildin

g if

requ

ire

d.

233 MLB to be modified

234 MLB to be modified

236 MLB to be modified

238 MLB to be modified

239 MLB to be modified

242 MLB to be modified

245 MLB to be modified

21 MLB to be modified

32 MLB to be modified

Page 250: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 203 of 277

2 Supply of signaling spares. LC gate No Quantity with unit

2.1 Electronic Interlocking or Relay Interlocking equipment

NA NA

2.2 Power supply system Lump sum Qty for all LC gates as mentioned at SN. 1

DC-DC Converter 24-32 V, 5 Amp -8 No.

2.3 Data logger system ------- -------

2.4 Axle counter system -------- -------

2.5 Signalling cables Lump sum Qty for all LC gates as mentioned at SN. 1

1. Signalling cable 12C X 1.5 sq mm = 1Km

2.6 Power cables Lump sum Qty for all LC gates as mentioned at SN. 1

1. Signalling Power cable 2C X 25 sq mm Al Conductor = 1Km

2.7 Relays (QNA1 8F/8B) Lump sum Qty for all LC gates as mentioned at SN. 1

8 Nos.

2.8 Train Detection system --------- --------

2.9 Any other item/items for functioning of signaling system as per contract requirement.

Lump sum Qty for all LC gates as mentioned at SN. 1

Wire rope insulator - 48 Nos.

2.10 Testing and measuring tools and equipment as determined in accordance with the manufacturer's manuals

--------- --------

3 Integrated testing and commissioning 27 LC Gates

Page 251: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 204 of 277

3.18.2 Commissioning of new Panel Interlocking

All signaling works including design of signaling plan, route control chart or selection/control table, panel diagram, wiring/circuit diagram, cable route chart, cable core diagram, termination and equipment position diagram etc. as part of the detail design along with supply, installation, testing and commissioning shall be executed in accordance with the provision of IRSEM and signal and interlocking principles issued in the form of typical designs. In addition to above, provision of new service buildings to accommodate signaling equipment, power supply equipment etc., shall be carried out. Glued joints required for track circuit shall be provided. Releasing and transporting the released materials to railway depot nominated by the Authority’s Engineer.

3.18.2 Commissioning of new Panel Interlocking/Route Relay Interlocking

S N

Description of work Details of Major/junction or Wayside stations N

am

e o

f st

atio

n

No

. o

f L

ine

s

Std

. o

f In

terl

ock

ing

Typ

e of

sig

na

llin

g

Jun

ctio

n (

ma

jor)

/ Wa

ysid

e st

atio

n

Typ

e o

f b

lock

wo

rkin

g

Typ

e o

f tr

ain

de

tect

ion

sy

ste

m

Typ

e o

f p

oin

t op

era

tion

&

lock

ing

arr

an

gem

en

t

Typ

e o

f lif

ting

bar

rie

r &

lo

ckin

g a

rra

ng

eme

nt

De

tails

of

sid

ing

Jun

ctio

n a

rran

ge

me

nt w

ith

ad

jace

nt s

tatio

ns

Any other requirement

1 Survey, Design, Supply, Installation, Testing, supply of manuals for new technology equipment for each place, supply of completion drawings and commissioning of

NIL

Page 252: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 205 of 277

2 Supply of signalling spares Name of station Quantity with unit

2.1 Electronic Interlocking or Relay Interlocking equipment

NIL

NIL

2.2 Power supply system

2.3 Data logger system

2.4 Axle counter system

2.5 Signalling cables 2.6 Power cables

2.7 Relays

2.8 Point Machine with accessories

2.9 Train Detection system

2.10 On board (Cab) equipment for TPWS system 2.11 Line Side equipment for TPWS system 2.12 TMS (with remote operation system)

2.13 Any other item items for functioning of signaling system as per contract requirement. 2.14 Testing and measuring tools and equipment as determined in accordance with the manufacturer's manuals

3 Integrated testing and commissioning

Page 253: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 206 of 277

3.19 Telecommunication (for electrification works) 3.19.1 a) Where optical fiber cable (OFC) and quad cable already exist in the section Where optical fiber cable (OFC) and quad cable already exist in the section , scope of work includes supply , trenching and laying of 6 quad cables, jointing of quad cables for provision of emergency sockets in the section and SP/SSP/TSS /LC gates etc., transferring the existing communication circuits including block on new cables, supply and installation of power supply equipment, batteries and other telecom equipment, supply and installation of SDH and PD MUX equipment and their networking with the existing OFC link for augmenting existing OFC equipment at stations in the section, supply, installation and testing and commissioning of HQ and way station control equipment for giving various control phones at stations, SP/SSP/TSS etc., augmentation of existing service buildings as required, provision of cable huts and service buildings, protection of telecom lines entering 25 KV sub-station /switching posts, and protection against surge and lightning. The scope also includes masonry works for erection and installation of telecom equipment and all types of painting as per Railway Telecom Manual and standard practices. Supply of spares to the extent of 10% (minimum 1) of each type of equipment like SDH, PDMUX, control phones, emergency sockets etc. All the materials not limited to above as required for execution of the telecom works to suit 25 KV has to be provided by the Contractor in accordance with the Good Industry Practice. The Contractor shall transport the released materials railway depot nominated by the Authority’s Engineer. b) Where OFC and quad cable does not exist in the section. Where OFC and quad cable does not exist in the section, scope of work includes supply, trenching and laying of OFC and 6 quad cables, jointing of quad cables, splicing of OFC cable, provision of emergency sockets in the section and SP/SSP/TSS /LC gates etc., transferring the existing communication circuits including block on new cables, supply and installation of power supply equipment, batteries and other telecom equipment, supply and installation of SDH and PD MUX equipment and their networking with the existing OFC link or forming new link if OFC is not existing in the section, commissioning of quad cable system , supply, installation and testing and commissioning of HQ and way station control equipment for giving various control phones at stations, SP/SSP/TSS etc., provision of cable huts and service buildings, protection of telecom lines entering 25 KV sub-station /switching posts, protection against surge and lightning . The scope also includes masonry works for erection and installation of signaling equipment and all types of painting as per Railway Telecom Manual and Good Industry Practice. Supply of spares to the extent of 10% (ten percent) (minimum 1) of each type of equipment like SDH, PDMUX , control phones, emergency sockets, etc. All the materials not limited to above as required for execution of the signaling works to suit 25 KV has to be provided by the Contractor. On completion of above works, testing and commissioning of entire system in totality shall be carried out by the Contractor. The Contractor shall transport the released materials to railway depots nominated by the Authority’s Engineer.

Page 254: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 207 of 277

3.19.2 Quad cable work The detailed scope of work includes Supply, trenching and laying of 6 quad cables, jointing of quad cables, provision of emergency sockets in the entire section and SP/SSP/TSS /LC gates etc., transferring the existing communication circuits including block on new cables, supply and installation of power supply equipment, batteries, Telecom related equipments for communication, including necessary earthing arrangements. The scope also includes masonry works for erection and installation of telecom equipment and all types of painting as per Railway Telecom Manual and Good Industry Practice. The entire work should be suitable for 25KV charging.The scope also includes provision of spares as indicated in the table. Further, the scope of work also includes supply and laying of separate 6 Quad cable for location of TSS/SP/SSP, Supply and fixing of Rail posts for provision of Emergency sockets.

As far as possible, Quad cable should be laid in such a manner that it doesn't fall within the alignment of doubling work in Alwar - Bandikui section to avoid damage during doubling.

On completion of above works, testing and commissioning of entire system in totality shall be carried out by the Contractor. The Contractor shall transport the released materials to railway depots nominated by the Authority’s Engineer.

S N Description of work Details of 6 Quad telecom cable system

Chainage Name of stations LC gate No.

Loc of TSS/SP/SSP Any other details

From To 1

Survey, Design, Supply, Installation, Testing,

Supply of manuals for new technology

equipment for each place, Supply of

completion drawings, and commissioning of 6

Quad telecom cable system

4.56 7.77 Delhi S Rohila Patel Nagar 4 (i) OHE depot at Kishangarh, Garhi Harsaru,Bandikui,

Jaipur, Phulera (ii) Tower Wagan Siding at Garhi

Harsaru,Bandikui, Jaipur , Phulera , Kishangarh. All

Telecom installation to be modified for 25 KV

AC traction as per IRTM, CORE and Railway Policy.

Shifting of existing telecom utilities as per

site requirement

7.77 14.21 Patel Nagar Delhi Cant 12 SP

14.21 17.70 Delhi Cant Palam 15

17.70 24.22 Palam Bijwasan 16,17,18 SSP

24.22 31.11 Bijwasan Gurgaon

31.11 40.85 Gurgaon Garhi Harsaru 22,23,24,26,27 SSP 40.85 49.21 Garhi Harsaru Patli 29,30,31,32,33,34 TSS

49.21 56.18 Patli Jataula Jori

Sampka 35,36,37,38,39,40 SSP

56.18 61.16 Jataula Jori

Sampka Patodi Road

41,42

61.16 65.45 Patodi Road Inchhapuri 45,46

65.45 71.24 Inchhapuri Khalilpur 47,48 SSP

71.24 82.48 Khalilpur Rewari 49,50,51,52,53,54,55 SP 74.21 85.29 Alwar Mahwa 116, 118, 119, 120, 121 SP

Page 255: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 208 of 277

1

Survey, Design, Supply, Installation, Testing,

Supply of manuals for new technology

equipment for each place, Supply of

completion drawings, and commissioning of 6

Quad telecom cable system

Details of 6 Quad telecom cable system

(i) OHE depot at Kishangarh, Garhi Harsaru,Bandikui,

Jaipur, Phulera (ii) Tower Wagan Siding at Garhi

Harsaru,Bandikui, Jaipur , Phulera , Kishangarh. All

Telecom installation to be modified for 25 KV

AC traction as per IRTM, CORE and Railway Policy.

Shifting of existing telecom utilities as per

site requirement

Chainage Name of stations LC gate No.

Loc of TSS/SP/SSP From To

85.29 93.34 Mahwa Malakhera 123, 125, 126 SSP

93.34 101.05 Malakhera Dhigawara 127, 128, 129, 130, 131, 132 SSP 101.05 110.04 Dhigawara Rajgarh 133, 134, 135, 136, 139,140

110.04 122.06 Rajgarh Baswa 141, 142, 143, 144, 145, 146, 147, 149, 151

TSS

122.06 134.58 Baswa Bandikui Jn 153, 154, 155, 156, 157, 158 SSP 150.51 156.66 Bandikui Jn Arniya 160, 161 SP

156.66 168.56 Arniya Bhankri 163, 164, 165, 166, 167, 168,

169, 170, 172 SSP

168.56 179.39 Bhankri Dausa 173, 175, 176, 179, 180 TSS 179.39 191.17 Dausa Jatwara 182, 184, 185, 187 , 188 , 189 SSP

191.17 201.50 Jatwara Jhir 190, 191, 192, 193 , 194, 195 SSP

201.50 208.35 Jhir Bassi 196, , 197, 198, 199, 200

208.35 217.54 Bassi Kanauta 202, 204, 205, 206, SP

217.54 224.15 Kanauta Khatipura 207, 208, 209, 210, 211

224.15 230.04 Khatipura Getore Jagatpura 212, 213, 214,215 SSP

230.04 235.48 Getore Jagatpura Gandhi Nagar 235.48 240.83 Gandhi Nagar Jaipur Jn 217, 219, 222 SSP 240.83 249.77 Jaipur Kanakpura 225, 226, 229 TSS 249.77 259.52 Kanakpura Dhanakya 231, 232, 233, 234, 235 SSP 259.52 270.14 Dhanakya Bobas 236, 237, 238, 239, 240 270.14 277.61 Bobas Asalpur Jobner 241, 242 SP 277.61 287.25 Asalpur Jobner Hirnoda 243, 244, 245, 246

287.25 295.58 Hirnoda Phulera 247, 248, 249 SSP

215.12 220.39 Phulera Bhanwsa 1, 2, 3 TSS 220.39 225.28 Bhanwsa Naraina 5, 7

225.28 237.24 Naraina Sakhun 8, 9, 10, 12 SSP

237.24 251.14 Sakhun Gehlota 13, 14, 15, 16, 17, 18 SP 251.14 260.37 Gehlota Mandavariya 19, 20, 21, 23 SSP 260.37 266.09 Mandavariya Kishan Garh 24, 27

266.09 275.59 Kishan Garh Gegal Akhri 29, 30, 32, 33, 34 TSS

275.59 281.26 Gegal Akhri Ladpura 36, 37, 38

281.26 288.37 Ladpura Madar 39, 40 SP

Page 256: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 209 of 277

2 Supply of communication spares: Quantity with unit

2.1 Six quad telecom cable and accessories

5 Kms

2.2 Emergency sockets with box and pins

67 nos.

2.3 Any other item/items for functioning of telecommunication system as per contract requirement

36 nos. of thermoshrinking kit, 120 Nos VF transformer

2.4 Testing and measuring tools and equipment as determined in accordance with the manufacturer’s manuals

6 Nos Earth tester, 6 Nos Megger, 6 Nos Digital Multimeter, 6 Nos TMS kit set,4 Nos Cable Route locator, 4 Nos cable fault locator, Hand gloves 2 Pairs per station , Tool kit set for telecomm - 24 Nos

3 Integrated testing and commissioning

Yes

Page 257: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 210 of 277

3.19.3 Optical Fiber Cable work

The detailed scope of work includes Supply, installation, testing & commissioning of SDH ADD/DROP MUXS (STM-1), digital primary drop insert MUXs and other associated equipments by augmenting the OFC communication system, commissioning of HQ , way station control equipment for giving various control phones at stations, SP/SSP/TSS etc including augmentation of existing service buildings as required, provision of cable huts and service buildings, protection of telecom lines entering 25 KV area against surge and lightning. The scope also includes masonry works for erection and installation of telecom equipment and all types of painting as per Railway Telecom Manual and Good Industry Practice. The entire work should be suitable for 25KV charging. The scope also includes provision of spares as indicated in the table. TPC phone shall be provided at TSS, Switching stations, OHE depot, Tower wagon shed/ Siding and newly constructed offices. Two nos. NMS to be provided at divisional HQ CNL offices (Delhi divisional CNL office for DEE-RE section and Jaipur divisional CNL office for AWR-AII section). Wherever new OFC huts/rooms will be constructed, all existing circuits/gears shall be shifted to new OFC huts/ rooms. All circuits working on existing STM/ PD Mux have to be shifted on the newly installed STM/ PD Mux. AT supply shall be extended for OFC room by supplying and laying of suitable Power cable.

On completion of above works, testing and commissioning of entire system in totality shall be carried out by the Contractor. The Contractor shall transport the released materials to railway depots nominated by the Authority’s Engineer.

S.N. Description of work

Details of OFC system Chainage

Name of stations OF

Cable

Type of STM equipment Type of

Multiplexer

Power Supply

Control office equipments with power supply

Any other details From To Way

station HQ

Emergency control equipt.

Short Hual

Long Hual

1

Survey, Design, Supply, Installation, Testing, Supply of manuals for each place, Supply of

completion drawings, and

commissioning of optical fibre cable

communication system

0.00 4.56 Delhi Delhi S

Rohila

Exi

stin

g

(No

t Re

qu

ire

d)

1 Nil PD MUX 1 TPC 1 1 All Telecom

installation to be modified for 25 KV AC traction as per IRTM, CORE and

Railway Policy. Shifting of

existing telecom utilities as per

site requirement

4.56 7.77 Delhi S Rohila

Patel Nagar 1 Nil PD MUX 1 TPC Nil Nil

7.77 14.21 Patel Nagar Delhi Cantt 1 Nil PD MUX 1 TPC Nil Nil

14.21 17.70 Delhi Cantt Palam 1 Nil PD MUX 1 TPC Nil Nil

17.70 24.22 Palam Bijwasan 1 Nil PD MUX 1 TPC Nil Nil

24.22 31.11 Bijwasan Gurgaon 1 Nil PD MUX 1 TPC Nil Nil

31.11 40.85 Gurgaon Garhi

Harsaru 1 Nil PD MUX 1 TPC Nil Nil

40.85 49.21 Garhi

Harsaru Patli

1 Nil PD MUX 1 TPC Nil Nil

49.21 56.18 Patli Jataula Jori

Sampka 1 Nil PD MUX 1 TPC Nil Nil

56.18 61.16 Jataula Jori

Sampka Patodi Road

1 Nil PD MUX 1 TPC Nil Nil

61.16 65.45 Patodi Road Inchhapuri 1 Nil PD MUX 1 TPC Nil Nil

Page 258: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 211 of 277

S.N. Description of work

Details of OFC system

Chainage

Name of stations OF

Cable

Type of STM equipment Type of

Multiplexer Power Supply

Control office equipments with power supply

Any other details From To Way

station HQ Emergency control equipt.

Short Hual

Long Hual

1 Survey, Design, Supply, Installation, Testing, Supply of manuals for each place, Supply of

completion drawings, and commissioning

of optical fibre cable communication

system

65.45 71.24 Inchhapuri Khalilpur

Exi

stin

g

(No

t Re

qu

ired

)

1 Nil PD MUX 1 TPC Nil Nil All Telecom installation to be modified

for 25 KV AC traction as per IRTM, CORE and Railway

Policy. Shifting of

existing telecom

utilities as per site

requirement

71.24 82.48 Khalilpur Rewari 1 Nil PD MUX 1 TPC Nil Nil 74.21 85.29 Alwar Mahwa 1 Nil PD MUX 1 TPC Nil Nil

85.29 93.34 Mahwa Malakhera 1 Nil PD MUX 1 TPC Nil Nil

93.34 101.05 Malakhera Dhigawara 1 Nil PD MUX 1 TPC Nil Nil

101.05 110.04 Dhigawara Rajgarh 1 Nil PD MUX 1 TPC Nil Nil

110.04 122.06 Rajgarh Baswa 1 Nil PD MUX 1 TPC Nil Nil

122.06 134.58 Baswa Bandikui

Jn 1 Nil PD MUX 1 TPC Nil Nil

150.51 156.66 Bandikui

Jn Arniya 1 Nil PD MUX 1 TPC Nil Nil

156.66 168.56 Arniya Bhankri 1 Nil PD MUX 1 TPC Nil Nil 168.56 179.39 Bhankri Dausa 1 Nil PD MUX 1 TPC Nil Nil 179.39 191.17 Dausa Jatwara 1 Nil PD MUX 1 TPC Nil Nil 191.17 201.50 Jatwara Jhir 1 Nil PD MUX 1 TPC Nil Nil 201.50 208.35 Jhir Bassi 1 Nil PD MUX 1 TPC Nil Nil 208.35 217.54 Bassi Kanauta 1 Nil PD MUX 1 TPC Nil Nil 217.54 224.15 Kanauta Khatipura 1 Nil PD MUX 1 TPC Nil Nil

224.15 230.04 Khatipura Getore

Jagatpura 1 Nil PD MUX 1 TPC Nil Nil

230.04 235.48 Getore

Jagatpura Gandhi Nagar

1 Nil PD MUX 1 TPC Nil Nil

235.48 240.83 Gandhi Nagar

Jaipur Jn 1 Nil PD MUX 1 TPC Nil Nil

240.83 249.77 Jaipur Jn Kanakpura 1 Nil PD MUX 1 TPC 3 3

249.77 259.52 Kanakpura Dhanakya 1 Nil PD MUX 1 TPC Nil Nil

Page 259: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 212 of 277

S.N. Description of work

Details of OFC system

Chainage

Name of stations OF

Cable

Type of STM equipment

Type of Multiplexer

Power Supply

Control office equipments with power supply

Any other details

From To Way station

HQ

Emergency control equipt.

Short Hual

Long Hual

1 Survey, Design, Supply, Installation, Testing, Supply of manuals for each place, Supply of

completion drawings, and

commissioning of optical fibre cable

communication system

259.52 270.14 Dhanakya Bobas 1 Nil PD MUX 1 TPC Nil Nil All Telecom installation to be modified

for 25 KV AC traction as per IRTM, CORE and Railway

Policy. Shifting of

existing telecom

utilities as per site

requirement

270.14 277.61 Bobas Asalpur Jobner

1 Nil PD MUX 1 TPC Nil Nil

277.61 287.25 Asalpur Jobner

Hirnoda 1 Nil PD MUX 1 TPC Nil Nil

287.25 295.58 Hirnoda Phulera 1 Nil PD MUX 1 TPC Nil Nil 215.12 220.39 Phulera Bhanwsa

Exi

stin

g

(No

t Re

qu

ired

)

1 Nil PD MUX 1 TPC Nil Nil 220.39 225.28 Bhanwsa Naraina 1 Nil PD MUX 1 TPC Nil Nil 225.28 237.24 Naraina Sakhun 1 Nil PD MUX 1 TPC Nil Nil 237.24 251.14 Sakhun Gehlota 1 Nil PD MUX 1 TPC Nil Nil

251.14 260.37 Gehlota Mandavariya 1 Nil PD MUX 1 TPC Nil Nil

260.37 266.09 Mandavariya Kishan Garh 1 Nil PD MUX 1 TPC Nil Nil

266.09 275.59 Kishan Garh

Gegal Akhri 1 Nil PD MUX 1 TPC Nil Nil

275.59 281.26

Gegal Akhri

Ladpura 1 Nil PD MUX 1 TPC Nil Nil

281.26 288.37 Ladpura Madar 1 Nil PD MUX 1 TPC Nil Nil

288.37 294.6 Madar

Ajmer 1 Nil PD MUX 1 TPC Nil Nil

294.57 _ Ajmer _ 1 Nil PD MUX 1 TPC 1 1

2 Supply of communication spares

Quantity with unit

2.1 Optical fibre cable with accessories

Nil

Page 260: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 213 of 277

2.2 HDPE duct with accessories

Nil

2.3 Optical fibre Digital equipments (STM with accessories)

6 nos. of STM - 1, 18 Nos FC-PC Patch cord( 10 Mts Long)

2

2.4 Digital multiplexer equipments (PDH with accessories)

5 nos. of PD Mux with interface cards

2.5 Power supply of STM/PDH with accessories

5 nos. of SMPS Charger 48 V , 2 nos. of battery set of 48 V DC 120 AH capacity (24 cells of 2.0 volts) (Min. 1- No)

2.6 Control office equipments with accessories

Nil

(a) Way station 6 nos. of Way station Equipment (b) HQ 2 No (c) Power supply 2 No 2.7 Emergency communication with accessories

Nil

2.8 Any other item/items for functioning of telecommunicationsystem as per contract requirement.

29 nos of Two wire/ Four Wire control Phone

2.9 testing and measuring tools andequipments as determined in accordancewith the manufactuar's manuals

6 Nos - Optical Power meter, 6 Nos - Maintenance portable terminal with Supporting software

3 Integrated testing and commissioning

Yes

Page 261: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 214 of 277

3.19.4 Modification in Passenger amenity works The detailed scope of work includes Provision of Telephone exchange at one station (Kishan Garh), modification in existing Passenger amenities systems i.e, PA system, Train indication board, Clock etc to suit 25 KV RE standard work involving trenching, laying of PIJF Cable on platforms where ever required, supply & fixing of PVC conduit, supply & laying of twin core screened cable through conduit and its protection, earthing and protective works. The scope also includes masonry works for erection and installation of telecom equipment and all types of painting as per Railway Telecom Manual and Good Industry Practice. The entire work should be suitable for 25KV charging.The scope also includes provision of spares as indicated in the table. On completion of above works, testing and commissioning of entire system in totality shall be carried out by the Contractor. The Contractor shall transport the released materials to railway depots nominated by the Authority’s Engineer.

SN Description of work

Details of telecommunications equipments

Station

L C

gat

e

Mob

ile r

adio

com

mun

icat

ion

syst

em

CC

TV

PA

sys

tem

Pas

seng

er in

form

atio

n di

spla

y sy

stem

Ele

ctro

nic

exch

ange

Dig

ital

clo

ck

Mas

ter

cloc

k sy

stem

Vid

eo s

urve

illan

ce s

yste

m

Tel

epho

ne e

xcha

nge

EC

soc

ket

LC

gat

e te

leph

ones

Ear

thin

g a

rran

gem

ents

Pow

er s

uppl

y eq

uipm

ent

wit

h pr

otec

tion

Any

oth

er d

etai

ls

1

Survey, design, supply, installation, testing, supply of manuals for new

technology equipment for each

place, supply of completion

drawings, and commissioning of telecommunication

equipments

Patel Nagar

--

-- - To be modified

---

---

To be modified

To be modified

--

---

--

--

All

tele

com

ge

ars

as

pe

r R

E h

as

to

be

ea

rth

ed

--

All Telecom installation to be modified for 25 KV AC traction as per IRTM, CORE and

Railway Policy. Shifting of

existing telecom utilities as per site

requirement

Page 262: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 215 of 277

SN

Description of work Details of telecommunications equipments

Station

L C

gat

e

Mob

ile r

adio

com

mun

icat

ion

syst

em

CC

TV

PA

sys

tem

Pas

seng

er in

form

atio

n di

spla

y sy

stem

Ele

ctro

nic

exch

ange

Dig

ital

clo

ck

Mas

ter

cloc

k sy

stem

Vid

eo s

urve

illan

ce s

yste

m

Tel

epho

ne e

xcha

nge

EC

soc

ket

LC

gat

e te

leph

ones

Ear

thin

g a

rran

gem

ents

Pow

er s

uppl

y eq

uipm

ent

wit

h pr

otec

tion

Any

oth

er d

etai

ls

1

Survey, design, supply, installation, testing, supply of manuals for new

technology equipment for each

place, supply of completion drawings, and commissioning

of telecommunication equipments

Delhi Cantt

-

-- -

To be modified

To be modified Coach Guidance Board, Multiline display board, Train indication board etc

--- To be

modified To be

modified - --- --- --

All teleco

m gears as per RE has to be

earthed

---

All Telecom installation to be modified for 25 KV AC traction as per IRTM, CORE and

Railway Policy. Shifting of

existing telecom utilities as per

site requirement

Palam -

-

-

To be modified --- --- --- --- - --- ---

-- ---

Bijwasan

-

-

-

To be modified

--- --- --- --- - --- --- ---

Gurgaon -

-

-

To be modified

To be modified Coach Guidance Board, Multiline display board, Train indication board etc.

--- To be

modified To be

modified - --- ---

---

Garhi Harsaru

-

-

-

To be modified

--- --- --- --- - --- ---

---

Patli -

-

-

To be modified

--- --- --- --- - --- ---

---

Jataula Jori

Sampka

-

-

-

To be modified

--- --- --- --- - --- --- -

---

Page 263: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 216 of 277

SN

Description of work

Details of telecommunications equipments

Station

L C

gat

e

Mob

ile r

adio

com

mun

icat

ion

syst

em

CC

TV

PA

sys

tem

Pas

seng

er in

form

atio

n di

spla

y sy

stem

Ele

ctro

nic

exch

ange

Dig

ital

clo

ck

Mas

ter

cloc

k sy

stem

Vid

eo s

urve

illan

ce s

yste

m

Tel

epho

ne e

xcha

nge

EC

soc

ket

LC

gat

e te

leph

ones

Ear

thin

g a

rran

gem

ents

Pow

er s

uppl

y eq

uipm

ent

wit

h pr

otec

tion

Any

oth

er d

etai

ls

1

Survey, design, supply,

installation, testing, supply of manuals for new

technology equipment for

each place, supply of completion drawings, and

commissioning of telecommunicatio

n equipments

Patodi Road

- - - To be

modified --- -- -- -- - - - -

All

tele

com

ge

ars

as

pe

r R

E h

as

to b

e e

arth

ed

-

All Telecom installation to be modified

for 25 KV AC traction as per IRTM, CORE and Railway

Policy. Shifting of

existing telecom

utilities as per site

requirement

Inchhapuri

- - -

To be modified

--- -- -- -- - - - - -

Khalilpur

-- - To be

modified ---

-- -- -- - - - - -

Mahwa - - -- --- -- -- -- - - - - - Malakhera - - -- --- -- -- -- - - - - - Dhigawara - - -- --- -- -- -- - - - - -

Rajgarh

- - To be modifie

d

To be modified. Train indication board, Coach Guidance Board, Multiline display board etc.

-- -- -- - - - - --

Baswa - - -- --- -- -- -- - - - - -

Bandikui Jn

- - To be

modified

To be modified. Train indication board, Coach Guidance Board, Multiline display board etc.

To

be

P

rote

cted

To be modified

-- - -- - - --

Arniya - - -- --- -- -- -- - - - - -

Page 264: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 217 of 277

SN

Description of work

Details of telecommunications equipments

Station

L C

gat

e

Mob

ile r

adio

com

mun

icat

ion

syst

em

CC

TV

PA

sys

tem

Pas

seng

er in

form

atio

n di

spla

y sy

stem

Ele

ctro

nic

exch

ange

Dig

ital

clo

ck

Mas

ter

cloc

k sy

stem

Vid

eo s

urve

illan

ce s

yste

m

Tel

epho

ne e

xcha

nge

EC

soc

ket

LC

gat

e te

leph

ones

Ear

thin

g a

rran

gem

ents

Pow

er s

uppl

y eq

uipm

ent

wit

h pr

otec

tion

Any

oth

er d

etai

ls

1

Survey, design, supply, installation, testing, supply of manuals for new

technology equipment for each

place, supply of completion

drawings, and commissioning of telecommunication

equipments

Kolvagram

- -- - To be modified ----- --- --- --- - -- - -

All

tele

com

ge

ars

as

pe

r R

E h

as

to b

e e

art

hed

- All Telecom installation to be modified

for 25 KV AC traction as per IRTM, CORE and Railway

Policy. Shifting of

existing telecom

utilities as per site

requirement

Bhankri - -- - -- ---- --- --- -- - -- - - --

Dausa - -- - To be modified

To be modified Train indication board, Coach Guidance Board, Multiline display board etc

--- To be

modified -- - -- - - --

Jatwara - -- - -- ---- --- --- -- - -- - - --

Jhir - -- - -- ---- --- --- -- - -- - - --

Bassi - -- - -- ---- --- --- -- - -- - - --

Kanauta - -- - -- ---- --- --- -- - -- - - --

S Description of Details of telecommunications equipments

Page 265: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 218 of 277

N work

Station

L C

gat

e

Mob

ile r

adio

com

mun

icat

ion

syst

em

CC

TV

PA

sys

tem

Pas

seng

er in

form

atio

n di

spla

y sy

stem

Ele

ctro

nic

exch

ange

Dig

ital

clo

ck

Mas

ter

cloc

k sy

stem

Vid

eo s

urve

illan

ce s

yste

m

Tel

epho

ne e

xcha

nge

EC

soc

ket

LC

gat

e te

leph

ones

Ear

thin

g a

rran

gem

ents

Pow

er s

uppl

y eq

uipm

ent

wit

h pr

otec

tion

Any

oth

er d

etai

ls

1

Survey, design, supply,

installation, testing, supply of manuals for new

technology equipment for

each place, supply of completion drawings, and

commissioning of telecommunicatio

n equipments

Khatipura - -- - ---- ----- ----- ----- --- - -- --- -

All

tele

com

ge

ars

as

pe

r R

E h

as

to b

e e

arth

ed

--

All Telecom installation to be modified

for 25 KV AC traction as per IRTM, CORE and Railway

Policy. Shifting of

existing telecom

utilities as per site

requirement

Getore Jagatpura

- -- - To be modified -----

To be Protected

----- --- - -- --- - --

Gandhi Nagar

- -- - To be modified

To be modified Coach Guidance Board, Multiline display board, TV display board etc

----- To be

modified --- - -- --- - --

Jaipur Jn - -- - To be modified

To be modified Train indication board, Coach Guidance Board, Multiline display board, TV display board etc

To be Protected

To be modified

Yes - -- --- - --

Kanakpura - -- - --- ----- ----- ----- --- - -- --- - --

Dhanakya - -- - --- ----- ----- ------ --- - -- --- - --

SN

Description of work -Details of telecommunications equipments

Page 266: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 219 of 277

Station

L C

gat

e

Mob

ile r

adio

com

mun

icat

ion

syst

em

CC

TV

PA

sys

tem

Pas

seng

er in

form

atio

n di

spla

y sy

stem

Ele

ctro

nic

exch

ange

Dig

ital

clo

ck

Mas

ter

cloc

k sy

stem

Vid

eo s

urve

illan

ce s

yste

m

Tel

epho

ne e

xcha

nge

EC

soc

ket

LC

gat

e te

leph

ones

Ear

thin

g a

rran

gem

ents

Pow

er s

uppl

y eq

uipm

ent

wit

h pr

otec

tion

Any

oth

er d

etai

ls

1

Survey, design, supply, installation, testing, supply of manuals for new

technology equipment for each

place, supply of completion

drawings, and commissioning of telecommunication

equipments

Bobas - -- - --- ----- ----- ----- --- - - -- -

All

tele

com

ge

ars

as

pe

r R

E h

as

to b

e e

arth

ed

--- All Telecom installation to be modified

for 25 KV AC traction as per IRTM, CORE and Railway

Policy. Shifting of

existing telecom

utilities as per site

requirement

Asalpur Jobner

- -- -

--- --- ----- ----- --- - - -- - ---

Hirnoda - -- - --- ----- ---- ---- --- - - -- - ---

Phulera - -- - To be modified

To be modified Train indication board, Multiline display board etc

To be Protected

To be modified

--- - -- -- - ---

Bhanwsa - -- - --- ----- ----- ----- --- - - -- - ---

Naraina - -- - --- ------ ----- ----- --- - - -- - ---

Sakhun - -- - --- ----- ----- ----- --- - - -- - --- Gehlota - -- - --- ----- ----- ----- --- - - -- - ---

Mandavariya - -- - --- ----- ----- ----- --- - - -- - ---

Page 267: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Pa

ge

22

0 o

f 27

7

SN

Description of

work

Details of telecom

munications equipm

ents

Station

L C gate

Mobile radio communication system

CCTV

PA system

Passenger information display system

Electronic exchange

Digital clock

Master clock system

Video surveillance system

Telephone exchange

EC socket

LC gate telephones

Earthing arrangements

Power supply equipment with protection

Any other details

1

Survey, design,

supply, installation,

testing, supply of m

anuals for new

technology equipm

ent for each place, supply of

completion

drawings, and

comm

issioning of telecom

municatio

n equipments

Kisha

n G

arh

- --

-

To be modified

To be modified Train indication board, Coach Guidance Board, Multiline display board etc

---

To be modified

--- ---

256 port new Exchange to be provided. Supply and laying of PIJF cable is required for provision of subscriber phones in the offices of CSI, CPWI, SS, ASM,OHE Depot, SSE/OHE, Union. 20 nos. of telephone extensions shall be provided.

- -

All telecom gears as per RE has to be earthed

---

All T

elecom

insta

llation to

b

e mo

dified

fo

r 25

KV

AC

tractio

n as per

IRT

M, C

OR

E

and R

ailwa

y P

olicy.

Shiftin

g of

existing

telecom

utilities as p

er site

require

men

t

Page 268: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 221 of 277

SN

Description of work

Details of telecommunications equipments

Station

L C

gat

e

Mob

ile r

adio

com

mun

icat

ion

syst

em

CC

TV

PA

sys

tem

Pas

seng

er in

form

atio

n di

spla

y sy

stem

Ele

ctro

nic

exch

ange

Dig

ital

clo

ck

Mas

ter

cloc

k sy

stem

Vid

eo s

urve

illan

ce s

yste

m

Tel

epho

ne e

xcha

nge

EC

soc

ket

LC

gat

e te

leph

ones

Ear

thin

g a

rran

gem

ents

Pow

er s

uppl

y eq

uipm

ent

wit

h pr

otec

tion

Any

oth

er d

etai

ls

1

Survey, design, supply, installation, testing, supply of manuals for new

technology equipment for each

place, supply of completion

drawings, and commissioning of telecommunication

equipments

Gegal Akhri

- --- - ----- ----- ----- ------ ------ - --- - - All

telecom gears as per RE has to be

earthed

- All Telecom

installation to be modified for 25 KV AC traction as per IRTM, CORE and

Railway Policy. Shifting of

existing telecom utilities as per

site requirement

Ladpura - --- - ----- ------ ----- ------ ----- - --- - - -

2

Supply of communication

spares Quantity with unit

2.1 Mobile radio comm. System

Nil

2.2 CCTV system Nil 2.3 Electronic exchange system

Nil

2 2.4 Public address

system

Nil

Page 269: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 222 of 277

2.5 Passenger information display

system Nil

2.6 Digital clock system

Nil

2.7 Master clock system

Nil

2.8 Video Surveillance

Nil

2.9 Telephone exchange

Nil

2.10 EC socket Nil

2.11 LC gate telephones

Nil

2.12 Any other item/items for functioning of

telecommunication system as per

contract requirement.

03 Kms cable- (Two Core Size 24/0.20 mm), Multi core screened cable PVC insulated bare copper conductor core twisted and tapped polyester film and braded with tinned copper wire and sheathed , shielded screened two core size 24/ 0.20 mm.

03 Kms cable- 5 Pair (10 core) color coded and twisted data communication cable, each core made of copper conductor of 0.50 mm diameter( 7/0.20 mm) ABC ( Annealed bare copper) and polyethylene insulated having core outer diameter 1.3 mm (wall thickness 0.25 mm) , such two core

twisted in a pair and such 5 pair laid up and polyester tapped.

2.13 Testing and measuring tools

and equipments as determined in

accordance with the manufacturer's

manuals.

Nil

3

Integrated testing and

commissioning Yes

Page 270: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 223 of 277

3.20 Civil works (for electrification works)

3.20.1 General

Civil works include building works (staff quarters, service building, tower wagon

shed and siding, platform shed) raising height of FOB/ROB and any other work

necessary for completion of the electrification works.

3.20.2 Staff quarter:

Construction and development of staff colony comprising of following types of staff

quarters including electrical internal wiring with allied work, electrical power supply

arrangement with transformer/main distribution supply, sewerage system, water supply

arrangement, augmentation of water supply, provision of bore well with electrical pump

and pump house, approach road, levelling and earth filling of land, barbed wire fencing,

boundary wall, development of lawn, rain water harvesting, street lighting arrangement

etc.

Total length of boundary wall & fencing will be approximately 1230 meter while total

Length of Road will be approximately 650 meter. The Type of boundary wall shall be of

brick/ stone masonry. Fencing shall be of structural steel i.e. angle, flat, square bar. The

height of boundary wall will be 1.5 meter & Height of fencing will be 0.75 meter. The

width of concrete road will be 3.6 meter & average earth filling is approximate 1.0 meter

& contractor has to provide bore well with electrical pump for Railway quarters which

are being constructed. Telecom PIJF cable is to be supplied and laid and wiring to be

done for provision of Railway Auto Telephone required for Type-III, Type-IV and type-V

quarters.

The requirement of LED lights for indoor and outdoor application will be as under:

Outdoor application:

Energy Efficient LED based street light fitting of reputed make.

Indoor Applications:

Energy Efficient LED based light fitting of reputed make.

SN

Location Type of

quarters

Single storey/ Multi-

storey building

No. of

quarters

Approx. plinth

area of each

unit (Qtr.)

1. Garhi Harsaru Type-II Multi-storey (G+2) 13 54.20 m2

Type-III Multi-storey (G+2) 06 79.34 m2

Type-IV Multi-storey (G+1) 02 113.95 m2

2. Bandikui (BKI) Type-II Multi-storey (G+1) 08 55.54 m2

Type-III Multi-storey (G+1) 03 68.39 m2

Type-IV Single storey 01 95.82 m2

3. Jaipur (JP) Type-II Multi-storey (G+2) 16 54.20 m2

Type-III Multi-storey (G+2) 08 79.34 m2

Type-IV Multi-storey (G+1) 04 113.95 m2

Type-V Multi-storey (G+1) 02 157.95 m2

4. Phulera (FL) Type-II Multi-storey (G+1) 08 55.54 m2

Type-III Multi-storey (G+1) 04 68.39 m2

Type-IV Single storey 02 95.82 m2

5. Kishangarh Type-II Multi storey 08 54.20 m2

Type-III Single storey 02 68.39 m2

Page 271: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 224 of 277

3.20.3 Tower Wagon shed and siding:

Construction of tower wagon shed and siding including inspection pit, earthwork,

approach road, water supply arrangement, ballast supply and its spreading, permanent

way work with all Contractor’s permanent way material for M+7 sleeper density with 60

Kg (90 UTS) rail and sleeper (Drg. No. T/2496), track connection with main line including

thermit welding, insertion of glued joint, internal electrical wiring with allied works and

electrical power supply arrangement with transformer/main distribution supply, as per

the Schedule D

Description of Permanent way associated with the above work is: -

SN Location Length of

track

No. of turnout and Derailing switch

with Sleepers, Rail components and

fittings

No. of

glued

joint

1 Garhi Harsaru 40 Meter 1 no. – 1 in 12 turn out

1 no. – Derailing switch

6 no.

2 Bandikui Jn.

(BKI)

65 Meter Tower wagon shed will be

constructed on existing track,

therefore only slewing of track will be

required

NIL

3 Jaipur (JP) 80 Meter 1 no. – 1 in 8-1/2 turn out

1 no. – Derailing switch

6 no.

4 Phulera (FL) 60 Meter 1 no. – 1 in 8-1/2 turn out

1 no. – Derailing switch

6 no.

5 Kishangarh 100 Meter 1 no. – Derailing switch 6 no.

3.20.4 Service buildings:-

Construction of service buildings including electrical internal wiring with allied work,

electrical power supply arrangement with transformer/main distribution supply,

sewerage system, water supply arrangement, augmentation of water supply, provision of

bore well with electrical pump and pump house, approach road, levelling and earth filling

of land, boundary wall, street lighting arrangement etc.

Total length of boundary wall & fencing will be approximately 1010 meter while total

Length of Road will be approximately 930 meter. The Type of boundary wall shall be of

brick/ stone masonry. Fencing shall be of structural steel i.e. angel, flat, square bar. The

height of boundary wall will be 1.5 meter & Height of fencing will be 0.75 meter. The

width of concrete road will be 3.6 meter & average earth feeling is approximate 1.0

meter & contractor have to provide bore well with electrical pump for Railway quarters

which are being constructed. Provision of Railway Auto Telephone including wiring and

supply of PIJF cable is also included in the scope.

The requirement of LED lights for indoor and outdoor application will be as under

Outdoor application:

Energy Efficient LED based street light fitting of reputed make.

Indoor Applications:

Energy Efficient LED based light fitting of reputed make.

Page 272: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 225 of 277

SN Description of Service building Location Plinth area

1 Administrative Offices

1. DEE/ADEE Office Phulera 88 m2

2. ADSTE Office Bandikui 88 m2

2 Supervisor’s Office and Store

(a) SSE(Sig) Office and Store 1. Kishangarh 115 m2

2. Dausa 115 m2

(b) SSE(Tele) Office and Store 1. Bandikui 115 m2

2. Jagatpura 115 m2

4 OHE and PSI depot 1. Garhi Harsaru 267 m2

2. Bandikui 267 m2

3. Jaipur 267 m2

4. Phulera 267 m2

5 OHE Depot Kishangarh 208.55 m2

3.20.6 Raising height of FOB:-

Raising height of FOB with running out of ramp up to specified height including material

required for this work, design and drawings and temporary arrangement drawing

adhering approved FOB drawing.

SN Location FOB Existing

height

Existing Width Height to

be raised

1 Garhi Harsaru Jn. 1 no. 6.32 m 1.80 m 8.43 m

2 KKU(Kanakpura) 1 no. 7.55 m 2.44 m 8.43 m

3 DNK(Dhanakya) 1 no. 7.47 m 2.44 m 8.43 m

4 SHNX(Sheosingh pura) 1 no. 7.47 m 2.44 m 8.43 m

5 BOBS(Bobas) 1 no. 7.30 m 2.44 m 8.43 m

6 JOB(Asalpur Jobner) 1 no. 7.47 m 2.44 m 8.43 m

7 HAD(Hirnauda) 1 no. 7.50 m 2.44 m 8.43 m

8 Phulera Yard 1 no. 7.40 m 2.00 m 8.43 m

9 Kishangarh 1 no. 7.75 m 3.42 m 8.43 m

3.20.8 Modification of platform shed: -

Modification of platform shed up to specified height including material required for this

work, adhering approved cover over platform drawing in connection with railway

electrification works. The platform sheds are not required to be lifted. Existing shed are

to be modified as per SOD, height required is 4110 mm from Rail level at a horizontal

distance 1676mm from centre of track. The existing roof is made of AC/Metallic sheets

SN Location Length of

shed Existing Height Height to be raised

1 BKI Station 100 meter 3950 mm 4110 mm

2 JP Station 250 meter 3900 mm to 3950

mm 4110 mm

3 FL station 150 meter 3900 mm to 3950

mm 4110 mm

Page 273: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 226 of 277

3.20.9 Other works

Provide details of other works

(a) Tree plantation

SN Location Nos. of Trees

Neem Ashok

1 Garhi Harsaru Jn 100 100

2 Rajgarh 15 15

3 Khan Bhan Kari 10 10

4 Dausa 25 25

5 BKI 100 100

6 JP 100 100

7 Phulera 100 100

8 Kishangarh 50 50

*******

Page 274: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 227 of 277

Schedule-C

Project Facilities

(a) (i) Subordinate rest house

Construction of service buildings including electrical internal wiring with allied work,

electrical power supply arrangement with transformer/main distribution supply,

sewerage system, water supply arrangement, augmentation of water supply, provision of

bore well with electrical pump and pump house, approach road, leveling and earth filling

of land, boundary wall, street lighting arrangement etc.

Total length of boundary wall is 300 meter& Total Length of Road is 300 meter.

The Type of boundary wall will be of brick/ stone masonry. The height of boundary wall

will be 1.5 meter. The width of concrete road will be 3.6 meter& average earth feeling is

approximate 1.0 meter& contractor have to provide bore well with electrical pump for

subordinate rest house & camp office which is to be constructed. Telecom PIJF cable is

to be supplied and laid and wiring to be done for provision of Railway Auto Telephone.

The requirement of LED lights for indoor and outdoor application will be as under:

Outdoor application:

Energy Efficient LED based street light fitting of reputed make.

Indoor Applications:

Energy Efficient LED based light fitting of reputed make.

SN Location Plinth area (m²)

1 Garhi Harsaru Jn. 150 (m²)

2 Bandikui 150 (m²)

3 Phulera 150 (m²)

(ii) Camp office for Railway Staff

Construction of service buildings including electrical internal wiring with allied work,

electrical power supply arrangement with transformer/main distribution supply,

sewerage system, water supply arrangement, augmentation of water supply, provision of

bore well with electrical pump and pump house, approach road, levelling and earth filling

of land, boundary wall, street lighting arrangement etc. Total length of boundary wall is

300 meter& Total Length of Road is 300 meter. Type of boundary wall will be of brick/

stone masonry. The height of boundary wall will be 1.5 meter. The width of concrete

road will be 3.6 meter& average earth feeling is approximate 1.0 meter& contractor has

to provide bore well with electrical pump for subordinate rest house & camp office which

is to be constructed. Telecom PIJF cable is to be supplied and laid and wiring to be done

for provision of Railway Auto Telephone.

The requirement of LED lights for indoor and outdoor application will be as under:

Outdoor application:

Energy Efficient LED based street light fitting of reputed make.

Indoor Applications:

Energy Efficient LED based light fitting of reputed make.

Page 275: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 228 of 277

SN Location Plinth area (m²)

1 Garhi Harsaru Jn 100 (m²)

2 Bandikui 100 (m²)

3 Phulera 100 (m²)

Other Works

1. Railway Electrification siding & Depot

Construction of Railway Electrification siding & Depot including earthwork, approach

road, water supply arrangement, ballast supply and its spreading, permanent way work

with all Contractor’s permanent way material for M+7 sleeper density with 60 Kg (90

UTS) rail (Rail shall be supplied by Railway) and sleeper (Drag. No. T/2496), track

connection with main line including thermite welding, insertion of glued joint, internal

electrical wiring with allied works and electrical power supply arrangement with

transformer/main distribution supply, as per the Schedule D

SN Location Length of

track

No. of turnout and Derailing switch with

Sleepers, Rail components and fittings

No. of

glued

joint

1 Garhi

Harsaru

150 Meter 1 no. – 1 in 8-1/2 turn out

1 no. – Derailing switch

4 No.

2 Arnia 200 Meter 1 no. – Derailing switch 4 No.

3 Phulera

(FL)

300 Meter Realignment & slewing of existing track as

well as dismantling of 300 m existing

abandoned pipe line and structure

(approx. 150 m2) will be required.

2. Modification in track for new PI work.

Insertion of turn outs, glued joints. PSC sleepers Track including permanent way work

with all Contractor’s permanent way material for M+7 sleeper density with 60 Kg (90

UTS) rail and sleeper (Drag. No. T/2496), track connection with main line including

Thermit welding, insertion of glued joint.

SN Location Length of

Track

No. of turnout with Sleepers, Rail

components and fittings

No. of

glued joint

1 BaisGodam 1500 Meter 4 no. – 1 in 8-1/2 turn out

50

*******

Page 276: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 229 of 277

SCHEDULE - D

(See Clause 2.1)

SPECIFICATIONS AND STANDARDS 1 Construction

The Contractor shall comply with the Specifications and Standards set forth

in Annex-I of this Schedule-D for construction of the Railway Project. The

time limit for the review and clearances by the Authority for design and

drawings submitted by the Contractor shall be as indicated in Annexure-II. 2 Design Standards

The Railway Project including Project Facilities shall conform to design

requirements set out in the following documents:

Indian Railways Permanent Way Manual, Indian Railway Bridge Manual,

Indian Railway Schedule of Dimensions & relevant IRS Specifications

referred in the Manual, Indian Railway Signalling Engineering Manual,

Indian Railway Telecom Manual, AC Traction Manual, Rules for Opening

Railways, IE rules, MI & SMI issued from RDSO 3 Latest Version

Latest version of the Manuals, Specifications and Standards including the

amendments notified/published by the Base Date shall be considered

applicable. 4 Terms used in Manuals

The terms ‘Inspector’, ‘AEE’, ‘DE’, XEN, ASTE etc. used in the Manuals shall

be deemed to be substituted by the term “Authority’s Engineer”; to the

extent it is consistent with the provisions of the Agreement. 5 Absence of specific provision

In the absence of any specific provision on any particular issue in the

aforesaid Manuals, Specifications, or Standards, the following standards

shall apply in order of priority

Bureau of Indian Standards (BIS)

Euro Codes or British Standards or American Standards

Any other specifications/standards proposed by the Contractor and

reviewed by the Authority’s Engineer. 6 Alternative Specifications and Standards

6.1 The requirements specified in the Manuals are the minimum. The

Contractor shall, however, be free to adopt international practices,

alternative specifications, materials and standards to bring in innovation in

Page 277: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 230 of 277

the design and construction provided they are better or comparable with

the standards prescribed in the Manuals. The specifications and techniques

which are not included in the Indian Railway Manuals/ RDSO specifications

shall be supported with authentic specifications and standards specified in

paragraph 5 above. Such a proposal shall be submitted by the Contractor to

the Authority’s Engineer. In case, the Authority’s Engineer is of the opinion

that the proposal submitted by the Contractor is not in conformity with any

of the international standards or codes, then he shall record his reasons and

convey the same to the Contractor for compliance. 6.2 For Signaling and Telecommunication system, in case the Contractor is

offering alternative specifications, materials and standards, the same

should be already in use on a passenger carrying service anywhere in the

world at speed more than 100KMPH and are also in operation for more

than 2 years. It shall be adopted on Indian Railway using the concept of

Cross Approval/Cross acceptance, which form part of the type approval

guidelines already being followed by RDSO. The process shall also require

Validation from an Independent Safety Accessor (ISA). Further the safety

Integrated requirement/level of the system being offered should be SIL 4.

*******

Page 278: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 231 of 277

Annex - I

(Schedule-D)

Specifications and Standards for Construction 1 Specifications and Standards

All Materials, works and construction operations shall conform to the

following manuals:

1.1 For civil works:

(a) Indian Railways Permanent Way Manual

(b) Indian Railway Bridge Manual

(c) Indian Railway Schedule of Dimensions

(d) The relevant IRS Specifications referred to in the above documents

listed at (i), (ii) and (iii)

(e) Specifications of Works of concerned zonal railway

(f) In case of any contradiction in the various codal provisions, the order

of precedence shall be as follows:-

aa) Provisions of this Annex I.

bb) IRS Codal provisions

cc) IRC Codal provisions

dd) IS (BIS) Codal provisions 1.2 For signaling and telecommunication works:

(a) Indian Railway Signal Engineering Manual for signaling; and

(b) Indian Railway Telecom Manual for telecommunication works. 1.3 For electrification works:

(a) Indian Railways Manual AC Traction, Volume-II Part-I and Volume-II

Part-II.

(b) Manual of Standards & Specification for Railway Electrification

(c) Indian Railways Standards of Dimension

(d) IE Rules

(e) MI & SMI issued by RDSO __________________________

Page 279: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 232 of 277

2 Deviations from the Specifications and Standards

Notwithstanding anything to the contrary contained in Paragraph 1 above,

the following Specifications and Standards shall apply to the Railway

Project, and for purposes of this Agreement, the aforesaid Specifications

and Standards shall be deemed to be amended to the extent set forth

below: Any calculations, designs, drawings, schedules, information, data,

progress charts etc. required by the Authority’s Engineer in connection

with the contract shall be furnished by the Contractor at his own expenses.

The Contractor will not be required to furnish drawings, designs and

calculations etc. for basic designs and employment schedules provided by

the Authority in case no modification/deviation is required for a

particular basic design/ employment schedule. In case of new

developments in designs, comments on Research Designs and Standards

Organization (hereinafter called RDSO's) and decision of Authority to

implement the same basic drawings /designs/employment schedules will

be submitted by the contractor to the Authority. If the RDSO’s drawings/

designs/employment schedule is not revised, Contractor need not submit

drawings/ designs/ employment schedules to the Railway Electrification. In

the event of Contractor suggesting any alteration/deviation in standard

drawings, he shall submit the retraced drawings with full calculations

and justification of the change to the Authority. The Authority if convinced

of the need of the alteration shall approach RDSO for necessary approval. In

case of any ambiguity in the interpretation of design and drawing, the

decision of the Authority shall be final and conclusive. Any software

developed for design will be provided to Authority for verification,

validation and further use. Note: Deviations from the aforesaid Specifications and Standards shall be listed out

here. Such deviations shall be specified only if they are considered essential in view

of project-specific requirements.

*******

Page 280: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 233 of 277

Annex - II

(Schedule-D)

(See Clause 10.2.7(c))

Time Schedule for Review of Drawings by the Authority:

Sl.

Prepa-

Authority’s Review by Open Line/

Item

Review with

No.

ration

RDSO

time limit

1. Alignment Design Report Contractor CE/C (45 days) Copy to CE/P&D to

give remarks in 30

days, if any.

2. L Section Contractor CE/C (45 days) Copy to CE/P&D to

give remarks in 30

days, if any.

3. LWR Plans Contracto

r CE/C (45 days) Copy to CTE to give

remarks in 30 days, if

any.

4. Design basis report for Contractor CE/C (60 days) CBE and RDSO to give

important bridges remarks in 45 days.

5. GAD of important bridges Contractor CE/C (45 days), Contractor to submit

CBE and RDSO GAD after clearance of

to give remarks design basis report.

in 30 days

6. GAD of major and minor Contractor CE/C (45 days) Copy to CBE to give

bridges, affecting the remarks in 30 days, if

existing bridge (requiring any.

load sharing or imposition

of SR during construction)

7. GAD of major and minor Contractor CE/C (30 days)

bridges (without any

reduction in waterway/

vertical clearance and not

affecting the existing

bridge)

8. Structural drawings of Contractor CE/C (30 days)

important and major

Bridges

9. Structural drawings of Contractor Dy.CE/C

minor bridges (30 days)

10. GADs of ROBs/RUBs Dy.CE/C CE/C and To be approved before

State Authority invitation of tender.

11. Structural Drawings of Contractor CE/C (30 days)

ROBs/RUBs

12. GADs of FOB Contractor CE/C (45 days) Copy to CBE and

DRM to give remarks

in 30 days, if any.

Page 281: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 234 of 277

Sl.

Prepa-

Authority’s Review by Open Line/

Item

Review with

No.

ration

RDSO

time limit

13. Structural Drawings of Contractor CE/C (30 days)

FOBs

14. Schematic Yard Plans Dy.CE/C CE/C and CTPM This needs to be done

before invitation of

tender.

15. Engineering Scale Plans Dy.CE/C CE/C Approval by Divn. &

(ESPs) Open Line HQ. To be

furnished to the

contractor within 6

months of Appointed

Date.

16. Signal Interlocking Plans Contractor CE/C and Approval by Divn. &

(SIPs) and Route Control CSTE/C Open Line HQ, to be

Charts (RCCs) furnished to the

contractor within 4

months of approval of

ESPs or within 1 year

of Appointed Date,

whichever is earlier.

17. Cable Route Plan Contractor CE/C and

CSTE/C

(45 days)

18. Building Plans Contractor CE/C (45 days) Copy to CE/P&D and

DRM to give remarks

in 30 days, if any.

19. Drainage Plans Contractor Dy.CE/C

(30 days)

20. Protection Work Design Contractor CE/C (30 days)

and Drawings

Page 282: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 235 of 277

Time Schedule for Review of Drawings by the Authority for electrification works:

Sl.

Prepa-

Authority’s Review by Open Line/

Item

Review with

No.

ration

RDSO

time limit

1. Final Layout Plan based Contractor CPD/RE (21 NIL

on Pegging Plan supplied days)

by Railway

2. Cross Sectioning Contractor CPD/RE (21 NIL

Drawings days)

3. Structure Erection Contractor CPD/RE (21 NIL

Drawings days)

4. Long Section drawings of Contractor CPD/RE(21 NIL

OHE under over line days)

structures and overhead

Crossings

5. Other design and drawings Contractor CPD/RE(15 NIL

where there is any days)

deviation from RDSO

Standards

6. As erected SED and CSD Contractor CPD/RE ( 30 NIL

days)

7. Any special arrangement, Contractor CPD/RE (45 CEE of the concerned

including bridge masts, days) Railway. CBE in case

FOB/ROB modification, of bridge masts,

or structural modifications. FOB/ROB, engineering

structure modification (

CEE or CBE to review

and return to CPD

within 30 days)

8. All PSI Drawings/Designs Contractor CPD/RE (21 NIL

days)

9. Relay setting calculation Contractor CPD/RE (21 Sr. DEE (TRD) of

of TSS days) concerned Division. (

Review to be returned

to CPD/RE within 14

days)

10. HT Crossing and LT Contractor CPD/RE ( 45 CEE/Sr. DEE of concerned

crossing modifications days) Railway

Review and return to

CPD/RE within 30 days

11. Bonding Plan of Yard Contractor CPD/RE ( 28 Sr. DEE(TRD) of

Area days) concerned Division (

Review and return

within 21 days to

CPD/RE)

Page 283: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 236 of 277

12. Signaling Plan for each Contractor CPD/RE or Divn/HQ of concerned interlocked station, CSTE/RE( 90 Railway. ( within 75

including interlocked level days) days to CPD/RE or

crossings situated outside CSTE/RE)

station limits and inter

locked mid-section

sidings.

13. Locking Table and locking Contractor CPD/RE or Divn/HQ of concerned diagrams for each CSTE/RE( 90 Railway. ( within 75

interlocking frames, days) days to CPD/RE or

station master’s slide CSTE/RE)

control, frame,

interlocking key box,

power frame with

mechanical locking.

14. Selection Table for each Contractor CPD/RE ( 60 Division/HQ of

EI/Relay Interlock Station days)

Concerned Railway

(within 45 days to

CPD/RE or Dy. CSTE/RE)

All other Contractor CPD/RE or NIL

Signaling/Telecom CSTE/RE 9 60

Drawings/Designs days)

15. All other drawings not Contractor 21 days where As per the case.

mentioned above, where CPD/RE is

mandatory review by approving

Railway is necessary to Authority. 45

comply with provision of days where

Manuals/Codes. approval has to

be taken from

Open Line

Railway.

Note: All other drawings/designs which are not mentioned herein will

fall under the review of Authority’s Engineer (Dy. CEE/ Dy. CE/ Dy.

CSTE as the case may be) and the time limit thereof will be as per the

terms and conditions mentioned in the Contract Document.

******

Page 284: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 237 of 277

SCHEDULE - E

(See Clause 3.1.6(a))

APPLICABLE PERMITS

1 Applicable Permits 1.1 The Contractor shall obtain, as required under Applicable Laws, the

following Applicable Permits:

(a) Permission of the State Government for extraction of boulders from

quarry;

(b) Permission of Village Panchayats and Pollution Control Board for

installation of crushers;

(c) License for use of explosives;

(d) Permission of the State Government for drawing water from

river/reservoir;

(e) License from inspector of factories or other competent Authority for

setting up batching plant;

(f) Clearance of Pollution Control Board for setting up batching plant;

(g) Clearance of Village Panchayats and Pollution Control Board for

setting up asphalt plant;

(h) Permission of Village Panchayats and State Government for borrow

earth; and

(i) Any other permits or clearances required under Applicable Laws. 1.2 Applicable Permits, as required, relating to environmental protection and

conservation shall have been or shall be procured by the Authority in

accordance with the provisions of this Agreement.

__

*******

Page 285: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 238 of 277

SCHEDULE - F

(See Clauses 7.1.1, 7.5.3 and 17.2)

FORM OF BANK GUARANTEE

Annex-I (See Clause 7.1.1)

Performance Security Chief Project Director

Railway Electrification Project, Old GM NWR Office, Hasanpura, Jaipur junction-302006,

WHEREAS: (A) …………………………………… (insert name and address of the contractor)

(hereinafter called the “Contractor") and Chief Project Director, Railway

Electrification Project, Jaipur, (hereinafter called the “Authority”) have

entered into an agreement (hereinafter called the “Agreement”) for the

construction of Railway Electrification Project between DELHI-SARAI

ROHILLA-REWARI, ALWAR-BANDIKUI-JAIPUR-PHULERA, PHULERA-MADAR in

the Northern&North Western Railway zone on Engineering, Procurement

and Construction(the “EPC”) basis, subject to and in accordance with the

provisions of the Agreement (B) The Agreement requires the Contractor to furnish a Performance Security

for due and faithful performance of its obligations, under and in accordance

with the Agreement, during the {Construction Period/ Defects Liability

Period } (as defined in the Agreement) in a sum of Rs….. cr. (Rupees

………..…..

crore) (the “Guarantee Amount”). (C) We, …………………..through our branch at …………………. (the “Bank”) have

agreed to furnish this bank guarantee (hereinafter called the “Guarantee”)

by way of Performance Security.

NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably,

guarantees and affirms as follows:

1. The Bank hereby unconditionally and irrevocably guarantees the due and

faithful performance of the Contractor’s obligations during the

{Construction Period/ Defects Liability Period} under and in accordance with

the Agreement, and agrees and undertakes to pay to the Authority, upon its

mere first written demand, and without any demur, reservation, recourse,

contest or protest, and without any reference to the Contractor, such sum

or sums up to an aggregate sum of the Guarantee Amount as the Authority

shall claim, without the Authority being required to prove or to show

grounds or reasons for its demand and/or for the sum specified therein. 2. A letter from the Authority, under the hand of an officer not below the rank

of Junior Scale in the Railway Electrification Project that the Contractor has

Page 286: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 239 of 277

committed default in the due and faithful performance of all or any of its

obligations under and in accordance with the Agreement shall be

conclusive, final and binding on the Bank. The Bank further agrees that the

Authority shall be the sole judge as to whether the Contractor is in default

in due and faithful performance of its obligations during and under the

Agreement and its decision that the Contractor is in default shall be final

and binding on the Bank, notwithstanding any differences between the

Authority and the Contractor, or any dispute between them pending before

any court, tribunal, arbitrators or any other authority or body, or by the

discharge of the Contractor for any reason whatsoever. 3. In order to give effect to this Guarantee, the Authority shall be entitled to

act as if the Bank were the principal debtor and any change in the

constitution of the Contractor and/or the Bank, whether by their absorption

with any other body or corporation or otherwise, shall not in any way or

manner affect the liability or obligation of the Bank under this Guarantee. 4. It shall not be necessary, and the Bank hereby waives any necessity, for the

Authority to proceed against the Contractor before presenting to the Bank

its demand under this Guarantee. 5. The Authority shall have the liberty, without affecting in any manner the

liability of the Bank under this Guarantee, to vary at any time, the terms

and conditions of the Agreement or to extend the time or period for the

compliance with, fulfillment and/ or performance of all or any of the

obligations of the Contractor contained in the Agreement or to postpone

for any time, and from time to time, any of the rights and powers

exercisable by the Authority against the Contractor, and either to enforce or

forbear from enforcing any of the terms and conditions contained in the

Agreement and/or the securities available to the Authority, and the Bank

shall not be released from its liability and obligation under these presents

by any exercise by the Authority of the liberty with reference to the matters

aforesaid or by reason of time being given to the Contractor or any other

forbearance, indulgence, act or omission on the part of the Authority or of

any other matter or thing whatsoever which under any law relating to

sureties and guarantors would but for this provision have the effect of

releasing the Bank from its liability and obligation under this Guarantee and

the Bank hereby waives all of its rights under any such law. 6. This Guarantee is in addition to and not in substitution of any other

guarantee or security now or which may hereafter be held by the Authority

in respect of or relating to the Agreement or for the fulfillment, compliance

and/or performance of all or any of the obligations of the Contractor under

the Agreement. 7. Notwithstanding anything contained hereinbefore, the liability of the Bank

under this Guarantee is restricted to the Guarantee Amount and this

Guarantee will remain in force for the period specified in paragraph 8 below

and unless a demand or claim in writing is made by the Authority on the

Bank under this Guarantee all rights of the Authority under this Guarantee

shall be forfeited and the Bank shall be relieved from its liabilities

hereunder.

Page 287: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 240 of 277

8. The Guarantee shall cease to be in force and effect on ****$. Unless a

demand or claim under this Guarantee is made in writing before expiry of

the Guarantee, the Bank shall be discharged from its liabilities hereunder. 9. The Bank undertakes not to revoke this Guarantee during its currency,

except with the previous express consent of the Authority in writing, and

declares and warrants that it has the power to issue this Guarantee and the

undersigned has full powers to do so on behalf of the Bank. 10. Any notice by way of request, demand or otherwise hereunder may be sent

by post addressed to the Bank at its above referred branch, which shall be

deemed to have been duly authorized to receive such notice and to effect

payment thereof forthwith, and if sent by post it shall be deemed to have

been given at the time when it ought to have been delivered in due course

of post and in proving such notice, when given by post, it shall be sufficient

to prove that the envelope containing the notice was posted and a

certificate signed by an officer of the Authority that the envelope was so

posted shall be conclusive. 11. This Guarantee shall come into force with immediate effect and shall

remain in force and effect for up to the date specified in paragraph 8 above

or until it is released earlier by the Authority pursuant to the provisions of

the Agreement. Signed and sealed this ………. day of ……….., 20……… at ……….. SIGNED, SEALED AND DELIVERED For and on behalf of the Bank by: (Signature) (Name) (Designation)

(Code Number)

(Address) NOTES: (i) The bank guarantee should contain the name, designation and code number of

the officer(s) signing the guarantee.

$ Insert date being 2 (two) years from the date of issuance of this Guarantee (in accordance

with Clause 7.2 of the Agreement).

(ii) The address, telephone number and other details of the head office of the Bank

as well as of issuing branch should be mentioned on the covering letter of issuing

branch.

Page 288: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 241 of 277

Annex – II (Schedule - F)

(See Clause 7.5.3)

Form of Guarantee for Withdrawal of Retention Money Chief Project Director

Railway Electrification Project, Old GM NWR Office, Hasanpura, Jaipur junction-302006, WHEREAS: (A) [name and address of the contractor] (hereinafter called the “Contractor”)

has executed an agreement (hereinafter called the “Agreement”) with the

Chief Project Director, Railway Electrification Project, Jaipur (hereinafter

called the “Authority”) for the construction of Railway Electrification

Project between DELHI-SARAI ROHILLA-REWARI, ALWAR-BANDIKUI-JAIPUR-

PHULERA, PHULERA-MADAR in the Northern &North Western Railway zone

on Engineering, Procurement and Construction (the “EPC”) basis, subject to

and in accordance with the provisions of the Agreement. (A) In accordance with Clause 7.5.3 of the Agreement, the Contractor may

withdraw the retention money (hereinafter called the “Retention Money”)

after furnishing to the Authority a bank guarantee for an amount equal to

the proposed withdrawal. (B) We, …………………..through our branch at …………………. (the “Bank”) have

agreed to furnish this bank guarantee (hereinafter called the “Guarantee”)

for the amount of Rs. ………… cr. (Rupees …………crore)

(the “Guarantee Amount”). NOW, THEREFORE, the Bank hereby unconditionally and irrevocably guarantees

and affirms as follows: 1. The Bank hereby unconditionally and irrevocably undertakes to pay to the

Authority, upon its mere first written demand, and without any demur,

reservation, recourse, contest or protest, and without any reference to the

Contractor, such sum or sums up to an aggregate sum of the Guarantee

Amount as the Authority shall claim, without the Authority being required

to prove or to show grounds or reasons for its demand and/or for the sum

specified therein. 2. A letter from the Authority, under the hand of an officer not below the rank

of Junior Scale in the Railway Electrification Projectthat the Contractor has

committed default in the due and faithful performance of all or any of its

obligations for under and in accordance with the Agreement shall be

conclusive, final and binding on the Bank. The Bank further agrees that the

Authority shall be the sole judge as to whether the Contractor is in default

in due and faithful performance of its obligations during and under the

Agreement and its decision that the Contractor is in default shall be final,

and binding on the Bank,notwithstanding any differences between the

Authority and the Contractor, or any dispute between them pending before

Page 289: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 242 of 277

any court, tribunal, arbitrators or any other authority or body, or by the

discharge of the Contractor for any reason whatsoever. 3. In order to give effect to this Guarantee, the Authority shall be entitled to

act as if the Bank were the principal debtor and any change in the

constitution of the Contractor and/or the Bank, whether by their absorption

with any other body or corporation or otherwise, shall not in any way or

manner affect the liability or obligation of the Bank under this Guarantee. 4. It shall not be necessary, and the Bank hereby waives any necessity, for the

Authority to proceed against the Contractor before presenting to the Bank

its demand under this Guarantee. 5. The Authority shall have the liberty, without affecting in any manner the

liability of the Bank under this Guarantee, to vary at any time, the terms

and conditions of the Retention Money and any of the rights and powers

exercisable by the Authority against the Contractor, and either to enforce or

forbear from enforcing any of the terms and conditions contained in the

Agreement and/or the securities available to the Authority, and the Bank

shall not be released from its liability and obligation under these presents

by any exercise by the Authority of the liberty with reference to the matters

aforesaid or by reason of time being given to the Contractor or any other

forbearance, indulgence, act or omission on the part of the Authority or of

any other matter or thing whatsoever which under any law relating to

sureties and guarantors would but for this provision have the effect of

releasing the Bank from its liability and obligation under this Guarantee and

the Bank hereby waives all of its rights under any such law. 6. This Guarantee is in addition to and not in substitution of any other

guarantee or security now or which may hereafter be held by the Authority

in respect of or relating to the Retention Money. 7. Notwithstanding anything contained hereinbefore, the liability of the Bank

under this Guarantee is restricted to the Guarantee Amount and this

Guarantee will remain in force for the period specified in paragraph 8 below

and unless a demand or claim in writing is made by the Authority on the

Bank under this Guarantee all rights of the Authority under this Guarantee

shall be forfeited and the Bank shall be relieved from its liabilities

hereunder. 8. The Guarantee shall cease to be in force and effect 15 (fifteen) days after the

date of the Completion Certificate specified in Clause 12.4 of the Agreement. 9. The Bank undertakes not to revoke this Guarantee during its currency,

except with the previous express consent of the Authority in writing, and

declares and warrants that it has the power to issue this Guarantee and the

undersigned has full powers to do so on behalf of the Bank. 10. Any notice by way of request, demand or otherwise hereunder may be sent

by post addressed to the Bank at its above referred branch, which shall be

deemed to have been duly authorized to receive such notice and to effect

payment thereof forthwith, and if sent by post it shall be deemed to have

been given at the time when it ought to have been delivered in due course

Page 290: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 243 of 277

of post and in proving such notice, when given by post, it shall be sufficient

to prove that the envelope containing the notice was posted and a

certificate signed by an officer of the Authority that the envelope was so

posted shall be conclusive. 11. This Guarantee shall come into force with immediate effect and shall

remain in force and effect up to the date specified in paragraph 8 above or

until it is released earlier by the Authority pursuant to the provisions of the

Agreement. Signed and sealed this ………. day of ……….., 20……… at ……….. SIGNED, SEALED AND DELIVERED For

and on behalf of the Bank by:

(Signature)

(Name) (Designation)

(Code Number)

(Address)

NOTES:

(i) The bank guarantee should contain the name, designation and code

number of the officer(s) signing the guarantee. (ii) The address, telephone number and other details of the head office of the

Bank as well as of issuing branch should be mentioned on the covering letter of

issuing branch.

*******

Page 291: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 244 of 277

Annex – III (Schedule - F)

(See Clause 17.2)

Form of Guarantee for Advance Payment

Chief Project Director

Railway Electrification Project, Old GM NWR Office, Hasanpura, Jaipur junction-302006, (B) [name and address of the contractor] (hereinafter called the “Contractor”)

has executed an agreement (hereinafter called the “Agreement”) with the

Chief Project Director, Railway Electrification Project, Jaipur(hereinafter

called the “Authority”) for the construction ofRailway Electrification Project

between DELHI-SARAI ROHILLA-REWARI, ALWAR-BANDIKUI-JAIPUR-

PHULERA, PHULERA-MADAR in the Northern &North Western Railway zone

on Engineering, Procurement and Construction (the “EPC”) basis, subject to

and in accordance with the provisions of the Agreement. (C) In accordance with Clause 17.2 of the Agreement, the Authority shall make

to the Contractor advance payment (herein after called “Advance

Payment”) equal to 10% (ten per cent) of the Contract Price; and that the

Advance Payment shall be made in two instalments subject to the

Contractor furnishing an irrevocable and unconditional guarantee by a

scheduled bank for an amount equivalent to 110% (one hundred and ten

per cent) of such instalment to remain effective till the complete and full

repayment of the instalment of the Advance Payment as security for

compliance with its obligations in accordance with the Agreement. The

amount of {first/second} instalment of the Advance Payment is Rs. ……cr.

(Rupees ……crore) and the amount of this Guarantee is Rs. …… cr. (Rupees

…… crore) (the “Guarantee Amount”)$.

(D) We, …………………..through our branch at …………………. (the “Bank”) have

agreed to furnish this bank guarantee (hereinafter called the “Guarantee”)

for the Guarantee Amount. NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees

and affirms as follows: 1. The Bank hereby unconditionally and irrevocably guarantees the due and

faithful repayment on time of the aforesaid instalment of the Advance

Payment under and in accordance with the Agreement, and agrees and

undertakes to pay to the Authority, upon its mere first written demand, and

without any demur, reservation, recourse, contest or protest, and without

any reference to the Contractor, such sum or sums up to an aggregate sum

of the Guarantee Amount as the Authority shall claim, without the

Authority being required to prove or to show grounds or reasons for its

demand and/or for the sum specified therein.

$ The Guarantee Amount should be equivalent to 110% of the value of the applicable instalment.

Page 292: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 245 of 277

2. A letter from the Authority, under the hand of an officer not below the rank

of Junior Scale in the Railway Electrification Project, that the Contractor has

committed default in the due and faithful performance of all or any of its

obligations for the repayment of the instalment of the Advance Payment

under and in accordance with the Agreement shall be conclusive, final and

binding on the Bank. The Bank further agrees that the Authority shall be the

sole judge as to whether the Contractor is in default in due and faithful

performance of its obligations during and under the Agreement and its

decision that the Contractor is in default shall be final and binding on the

Bank, notwithstanding any differences between the Authority and the

Contractor, or any dispute between them pending before any court,

tribunal, arbitrators or any other authority or body, or by the discharge of

the Contractor for any reason whatsoever. 3. In order to give effect to this Guarantee, the Authority shall be entitled to

act as if the Bank were the principal debtor and any change in the

constitution of the Contractor and/or the Bank, whether by their absorption

with any other body or corporation or otherwise, shall not in any way or

manner affect the liability or obligation of the Bank under this Guarantee. 4. It shall not be necessary, and the Bank hereby waives any necessity, for the

Authority to proceed against the Contractor before presenting to the Bank

its demand under this Guarantee. 5. The Authority shall have the liberty, without affecting in any manner the

liability of the Bank under this Guarantee, to vary at any time, the terms

and conditions of the Advance Payment or to extend the time or period of

its repayment or to postpone for any time, and from time to time, any of

the rights and powers exercisable by the Authority against the Contractor,

and either to enforce or forbear from enforcing any of the terms and

conditions contained in the Agreement and/or the securities available to

the Authority, and the Bank shall not be released from its liability and

obligation under these presents by any exercise by the Authority of the

liberty with reference to the matters aforesaid or by reason of time being

given to the Contractor or any other forbearance, indulgence, act or

omission on the part of the Authority or of any other matter or thing

whatsoever which under any law relating to sureties and guarantors would

but for this provision have the effect of releasing the Bank from its liability

and obligation under this Guarantee and the Bank hereby waives all of its

rights under any such law. 6. This Guarantee is in addition to and not in substitution of any other

guarantee or security now or which may hereafter be held by the Authority

in respect of or relating to the Advance Payment. 7. Notwithstanding anything contained hereinbefore, the liability of the Bank

under this Guarantee is restricted to the Guarantee Amount and this

Guarantee will remain in force for the period specified in paragraph 8 below

and unless a demand or claim in writing is made by the Authority on the

Bank under this Guarantee all rights of the Authority under this Guarantee

Page 293: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 246 of 277

shall be forfeited and the Bank shall be relieved from its liabilities

hereunder.

8. The Guarantee shall cease to be in force and effect on ****.$ Unless a

demand or claim under this Guarantee is made in writing on or before the

aforesaid date, the Bank shall be discharged from its liabilities hereunder. 9. The Bank undertakes not to revoke this Guarantee during its currency,

except with the previous express consent of the Authority in writing, and

declares and warrants that it has the power to issue this Guarantee and the

undersigned has full powers to do so on behalf of the Bank. 10. Any notice by way of request, demand or otherwise hereunder may be sent

by post addressed to the Bank at its above referred branch, which shall be

deemed to have been duly authorized to receive such notice and to effect

payment thereof forthwith, and if sent by post it shall be deemed to have

been given at the time when it ought to have been delivered in due course

of post and in proving such notice, when given by post, it shall be sufficient

to prove that the envelope containing the notice was posted and a

certificate signed by an officer of the Authority that the envelope was so

posted shall be conclusive. 11. This Guarantee shall come into force with immediate effect and shall

remain in force and effect up to the date specified in paragraph 8 above or

until it is released earlier by the Authority pursuant to the provisions of the

Agreement. Signed and sealed this ………. day of …….. 20……… at ……….. SIGNED, SEALED AND DELIVERED For and on behalf of the Bank

by: (Signature) (Name)

(Designation)

(Code Number)

(Address) NOTES: (i) The bank guarantee should contain the name, designation and code

number of the officer(s) signing the guarantee. (ii) The address, telephone number and other details of the head office of the

Bank as well as of issuing branch should be mentioned on the covering letter of

issuing branch. $ Insert a date being 90 (ninety) days after the end of one year from the date of payment of

the Advance payment to the Contractor (in accordance with Clause 17.2 of the Agreement).

Page 294: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 247 of 277

SCHEDULE - G (See Clauses10.1.4 and 17.3)

Contract Price Weightage

For Railway Electrification works

Electrification works 81.10% of the Contract Price

Signalling modification works 08.42% of the Contract Price

Telecom modification works 06.25% of the Contract Price

Civil works 04.23% of the Contract Price

1.2 Proportions of the Contract Price for different stages of Construction of the Railway

Project shall be as specified below:

3. Railway Electrification Works

Item Weightage

in

Percentage

to the

Contract

Price

Stage for Payment Percentage

weightage

Payment Procedure

1 2 3 4 5

1.

Overhead

Equipment

Work

65.87% 1.1 Completion of Design & drawing (i.e. LOP &

CSD) and Foundation work for OHE structures

and Height Gauges in block sections including

stations and yards

10.00% Payment for each stage

shall be made after

completion of a previous

stage for a Section and its

yards, measured in track

kilometre (TKM) pro rata

with reference to the total

TKM.

1.2 Supply of steel for OHE structures (i.e. Mast

and portal components) and Height Gauges

26.45%

1.3 Completion of steel structure erection work

for OHE (Mast & Portal) & Height Gauge&

grouting with painting of location Numbers on

OHE structures.

06.79%

1.4 Completion of drawing i.e. SED and erection

of Bracket, Guy Rod, (Complete pre wiring

activity), Height gauges & protective screens on

FOBs & ROBs.

10.70%

1.5 Supply of Contact & Catenary Wire only 26.07%

1.6 Completion of wiring along with

erection of balance weight, anti-creep,

droppering & clipping and adjustment including

antitheft charging arrangement.Stage payment

will be released on completion of work under

item 12 (modification of HT power lines and

crossings (replacement by UG cabling) and item

13 (Modification of LT power lines and

crossings (replacement by UG cabling).

1.7

14.95%

Page 295: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 248 of 277

1.7 Commissioning.

Stage payment will be released on completion

of work under

(1) item 2.2, item 4.2, item 5.4, item 9.3

5.04%

Total 100%

2.

Switching

Posts

1.94% 2.1 Completion of all works 90.00% Payment shall be made for

each stage after

completion of all the

switching posts work for a

Section and its yards,

measured in number of

switching posts on pro

rata basis with reference

to the total switching

posts for the Railway

Project.

2.2 Commissioning and charging at 25 KV. 10.00%

Total 100%

3.

Booster

Transform

er

3.1 Completion of all works including testing.

3.2 Commissioning

Total 00.00%

4.

Auxiliary

Transform

er Stations

00.26% 4.1 Completion of all works including testing.

90.00% Payment shall be made

foreach stage after

completion of each

auxiliary transformer

station and related work

on pro rata basis with

reference to the total of

the auxiliary transformer

stations for the Railway

Project.

4.2 Commissioning 10.00%

Total 100%

5.

Traction

Sub-

Station

(TSS)

09.52% 5.1 Completion of all Civil works for the TSS like

earth filling, retaining wall, approach road,

control building, fencing

10.23% Payment for each stage

shall be made after

completion of previous

stage of all the TSS work

measured in number of

TSS on pro rata basis with

reference to the total TSS

for the Railway

Project

5.2 Completion of all

supply and erection works of TSS except supply

and erection of Transformers, Circuit Breakers,

Control & Relay panels, Shunt capacitor bank

etc.

20.21%

5.3 Supply and erection of transformers i.e.

placing on foundation platforms, supply of

circuit breakers, control & relay panels, shunt

capacitor bank etc.

63.54%

5.4 Completion and

Commissioning of TSS and charging at 25 KV.

6.02%

Total 100%

6.

Transmissi

on Line

6.1 Completion of

erection of all towers/poles associated with a

TSS

6.2 Stringing of conductors

6.3 Commissioning

Total

7.

Underground

Transmission

Line

7.1 Completion of cable

trench and laying of cable

7.2 Commissioning

Page 296: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 249 of 277

Total

8. Bay

Augmentati

on

work

8.1 Completion of

erection including

testing

8.2 Commissioning

Total

9. SCADA 1.41% 9.1 Supply and erection

of SCADA at remote control centre at division

31.45% Payment shall be made

after completion of the

work of each stage. 9.2 Supply and erection

of remote terminal units at switching post/ TSS.

47.74%

9.3 Commissioning of

SCADA per switching post/TSS

05.86%

9.4 Final commissioning of SCADA system for

the division

14.95%

Total 100%

10.

Various

electrical

general

services

works

10.1 Completion and

Commissioning of various electrical general

services.

Payment shall be made

after the completion and

commissioning of works

under this item of work.

11.

Modificati

on of HT

power

lines and

crossings

(raising of

height)

11.1 Completion of

work including testing

.

Payment shall be made

after completion of all

work of HT Power Line

crossing on pro rata basis

with reference to the total

number of HT power line

crossings

11.2 commissioning

12.

Modificati

on of HT

power

lines and

crossings

(replacem

ent by UG

cabling)

00.36% 12.1 Completion of

work including testing

.

90.00%

Payment shall be made

after completion of all

work of replacement of HT

power line crossing by UG

cabling, on pro-rata basis

with reference to the total

number of replacements

of HT power line crossing

by UG cabling

12.2 Commissioning 10.00%

Total 100%

13.

Modificati

on of LT

power

lines and

crossings

(replacem

ent by UG

cabling

00.48% 13.1 Completion of

work including testing

90.00%

Payment shall be made

after completion of all

work of replacement of LT

power line crossing by UG

cabling, on pro-rata basis

with reference to the total

number of replacements

of LT power line crossing

by UG cabling.

13.2 Commissioning 10.00%

Total 100%

14

Extension

of LT

power

supply for

CLS Work

01.16% 14.1 Completion of

work including testing

90.00%

Payment shall be made

after completion of all

work at 5 locations, on

pro-rata basis with

reference to the total

number of locations.

14.2 Commissioning 10.00%

Total 100%

15 00.10% 15 Completion including 100% Payment shall be made

Page 297: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 250 of 277

Extension/

Augmenta

tion of

general

power

supply

commissioning after completion of the

work.

Total 100%

16

Modificati

ons of

existing

electrical

works

16.1 Modification of

electrical works including all associated works

and testing at existing

Cost of modifications has

been included in OHE and

Switching Station work.

16.1.1 Switching posts

16.1.2 OHE works

16.1.3 TSS

Total

Total

18.

Signaling

System

Modificati

on

8.04% 18.1 Modification of existing signaling

system including survey, design, supply,

installation, testing, supply of manuals for

each place, supply of as made drawings

(wiring diagram of location, relay room,

circuits, SIP, selection table, cable route plan

etc)/ completion drawing (as in given below

stages), testing and measuring tools and

equipment and commissioning at

18.1. Payment for each

stage shall be made on

completion of work at a

location on pro rata basis

with respect to the total

number of locations

18.1.1(a) PI/RRI/EI systems (on completion of

work as per scope & submission of as made

drawing )

81.54%

18.1.1(b) PI/RRI/EI systems (on submission of

completion drawing of stations under para

18.1.1 (a))

09.06%

18.1.2 (a) LC gate (on completion of work as

per scope & submission of as made drawing )

08.46%

18.1.2 (b) LC gate (on submission of

completion drawing of LC gate under para

18.1.2 (a))

00.94%

18.2 New panel Interlocking/ Route Relay

Interlocking including survey, design, supply,

installation, testing, supply of manuals for

each place, supply of as made drawings (wiring

diagram of location, relay room, circuits, cable

route plan etc)/ completion drawing (as in

given below stages), testing and measuring

tools and equipment and commissioning at

18.2.1 (a) Way side stations (on completion

of work as per scope & submission of as made

drawing )

00.00% 18.2.1. Payment for each

stage shall be made on

completion of work at

wayside stations on pro

rata basis with respect to

the total number of

wayside stations

18.2.1 (b) Way side stations (on submission

of completion drawing of locations under para

18.2.1 (a))

00.00%

18.2.2 Major/Junction stations

00.00% 18.2.1. Payment for each

stage shall be made on

completion of work at

wayside stations on pro

rata basis with respect to

the total number of

wayside stations

18.3 Diversion of utilities

00.00% 18.3 Payment shall be

made on completion of

the entire work.

Page 298: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 251 of 277

Total 100%

19.

Signaling

Inventory

0.26% 19.1 Completion of the entire supply of

inventory at nominated locations

100% 19.1 Payment shall be

made after completion of

the signaling work item 18

above. There will not be

any payment for part

supply of inventory.

Total 100%

20.

Integrated

testing

and

commissio

ning

0.12% 20 Integrated testing and commissioning of

the Signaling works and supply of completion

drawings

100% Payment shall be made

after issue of Provisional

Acceptance Certificate. In

case the Provisional

Acceptance Certificate is

for part of the Railway

Project, the payment shall

be made for the route km

covered by the Provisional

Acceptance Certificate on

pro rata basis with respect

to the total route km of

the project

.

Total 100%

21.

Telecomm

unications

modificati

ons

6.07% 21.1 Cable works

21.1.1 Sections with existing optical fibre

cable and quad cable. Completion of

theworkspecified in Schedule B, Annex I.

00.00% 21.1.1 Unit of

measurement is section.

Payment shall be

determined on pro rata

basis on track rout km

completed on pro rata

basis with respect to total

route km to be completed

as per the final design

21.1.2 Sections without optical fibre cable

and quad cable. Completion of the work

specified in Schedule B, Annex I

00.00% 21.1.2 Unit of

measurement is section.

Payment shall be

determined on pro rata

basis on track rout km

completed on pro rata

basis with respect to total

route km to be completed

as per the final design.

21.2 Quad cable work including survey, design,

supply, installation, testing, supply of manuals

for each place, supply of as made drawings

(cable core plan and numbering scheme,

schematic and wiring diagram, cable route

drawings, etc)/ completion drawing (as in given

below stages) and commissioning of 6 Quad

telecom cable system

21.2 Payment shall be

made on completion of

each set of 1 (one) section

(cable hut to cable hut

including station

connected) on pro rata

basis with respect to the

total number of sections.

21.2 (a) on completion of work as per scope &

submission of as made drawing

70.55%

21.2 (b) on submission of completion drawing

of locations under para 21.2 (a)

07.84%

Page 299: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 252 of 277

21.3 Optical fibre cable including Survey,

design, supply installation, testing, supply of

manuals for each place, supply of as made

drawings (layout in equipment rack, channeling

plan, schematic and wiring diagram etc)

/completion drawing (as in given below stages)

and commissioning of optical fibre cable

communication system

21.3 Payment shall be

made on completion of

each set of 1 (one) section

(cable hut to cable hut

including station

connected) on pro rata

basis with respect to the

total number of sections.

21.3 (a) on completion of work as per scope &

submission of as made drawing

12.73%

21.3(b) on submission of completion drawing

of locations under para 21.3 (a)

01.41%

21.4 Modification in passenger amenity

works

7.47% 21.4 Payment shall be

made on completion of

each set of 1 (one)

location on pro-rata basis

with respect to the total

no. of locations.

Total 100%

22.Teleco

mmunicat

ion

inventory

0.13% 22.1 Completion of the entire supply of

inventory at nominated locations

100% Payment shall be made

after completion of the

Telecom work item 21

above. There will not be

any payment for part

supply of inventory.

Total 100%

23.

Integrated

testing

and

commissio

ning

0.05% 23. Integrated testing and commission of

the electrification works Project

100% 23 Payment shall be made

after issue of Provisional

Acceptance Certificate. In

case the Provisional

Acceptance Certificate is

for part of the Railway

Project, the payment shall

be made for the route km

covered by the Provisional

Acceptance Certificate on

pro rata to the total route

km for the Project

.

Total 100%

24. Civil

Engineerin

g works

4.23% 24.1 Completion of buildings (staff quarters,

service buildings) including sanitation,

electricity, water supply and final handing over

of building.

75.74% 24.1 Unit of measurement

is plinth area in square

metres. For the staff

quarters having more than

one storey, the total area

shall be found out by

adding the area of each

storey. Unit cost shall be

determined on pro rata

basis with respect to the

total area of all staff

quarters/ service

buildings.

Payment shall be made on

completion of staff

quarters/service buildings

at a station

Page 300: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 253 of 277

24.2 Completion of tower wagon shed including

siding, sanitation, electricity, water supply and

final handing over of building

15.03% 24.2, 24.3, Payment shall

be made after completion

of the work in all aspects

24.3 Completion of trip shed including siding,

sanitation, electricity, water supply and final

handing over of building

00.00%

24.4 Completion of FOB modification works in

all respects

9.14% 24.4 Unit of measurement

is linear length including

landings and stairs.

Payment shall be made on

completion of

modification work of a

foot over bridge on pro

rata basis with respect to

total length of all foot over

bridges

24.5 Completion of ROB modification works in

all respects

00.00% 24.5 Cost of each ROB

shall be determined on

pro rata basis with respect

to the total linear length

(m) of the two lane ROBs

including approaches. For

ROBs other than two-

lane, a multiplying factor

in proportion to number

of lanes shall be applied.

Payment shall be made on

completion of

modification work of an

ROB including approaches

complete in all respects

and fit for use.

24.7 Tree plantation 00.09% Payment shall be made on

completion of plantation

of trees.

Total 100%

Page 301: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 254 of 277

SCHEDULE - H (See Clause 10.2.7)

DRAWINGS

1 Drawings

In compliance of the obligations set forth in Clause 10.2 of this Agreement,

the Contractor shall furnish to the Authority’s Engineer, free of cost, all

Drawings listed in Annex-I of this Schedule-H. 2 Additional Drawings

If the Authority’s Engineer determines that for discharging its duties and

functions under this Agreement, it requires any drawings other than those

listed in Annex-I, it may by notice require the Contractor to prepare and

furnish such drawings forthwith. Upon receiving a requisition to this effect,

the Contractor shall promptly prepare and furnish such drawings to the

Authority’s Engineer, as if such drawings formed part of Annex-I of this

Schedule-H.

Page 302: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 255 of 277

Annexure-I

(Schedule-H)

List of Drawings List of Drawings and Documents to be furnished by the Concessionaire shall

include, but not be limited to:

1. General & Civil Engineer:

(a) General map of the country traversed by the Project, scale about

20 km to 1 cm;

(b) Index map, scale about 1 km to 1 cm;

(c) Index Plan and Sections prepared in accordance with the terms

of Engineering Code;

(d) Schematic Plans of Station Yards;

(e) General arrangement drawings of Structures; and

(f) River training/ Protection work.

(g) Details of level Crossing and RUB/LHS and RFOs.

(h) Station Yard Layout including details of connectivity with existing

yards

(i) Station Building including cabins, approach connectivity etc.

(j) Details of Track Structure & its component.

(k) Details of Integrated Maintenance Depots (IMD & ISMD) if any.

(l) Details of existing utilities in Row and plan for their shifting.

2. Signal Engineer:

(a) Signal interlocking plan (station/auto huts/gate huts)

(b) Route Control table (station/auto huts/gate huts)

(c) Panel/ VDU diagram (station/ gate huts)

(d) Cable Core Chart.

(e) Cable Route Plan (Separate for station & blocks sections)

(f) Power Supply Diagram (station/auto huts/ control)

(g) Equipment sizing (station/ auto huts/gate huts/control)

(h) Equipment lay out and details including cable troughs

required(station/ auto huts/gate huts/control)

(i) Track circuit diagram (station/ auto huts/gate huts/control)

(j) Bonding plan (station/ auto huts/gate huts/control)

(k) Circuit Diagrams.

(l) Station/Gate working Rule/Rule diagrams

(m) Equipment Rack details

(n) Cable Termination Rack Diagram

(o) Fuse Details

(p) Location/junction boxes lay out & wiring details

(q) Lightening, surge protection & earthing plan. 3. Telecommunication Engineering:

(a) Location and connectivity of all equipment’s and cables

(b) Schematic and wiring diagrams

Page 303: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 256 of 277

(c) Cable core plan and numbering scheme

(d) Equipment mounting details

(e) Cable route drawings

(f) Layouts in equipment racks, in equipment rooms, trackside, and all

other equipment locations

(g) Channeling plan.

4. Electrical Engineer (Traction):

(a) General arrangement of the Traction substation for (25 KV) system

single transformer and the double transformer with incoming as 220

KV or 132 KV 3 phase. (These substations will be remotely controlled

and operated)

(b) General arrangement of SP (Sectioning Post) with the

autotransformer. (These substations will be remotely controlled and

operated)

(c) General arrangement of the SSP (Sub sectioning post) with the

autotransformer. (These substations will be remotely controlled and

operated)

(d) Power supply arrangement for (25 KV) AT system and sectioning

drawing for the traction arrangement.

(e) Power supply arrangement for the signals at the stations (Auxiliary

transformer and the arrangement of 230 volt supply) (f) Typical layout of the control room at the traction substation SP, SSP.

(g) Typical layout of the remote control center.

(h) General arrangement of the implementation of the SCADA system.

(i) Earthing arrangement at the TSS, SP and SSP.

(j) Typical arrangement of the regulated OHE for (25 KV) system with

the feeder arrangement.

(k) Power supply arrangement with IR at interface point.

(l) All drawings of Electrification works mentioned in Annexure-II of

schedule-D.

(m)

5. Electrical Engineer (General Power supply):

(a) General arrangement of the 11/33/66 KV substations for the station

and the service buildings.

(b) General arrangement of the distribution of the 415 V 50 Hz supply to

various loads

6. Tabulated details which shall consist of important characteristics of the

railway or a portion of railway to be constructed, which shall, as may be

applicable, include, but not be limited to the following:

(a) Curve Abstract;

(b) Gradient abstract;

(c) Bridge abstract;

Page 304: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 257 of 277

(d) Important bridges-particulars of waterway and construction;

(e) Ballast and permanent way;

(f) Station and station sites;

(g) Station accommodation;

(h) Station machinery;

(i) Level crossing abstract;

(j) Brief particular of tractions installations;

(k) Power supply installation abstract;

(l) Traction maintenance depot abstract;

(m) Restricted overhead equipment clearance abstract; and

(n) Electrical crossing over railway track abstract;

Page 305: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 258 of 277

SCHEDULE - I (See Clause 10.3.2)

PROJECT COMPLETION SCHEDULE

1 Project Completion Schedule

During Construction period, the Contractor shall comply with the

requirements set forth in this Schedule-I for each of the Project Milestones

and the Scheduled Completion Date. Within 15 (fifteen) days of the date of

each Project Milestone, the Contractor shall notify the Authority of such

compliance along with necessary particulars thereof. 2 Project Milestone-I

2.1 Project Milestone-I shall occur on the date falling on the 240th

(two

hundred and fortieth) day from the Appointed Date (the “Project

Milestone-I”). 2.2 Prior to the occurrence of Project Milestone-I, the Contractor shall have

commenced construction of the Railway Project and submitted to the

Authority duly and validly prepared Stage Payment Statements for an

amount not less than 10% (ten per cent) of the Contract Price. 3 Project Milestone-II

3.1 Project Milestone-II shall occur on the date falling on the 480th

(four hundred

and eightieth) day from the Appointed Date (the “Project Milestone-II”).

3.2 Prior to the occurrence of Project Milestone-II, the Contractor shall have

continued with construction of the Railway Project and submitted to the

Authority duly and validly prepared Stage Payment Statements for an

amount not less than 35% (thirty five per cent) of the Contract Price. 4 Project Milestone-III

4.1 Project Milestone-III shall occur on the date falling on the [700th

(seven

hundredth)] day from the Appointed Date (the “Project Milestone-III”). 4.2 Prior to the occurrence of Project Milestone-III, the Contractor shall have

continued with construction of the Railway Project and submitted to the

Authority duly and validly prepared Stage Payment Statements for an

amount not less than 70% (seventy per cent) of the Contract Price. 5 Scheduled Completion Date

5.1 The Scheduled Completion Date shall be the [900th

(nine hundredth)] day

from the Appointed Date. 5.2 On or before the Scheduled Completion Date, the Contractor shall have

completed construction in accordance with this Agreement. 6 Extension of time

Upon extension of any or all of the aforesaid Project Milestones or the

Scheduled Completion Date, as the case may be, under and in accordance

with the provisions of this Agreement, the Project Completion Schedule

shall be deemed to have been amended accordingly.

Page 306: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 259 of 277

SCHEDULE - J

(See Clause 12.1.2)

Tests on Completion 1 Schedule for Tests 1.1 The Contractor shall, no later than 30 (thirty) days prior to the likely

completion of construction, notify the Authority’s Engineer and the

Authority of its intent to subject the Railway Project to Tests, and no later

than 10 (ten) days prior to the actual date of Tests, furnish to the

Authority’s Engineer and the Authority detailed inventory and particulars of

all works and equipment forming part of Works. 1.2 The Contractor shall notify the Authority’s Engineer of its readiness to

subject the Railway Project to Tests at any time after 10 (ten) days from the

date of such notice, and upon receipt of such notice, the Authority’s

Engineer shall, in consultation with the Contractor, determine the date and

time for each Test and notify the same to the Authority who may designate

its representative to witness the Tests. The Authority’s Engineer shall

thereupon conduct the Tests itself or cause any of the Tests to be

conducted in accordance with Article 12 and this Schedule-J. 2 Tests

2.1 Visual and physical test: The Authority’s Engineer shall conduct a visual and

physical check of construction to determine that all works and equipment

forming part thereof conform to the provisions of this Agreement. The

physical tests shall include all the test as per provision of ACTM and

Manufacturer’s manual.

2.2 Integrated Testing of system followed by a period of trial running. The test

sequence may be as shown below:-

a) Tests on Equipment

b) Installation Test and sub-system individually

c) System Integrated Test

d) Final Acceptance Test

e) Trial Running 2.3 Sanction of Commissioner of Railway Safety (CRS) is required before

opening of track in terms of Chapter XIII of Indian Railway Permanent Way

Manual. 2.4 Current collection test with loaded train will be arranged and run by the

Authority to check profile of OHE. 2.5 Tests for bridges: All major and minor bridges shall be subjected to the tests

as prescribed in Specifications and Standards in Schedule D.

2.6 Other tests: The Authority’s Engineer may require the Contractor to carry

out or cause to be carried additional tests, in accordance with Good

Industry Practice, for determining the compliance of the Railway Project

with Specifications and Standards. 2.7 Environmental audit: The Authority’s Engineer shall carry out a check to

Page 307: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 260 of 277

determine conformity of the Railway Project with the environmental

requirements set forth in Applicable Laws and Applicable Permits. 2.8 Safety Audit: The Authority’s Engineer shall carry out, or cause to be carried

out, a safety audit to determine conformity of the Railway Project with the

safety requirements and Good Industry Practice. 3 Agency for conducting Tests

All Tests set forth in this Schedule-J shall be conducted by the Authority’s

Engineer or such other agency or person as it may specify in consultation

with the Authority. 4 Completion Certificate

Upon successful completion of Tests, the Authority’s Engineer shall issue

the Provisional Certificate in accordance with the provisions of Article 12.

For the avoidance of doubt, the Completion Certificate shall not be issued

by the Authority’s Engineer unless authorization of the Commissioner for

Railway Safety has been obtained.

Page 308: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 261 of 277

SCHEDULE - K (See Clause 12.2 and 12.4)

PROVISIONAL CERTIFICATE

1 I/We, (Name of the Authority’s Engineer), acting as the Authority’s Engineer,

under and in accordance with the Agreement dated ……………. (the “Agreement”), for construction of the ........ section (km

.... to km ...) in the State of ........ in ........- ........ Railway (the “Railway

Project”) on Engineering, Procurement and Construction (EPC) basis

through ………………………… (Name of Contractor), hereby certify that the

Tests in accordance with Article 12 of the Agreement have been undertaken

to determine compliance of the Railway Project with the provisions of the

Agreement. 2 Certain minor works are incomplete and these are not likely to cause

material inconvenience to the Users of the Railway Project or affect their

safety or the movement of rail traffic in any manner. These works have been

specified in the Punch List appended hereto, and the Contractor has agreed

and accepted that it shall complete all such works in the time and manner

set forth in the Agreement. 3 In view of the foregoing, I/We am/are satisfied that the Railway Project from

km ........to km ........ can be safely and reliably placed in service of the Authority

for railway freight and passenger traffic, subject to authorization by the

Commissioner of Railway Safety in accordance with Applicable Laws. In terms

of the Agreement, the Railway Project is hereby provisionally declared fit for

entry into operation on this the ………… day of ……….. 20…...

ACCEPTED, SIGNED, SEALED SIGNED, SEALED AND AND DELIVERED DELIVERED For and on behalf of For and on behalf of CONTRACTOR by: AUTHORITY’s ENGINEER by:

(Signature) (Signature)

Page 309: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 262 of 277

COMPLETION CERTIFICATE

1 I/We, ……………………. (Name of the Authority’s Engineer), acting as the

Authority’s Engineer, under and in accordance with the Agreement dated …………

(the “Agreement”), for construction of the ........section (km ........ to km ........) of

…………………… in the State of ........in ........- ........ Railway (the “Railway Project”) on

Engineering, Procurement and Construction (EPC) basis through

…………………. (Name of Contractor), hereby certify that the Tests in accordance with

Article 12 of the Agreement have been successfully undertaken to determine

compliance of the Railway Project with the provisions of the Agreement, and the

authorization by the Commissioner for Railway Safety under Applicable Laws has

been obtained. 2 It is certified that, in terms of the aforesaid Agreement, all works forming

part of Railway Project have been completed, and the Railway Project is hereby

declared fit for entry into operation on this the ……… day of ……… 20…..

SIGNED, SEALED AND DELIVERED

For and on behalf of

the Authority’s Engineer by:

(Signature)

(Name)

(Designation)

(Address)

Page 310: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 263 of 277

SCHEDULE - L (See Clause 16.1.1)

SELECTION OF AUTHORITY’S ENGINEER 1 Selection of Authority’s Engineer 1.1 Generally, a railway officer of Selection Grade (SG)/Junior Administrative

Grade (JAG) shall be appointed as Authority’s Engineer.

2 Terms of Reference

The Terms of Reference for the Authority’s Engineer (the “TOR”) shall

substantially conform with Annex 1 to this Schedule L.

Page 311: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 264 of 277

Annex – I

(Schedule - L)

DUTIES & RESPONSIBILITIES FOR AUTHORITY’S ENGINEER

1 Scope

1.1 These Duties & Responsibilities (DR) shall apply to construction and

maintenance (wherever applicable) of the Railway Project.

2 Definitions and interpretation 2.1 The words and expressions beginning with or in capital letters and not

defined herein but defined in the Agreement shall have, unless repugnant

to the context, the meaning respectively assigned to them in the

Agreement. 2.2 References to Articles, Clauses and Schedules in this DR shall, except where

the context otherwise requires, be deemed to be references to the Articles,

Clauses and Schedules of the Agreement, and references to Paragraphs

shall be deemed to be references to Paragraphs of this DR. 2.3 The rules of interpretation contained in Clauses 1.2, 1.3 and 1.4 of the

Agreement shall apply, mutatis mutandis, to this DR. 3. General 3.1 The Authority’s Engineer shall discharge its duties in a fair, impartial and

efficient manner, consistent with the highest standards of professional

integrity and Good Industry Practice. 3.2 The Authority’s Engineer shall perform the duties and exercise the authority

in accordance with the provisions of this Agreement, but subject to

obtaining prior written approval of the Authority (where Authority’s

Engineer is designated as the Authority, the compliance of these conditions

have to be ensured by him/her) before determining:

(a) any Time Extension;

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

(c) the Termination Payment;

(d) providing Power Block or Traffic Block to the Contractor;

(e) approval of signalling plan and signalling plan and route control

chart;

(f) approval of disconnections for modification of signalling and

telecom works;

(g) any other matter which is not specified in (a) to (f) above and which

Page 312: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 265 of 277

creates an obligation or liability on either Party for a sum exceeding

Rs.5,000,000/- (Rupees fifty lakh). 3.3 The Authority’s Engineer shall submit regular periodic reports, at least once

every month, to the Authority in respect of its duties and functions assigned

to him for the project. Such reports shall be submitted by the Authority’s

Engineer within 10 (ten) days of the beginning of every month. 3.4 The Authority’s Engineer shall aid and advise the Authority on any proposal

for Change of Scope under Article 13. 3.5 In the event of any disagreement regarding the meaning, scope and nature

of Good Industry Practice, as set forth in any provision of the Agreement,

the Authority’s Engineer shall specify such meaning, scope and nature by

issuing a reasoned written statement relying on Good Industry Practice and

authentic literature. 3.6 The Authority’s Engineer shall verify the as built drawings submitted by the

Contractor after completion of the works. These drawings will be signed by

the Authority’s Engineer after due verification. 4. Construction Period

4.1 During the Construction Period, the Authority’s Engineer shall review the

Drawings furnished by the Contractor along with supporting data, including

the geo-technical and hydrological investigations, characteristics of

materials from borrow areas and quarry sites and topographical surveys.

The Authority’s Engineer shall complete such review and send its

observations to the Authority and the Contractor within 15 (fifteen) days of

receipt of such Drawings; provided, however that in case of an Important

Bridge, a Major Bridge or Structure, and interlocking and telecom switching

equipment the aforesaid period of 15 (fifteen) days may be extended up to

30 (thirty) days. In particular, such comments shall specify the conformity or

otherwise of such Drawings with the Scope of the Project and Specifications

and Standards. 4.2 The Authority’s Engineer shall review any revised Drawings sent to it by the

Contractor and furnish its comments within 10 (ten) days of receiving such

Drawings. 4.3 The Authority’s Engineer shall review the Quality Assurance Plan submitted

by the Contractor and shall convey its comments to the Contractor within a

period of 21 (twenty-one) days stating the modifications, if any, required

thereto. 4.4 The Authority’s Engineer shall complete the review of the methodology

proposed to be adopted by the Contractor for executing the Works, and

convey its comments to the Contractor within a period of 10 (ten) days

from the date of receipt of the proposed methodology from the Contractor.

The Authority’s Engineer shall draw the non-interlocking programme for

works involving existing yards and issue a jointly agreed NI programme for

each such yard.

Page 313: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 266 of 277

4.5 The Authority’s Engineer shall grant written approval to the Contractor,

where necessary, for interruption and diversion of the flow of traffic in the

existing lane(s) of the Railway Project for purposes of maintenance during

the Construction Period in. 4.6 The Authority’s Engineer shall review the monthly progress report furnished

by the Contractor and send its comments thereon to the Authority and the

Contractor within 7 (seven) days of receipt of such report. 4.7 The Authority’s Engineer shall inspect the Construction Works and the

Railway Project and shall submit a monthly Inspection Report bringing out

the results of inspections and the remedial action taken by the Contractor in

respect of Defects or deficiencies. 4.8 The Authority’s Engineer shall conduct the pre-construction review of

manufacturer's test reports and standard samples of manufactured

Materials, and such other Materials as the Authority’s Engineer may

require. 4.9 For determining that the Works conform to Specifications and Standards,

the Authority’s Engineer shall require the Contractor to carry out, or cause

to be carried out, tests at such time and frequency and in such manner as

specified in the Agreement and in accordance with Good Industry Practice

for quality assurance. For purposes of this Paragraph 4.9, the tests specified

in Manuals or any modification/substitution thereof shall be deemed to be

tests conforming to Good Industry Practice for quality assurance. 4.10 The Authority’s Engineer shall test check at least 20% (twenty per cent) of

the quantity or number of tests prescribed for each category or type of test

for quality control by the Contractor. 4.11 The timing of tests referred to in Paragraph 4.9, and the criteria for

acceptance/ rejection of their results shall be determined by the Authority’s

Engineer in accordance with the Quality Control Manuals. The tests shall be

undertaken on a random sample basis and shall be in addition to, and

independent of, the tests that may be carried out by the Contractor for its

own quality assurance in accordance with Good Industry Practice. 4.12 In the event that results of any tests conducted under Clause 11.10

establish any Defects or deficiencies in the Works, the Authority’s Engineer

shall require the Contractor to carry out remedial measures. 4.13 The Authority’s Engineer may instruct the Contractor to execute any work

which is urgently required for the safety of the Railway Project, whether

because of an accident, unforeseeable event or otherwise; provided that in

case of any work required on account of a Force Majeure Event, the

provisions of Clause 19.6 shall apply. 4.14 In the event that the Contractor fails to achieve any of the Project

Milestones, the Authority’s Engineer shall undertake a review of the

progress of construction and identify potential delays, if any. If the

Authority’s Engineer shall determine that completion of the Railway Project

is not feasible within the time specified in the Agreement, it shall require

Page 314: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 267 of 277

the Contractor to indicate within 15 (fifteen) days the steps proposed to be

taken to expedite progress, and the period within which the Project

Completion Date shall be achieved. Upon receipt of a report from the

Contractor, the Authority’s Engineer shall review the same and send its

comments to the Authority and the Contractor forthwith. 4.15 The Authority’s Engineer shall obtain from the Contractor a copy of all the

Contractor’s quality control records and documents before the Completion

Certificate is issued pursuant to Clause 12.4. 4.16 Authority’s Engineer may recommend to the Authority suspension of the

whole or part of the Works if the work threatens the safety of the public

and pedestrians. After the Contractor has carried out remedial measure, the

Authority’s Engineer shall inspect such remedial measures forthwith and

make a report to the Authority recommending whether or not the

suspension hereunder may be revoked. 4.17 In the event that the Contractor carries out any remedial measures to

secure the safety of suspended works and the public, and requires the

Authority’s Engineer to inspect such works, the Authority’s Engineer shall

inspect the suspended works within 3 (three) days of receiving such notice,

and make a report to the Authority forthwith, recommending whether or

not such suspension may be revoked by the Authority. 4.18 The Authority’s Engineer shall carry out, or cause to be carried out, all the

Tests specified in Schedule-J and issue a Completion Certificate or

Provisional Certificate, as the case may be. For carrying out its functions

under this Paragraph 4.18 and all matters incidental thereto, the Authority’s

Engineer shall act under and in accordance with the provisions of Article 12

and Schedule-J. 5. Determination of costs and time 5.1 The Authority’s Engineer shall determine the costs, and/or their

reasonableness, that are required to be determined by it under the Agreement. 5.2 The Authority’s Engineer shall determine the period of Time Extension that

is required to be determined by it under the Agreement. 5.3 The Authority’s Engineer shall consult each Party in every case of

determination in accordance with the provisions of Clause 16.5. 6. Payments 6.1 The Authority’s Engineer shall withhold payments for the affected works for

which the Contractor fails to revise and resubmit the Drawings to the

Authority’s Engineer in accordance with the provisions of Clause 10.2.7 (d). 6.2 Authority’s Engineer shall -

(a) within 10 (ten) days of receipt of the Stage Payment Statement from

the Contractor pursuant to Clause 17.4, determine the amount due

to the Contractor and recommend the release of 90 (ninety) per

Page 315: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 268 of 277

cent of the amount so determined as part payment, pending issue of

the Interim Payment Certificate; and

(b) within 15 (fifteen) days of the receipt of the Stage Payment

Statement referred to in Clause 17.4, deliver to the Authority and

the Contractor an Interim Payment Certificate certifying the amount

due and payable to the Contractor, after adjustments in accordance

with the provisions of Clause 17.11. 7. Other duties and functions

The Authority’s Engineer shall perform all other duties and functions as

specified in the Agreement. 8. Miscellaneous 8.1 A copy of all communications, comments, instructions, Drawings or

Documents sent by the Authority’s Engineer to the Contractor pursuant to

this TOR, and a copy of all the test results with comments of the Authority’s

Engineer thereon, shall be furnished by the Authority’s Engineer to the

Authority forthwith. 8.2 The Authority’s Engineer shall retain at least one copy each of all Drawings

and Documents received by it, including ‘as-built’ Drawings, and keep them

in its safe custody. 8.3 Within 90 (ninety) days of the Project Completion Date, the Authority’s

Engineer shall obtain a complete set of as-built Drawings, in 2 (two) hard

copies and in micro film form or in such other medium as may be

acceptable to the Authority, reflecting the Railway Project as actually

designed, engineered and constructed, including an as-built survey

illustrating the layout of the Railway Project and setback lines, if any, of the

buildings and structures forming part of Project Facilities; and shall hand

them over to the Authority against receipt thereof. 8.4 The Authority’s Engineer shall inform the Authority and the Contractor of

any event of Contractor’s Default within one week of its occurrence.

Page 316: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 269 of 277

SCHEDULE - M

(See Clauses 17.4.1, 17.6.1, and 17.6.1)

Forms of Payment Statements 1. Stage Payment Statement for Works

The Stage Payment Statement for Works shall state:

(a) the estimated amount for the Works executed in accordance

with Clause 17.3.1 subsequent to the last claim;

(b) amounts reflecting adjustments in price for the aforesaid claim;

(c) the estimated amount of each Change of Scope Order

executed subsequent to the last claim;

(d) amounts reflecting adjustment in price, if any, for (c) above

in accordance with the provisions of Clause 13.2.3 (a);

(e) total of (a), (b), (c) and (d) above;

(f) Deductions:

(i) Any amount to be deducted in accordance with the

provisions of the Agreement except taxes;

(ii) Any amount payable by the Contractor to the Authority

under the provisions of the Agreement; and

(iii) Any amount towards deduction of taxes at source

under Applicable Laws.

(iv) Total of (i) to (iii) above.

(g) Net claim: (e) – (f) (iv);

(h) The amounts received by the Contractor up to the last claim:

(i) For the Works executed (excluding Change of Scope orders);

(ii) For Change of Scope Orders, and

(iii) Taxes deducted at source under Applicable Laws 2. Contractor’s claim for Damages Note: The Contractor shall submit its claims in a form acceptable to the Authority.

___

Page 317: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 270 of 277

SCHEDULE - N (See Clause 18.1)

INSURANCE

1. Insurance during Construction Period 1.1 The Contractor shall effect and maintain at its own cost, from the

Appointed Date till the date of issue of the Completion Certificate, the

following insurances for any loss or damage occurring on account of Non

Political Event of Force Majeure, malicious act, accidental damage,

explosion, fire and terrorism: (a) insurance of Works, Plant and Materials and an additional sum of [15%

(fifteen per cent)] of such replacement cost to cover any additional costs of

and incidental to the rectification of loss or damage including professional

fees and the cost of demolishing and removing any part of the Works and of

removing debris of whatsoever nature; and (b) insurance for the Contractor's equipment and Documents brought onto the

Site by the Contractor, for a sum sufficient to provide for their replacement

at the Site. 1.2 The insurance under paragraph 1.1 (a) and (b) above shall cover the

Authority and the Contractor against all loss or damage from any cause

arising under paragraph 1.1 other than risks which are not insurable at

commercial terms. 2. Insurance for Contractor’s Defects Liability

The Contractor shall effect and maintain insurance cover for the Works

from the date of issue of the Completion Certificate until the end of the

Defects Liability Period for any loss or damage for which the Contractor is

liable and which arises from a cause occurring prior to the issue of the

Completion Certificate. The Contractor shall also maintain other insurances

for maximum sums as may be required under Applicable Laws and in

accordance with Good Industry Practice. 3. Insurance against injury to persons and damage to property 3.1 The Contractor shall insure against its liability for any loss, damage, death or

bodily injury, or damage to any property (except things insured under

Paragraphs 1 and 2 of this Schedule) or to any person (except persons

insured under Clause 18.9), which may arise out of the Contractor's

performance of this Agreement. This insurance shall be for a limit per

occurrence of not less than the amount specified below with no limit on the

number of occurrences. The insurance cover shall be not less than: Rs. 10,00,000 (Rs. Ten Lakhs)

3.2 The insurance shall be extended to cover liability for all loss and damage to

the Authority's property arising out of the Contractor’s performance of this

Agreement excluding: (a) the Authority's right to have the construction works executed on, over,

Page 318: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 271 of 277

under, in or through any land, and to occupy this land for the Works; and (b) damage which is an unavoidable result of the Contractor's obligations to

execute the Works. 4. Insurance to be in joint names

The insurance under paragraphs 1 to 3 above shall be in the joint names of

the Contractor and the Authority.

___

Page 319: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 272 of 277

SCHEDULE - O

(See Clauses 4.7)

Provision of Traffic Blocks and Power Blocks

1. Provision of Traffic Blocks and Power Blocks 1.1 The authority shall provide Power Blocks or Traffic Blocks or Power Blocks,

or both, during day or night, as the case may be, to enable the Contractor to

execute the construction works of overhead equipment, or such other work

as may be determined by the Authority’s Engineer. The maximum aggregate

duration of blocks for the Railway Project shall be 5634 hours. 1.2 The Contractor is entitled to execute the construction work within the block

period specified in this Schedule-O. The total duration of Power Block or

Traffic Block or both, as the case may be, shall not exceed 20% of the period

specified in this Agreement. In case such total duration exceeds 20% the

Contractor shall pay Damages at the rate of Rs10,000/- per hour or part

thereof for the exceeded Block periods.

__

Page 320: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 273 of 277

SCHEDULE - P

(See Clauses 4.4) Machinery and equipment

1. The Authority shall provide the following machinery and equipment to the

Contractor at the daily rates shown against each machinery and equipment:

SN Particulars of each type of machinery and

equipment

Daily rate in rupees in

rounded figures

1 8 wheeler Tower Wagon 2000

2 Diesel Loco 2000

3 BRN wagon 1000

4 Conventional non-ac coach 1000

5 BRN mounted 5 MT Rail Crane 1000

However, open wagons and ordinary passenger coaches for the purpose of

formation of Reel Wagon and Deck Coach for the stringing of catenary and/or

contact wire, will be provided free of cost.

__

Page 321: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 274 of 277

The End of Schedules

Page 322: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 275 of 277

Appendices

Page 323: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 276 of 277

APPENDIX-I

LIST OF BID-SPECIFIC CLAUSES$

A. Clauses with non-numerical ($) footnotes: 1. Clause 1.5 : Joint and several liability pertaining to consortium 2. Clause 3.2.1 : Obligation relating to sub-contracts and any other agreements 3. Clause 13.5.1 : Power of the Authority to undertake works 4. Article 26 : Definition of Consortium 5. Schedule-F, Annexure-I : Item (C)-8 6. Schedule-F, Annexure-III : Item (B) and Item (C)-8

B. Clauses with curly { } brackets:

1. Recital : Para 2 2. Clause 1.5 : Joint and several liability 3. Clause 3.2.1 : Obligations relating sub-contracts and any other agreements 4. Clause 5.1 (l) : Representations and warranties of the Contractor 5. Article 26 : Definition of “Affiliate”, “Consortium” and “Lead Member” 6. Contract Agreement : ‘Signature’ page 7. Schedule-F, Annexure-I : Item (B) and Item (C) 1 8. Schedule-F, Annexure-III : Item (B)

C. Clauses with Blank Spaces (.....), (***)

1. First line of the Concession Agreement 2. Recital : Para 2 3. Recital : Item A, B, C and E 4. Clause 3.9 : Training of Authority’s Personnel 5. Clause 17.1.1 : Contract Price

Page 324: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 277 of 277

6. Schedule-F, Annexure-I : Item A, B and C

7. Schedule-F, Annexure-I : Signing Date 8. Schedule-F, Annexure-II : Item A and C 9. Schedule-F, Annexure-II : Signing Date 10. Schedule-F, Annexure-III : Item A, B and C 11. Schedule-F, Annexure-III : Signing Date 12. Schedule-L, Annexure-I : Clause 1.1 : Scope

$ This Appendix-I contains a list of clauses that would need to be suitably modified for

reflecting bid-specific provisions after the contractor has been selected. This Appendix-I may

be included in the draft EPC Agreement forming part of the bid documents. It may, however,

be deleted when the Contract Agreement is to be executed.

Page 325: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

FEASIBILITY REPORT

ELECTRIFICATION

OF

DELHI SARAI ROHILLA-REWARI

AND

ALWAR-BANDIKUI-JAIPUR-PHULERA-MADAR

SECTIONSOF

NORTHERN& NORTH- WESTERN RAILWAY

Page 326: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Feasibility Report

1.1 TERMS OF REFERENCE

1.1.1 The approval for the work of electrification ofDelhi Sarai Rohilla-Rewari-Ringus-

Phulera-Rani, Palanpur- Ahmadabad section including Kalol-Gandhinagar-Khodiyar and

Alwar-Jaipur-Phulera sections was communicated by Board vide letter No.

2006/RE/161/4 Vol-VIIFTS- 58820 dt. 19.03.2013. The same has appeared in the Pink

Book of Railway Board, year 2013-14 as item no. 52 of Railway Electrification Projects

at a total cost of Rs. 1121.21Crores.

1.1.2 TheDelhi Sarai Rohilla-Rewari-Ringus-Phulera-Rani, Palanpur- Ahmadabad section

including Kalol-Gandhinagar-Khodiyar and Alwar-Jaipur-Phulera sectionshas a route

KMs of 928.20 and Track KMs of 1728.81. TheDelhi Sarai Rohilla-Rewari and Bandikui-

Jaipur-Phulera-Ajmer sectionsare double line sections and doubling is under progress

in Ajmer-Rani section. The Alwar-Bandikui,Rewari-Ringus-Phulera, Palanpur-

Ahmedabad andKalol-Gandhinagar-Khodiyar sections are single line sections.

1.1.3 Out of above section, it is proposed to execute the electrification work of Delhi Sarai

Rohilla-Rewari and Alwar-Jaipur-Phulera-Madar section through EPC mode of

tendering.

.

1.1 Background

1.2.1 Delhi - Ahmedabad route is one of the most congested sections on Indian Railway. It is

an alternative route for Delhi to Mumbai which goes via Vadodara. The demand for

passenger services is quite intense on this route. Delhi-Ajmer-Palanpur-Ahmedabad

happens to be a major passenger corridor with large demand for trains to and fro

specially from Ajmer, Jaipur and Ahmedabad. Phulera-Ringus-Rewari is an important

bypass and alternative route to Phulera - Jaipur - Alwar – Rewari.

1.2.2 The breakup of double line and single line sections of EPC sections are as under:

Section RKM Status of line

Delhi Sarai Rohilla – Rewari 77.518 Double Line

Alwar - Bandikui 60.250 Single Line

Bandikui-Jaipur-Phulera-Madar 216.095 Double Line

Total 353.863

Hence, out of 353.863 route kilometers, 293.613 route kilometers is double line and

60.250route kilometers is single line. The doubling of Alwar – Bandikui has also been

sanctioned but the electrification of second line is not in the scope of this contract.

1.2.4 The proposed section passes mostly through plain areasin the state of Delhi, Haryana

&Rajasthan.

1.2.3 The section consists of 16 Stations in Delhi Division of NR, 41 Stations of Jaipur

Division. The ruling gradient is 1:150. Most of stations are approachable by road.

1.2.4 Section DLI-RE section falls in civil districts of Western and South Western of Delhi,

Gurgaon and Rewari of Haryana, section Alwar-Jaipur-Phulera- Madar fall in civil

district of Alwar, Dausa, Jaipurof Rajasthan.

1.2.5 The climatic condition of the region is extreme and the maximum and minimum

temperature during summer and winter months are 49 ºC and 4 ºC respectively. For

the purpose of OHE design the temperature ranges of 65 ºC to 0 ºC is to be considered

as per RDSO standard.

1.3 Scope of work:

Page 327: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

1.3.1 The scope of work includes the provision of over-head equipment on the Railway

tracks, construction of switching posts, traction sub-stations, Augmentation of

Supervisory remote control and data acquisition system, Construction of all service

buildings, quarters, tower wagon shed/siding, ohe depot, PSI depotetc, Modification to

FOB/ROB, PF shed modification, All general services works, All signaling and

modification to telecommunication system to suit 25 kV AC traction as per existing

guidelines, CLS/AT works, modification to HT power line crossings, Augmentation of

electric Power Supply works, Modification to existing Electrical Works, supply of

maintenance spares, T&P items as per provision of ACTM, Project Facility works like

rest houses, camp offices, siding/depot etc as well as all associated works including

testing and commissioning. Detailed scope of work has been defined in RFP document.

1.4 Transportation

Delhi – Ahmadabad route is one of the most congested sections on Indian Railway. EPC

route also falls in the same section. It is an alternative route for going from Delhi to

Mumbai which goes via Vadodara. The demand for passenger services is quite intense

on this route. Delhi – Ajmer – Palanpur –Ahmadabad happens to be a major passenger

corridor with large number of demands for trains to and fro specially from Ajmer,

Jaipur and Ahmadabad. Phulera Ringus – Rewari is an important by pass and

alternative route to Phulera – Jaipur – Alwar – Rewari .

1.5 Electrical

1.5.1 The soil is mostly sandy yellow soil. At few stretches soft rock also exists. Suitabletype

of foundations based on latest design of RDSO will be required.

1.5.2 General supply diagrams and plans have been prepared based on requirement of

Delhi&Jaipur, division and laid down norms. Approval of Northern and North Western

Railway has been obtained.

1.5.3 Six traction sub-stations have been proposed to be set up atKishangarh,Phulera, Jaipur,

Dausa, Rajgarh, and Garhi Harsaru Jn.

1.5.4 The remote control centers at Delhi &Jaipur will be augmented to cater to this section

as well.

1.5.5 High Rise OHE suitable for double stack container and passenger Train operation will

be required in Gurgaon-Rewari&Kanakpura-Phulera-Madar considering latest wind

zones.

1.5.6 The existing over-line structures, such as FOBs etc. would be required to be studied

with a view to provide the requisite clearance for the provision of OHE beneath them.

1.5.7 Power supply will be taken from nearest grid sub station for feeding the traction sub-

stations. The work of Transmission line and bay at grid substations will be carried out

by the RRVPNL under deposit works. The same will not be in the scope of EPC contract.

1.5.9 EHT overhead crossings, lines owned by State Electricity Boards above 132 kV will be

modified by the respective agencies under deposit works and the same will not be in

the scope of EPC contract. But the HT/LV crossings, lines of 33 kV and below will be

required to be modified by EPC contractor

1.5.10 25KV/230V single-phase (5/10/25/50KVA) ATs connected to the OHE wiil be required

to be provided for giving LT power supply to Switching Stations, Traction

substations,Railway stations and LC Gates etc.

1.5.11 All General Services works including wiring, augmentation of load etc will be required

to be carried out by the contractor.

1.5.12 The Electrical details are furnished at respective place in agreement to RFP.

1.6 SIGNAL & TELECOMMUNICATION

SIGNALLING:

Page 328: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Details of section wise existing signalling installation are as under:-

1.6.1 Delhi Sarai Rohilla – Rewari 82 Km long double line section is situated in Delhi division

of Northern Railway. All stations in the section are provided with MACLS EI/PI/RRI.

1.6.2 Jaipur – Bandikui – Alwar section is 150.69 Km long. Section Alwar – Bandikui (60.37

Km.) is presently single line section and Bandikui – Jaipur (90.32 Km.) is double line

section situated in Jaipur division of North Western Railway. All stations in section are

provided with MACLS Panel Interlocking and major Route Relay Interlocking at Jaipur.

One station BaisGodam has been provided with LQ Semaphore signaling which is in

single line section.

1.6.3 Jaipur – Phulera – Ladpura is 120.89 Km long situated in Jaipur division of North

Western Railway. Section Jaipur – Ladpura (128 Km.) is double line section. All stations

in section have been provided with MACLS PI/EI.

Signaling modification for 25 KV fitness has been proposed at all stations except Bais

Godam where new PI has been proposed.

TELECOMMUNICATION:

1.6.4 Railway owned underground Quad cables is available in the entire section. Control,

block and LC gate Telephones are working on underground Quad cables in the

section. Section is also having OFC already laid and OFC dropping is there at all Block

stations.

Details of existing underground Quad cable are mentioned below:

1. Delhi – Sarai Rohalla – Rewari :- 4 Quad

2. Jaipur – Bandikui - Alwar :- 4 Quad

3. Jaipur - Phulera – Madar :- 4 Quad

The 4 Quad cable laid in the section has been proposed for replacement with 6 Quad

cable with provision of LC gate, emergency sockets etc. on 6 quad cable. Also

provision has been made to meet the requirement of communications for SP, SSP &

TSS, depot, offices etc. for RE.

1.6.5 OFC is already provided in complete section. Provision for PD MUX and accessories

has been catered in the estimate for dropping channels for TPC and Remote control

circuits at way stations. STM Link has been catered in for replacement/augmentation

of communication facilities for new infrastructure being created for Railway

Electrification.

1.6.6 Modification to PA system and other passenger amenities at stations in the section

has been catered for 25 KV fitness.

1.6.7 All other existing telecom installation has to be modified suitably for 25 KV AC

traction.

1.7 CIVIL ENGINEERING

The Civil Engineering Details are furnished at respective place in agreement to RFP

document.

Page 329: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

1.8 TRANSPORTATION

FACTS AT A GLANCE

1. Section details:-

(1) Delhi Sarai Rohilla-Rewari Section (Delhi Division, NR)

(i) Route KMS : 76Kms

(ii) No. of stations : 16 (12’B’ Class, 4 ‘D’ Class)

(iii) System of working : Absolute Block System

(iv) Type of Signalling : MACLS

(v) Single line/Double line : Double line

(vi) Max. Permissible speed : 110 KMPH

(2) Alwar-Jaipur Section: : (Jaipur division, NWR)

(i) Route KMS :- 150Kms

(ii) No. of stations : 21

(iii) System of working : Absolute Block System

(iv) Type of Signalling : MACLS

(v) Single line/Double line : AWR-BKI- Single Line, BKI-JP-

Double

Line

(vi) Max. Permissible speed : AWR-BKI 110 KMPH, BKI-JP

100

KMPH.

(3) Jaipur-Madar Section: (Jaipurdivision, NWR)

(i) Route KMS :- 138Kms

(ii) No. of stations : 18

(iii) System of working : Absolute Block System

(iv) Type of Signalling : MACLS

(v) Single line/Double line : Double Line

(vi) Max. Permissible Speed : JP-FL 110 KMPH., FL-MD 100

KMPH,

2. Pattern of Goods Traffic:

(1) NR- Delhi Sarai Rohilla-Rewari Section (Delhi Division)

Cement, Container, POL, Automobile and Food grain

(2) NWR- (i) Jaipur – Bandikui – Alwar section

(ii) Jaipur – Phulera – Madar Section

Cement, iron Fertilizer, Lime stone, clinker, Coal, Food grain, Container

and ODC & Military movement.

(3) Double stack Container traffic movement in Gurgaon-RE & Kanakpura- Phulera –

Madar Section.

Page 330: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

3. Avg. No. of passenger carrying trains running:-

SN. Section Avg. daily run (each way)

1. DLI-RE 32

3. AWR-BKI 18

4. BKI-JP 25

5. JP-FL 33

6. FL-MD 21

**********

Page 331: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 1 of 22

MANUAL OF

SPECIFICATION & STANDARDS FOR

RAILWAY ELECTRIFICATION PROJECTS FOR EPC CONTRACTS

No.:2014/RE/161/2 (Part-III)

July’2014

Page 332: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 2 of 22

SECTION 1

GENERAL

1.1 This Manual is applicable for Planning; Design & Construction of Rail System ("the Project") through EPC mode. The scope of the work shall be as defined in the Agreement. This Manual shall be read harmoniously with the intent of the Agreement.

1.2 The Project and the project facilities shall conform to the requirements of design and specifications set out in this Manual, which are the minimum prescribed. The project report and other information provided by the Authority shall be used by the Contractor only for its own reference and for carrying out further investigations. The Contractor shall be solely responsible for undertaking all the necessary surveys, investigations and detailed design in accordance with good industry practice and due diligence, and shall have no claim against the Authority for any loss, damage, risk, costs, liabilities or obligations arising out of or in relation to the project report and other information provided by the Authority. 1.3 At least 2 weeks prior to commencement of the work, the Contractor shall draw up a Quality Assurance Manual (QAM) covering the Quality System (QS), Quality Assurance Plan (QAP) and documentation for all aspects of the project works and send three copies each to the Authority’s Engineer for review. The QAM shall conform to Applicable Laws, Good Industry Practice in vogue and the provisions of the Agreement. 1.4 The codes, standards and specifications applicable for design of the components of the railway electrification are listed in Sections 2, 3, 4 and 5. 1.5 The latest version of the codes, standards and specifications which have been published before the last date of bid submission shall be considered applicable. 1.6 The terms ‘Inspector’ and ‘Engineer’ used in codes, standards or specifications shall be deemed to be substituted by the term “Authority’s Engineer” , to the extent it is consistent with the provisions of the concession Agreement and this Manual. The role of the Authority’s Engineer (AE) shall be defined in the Agreement. 1.7 In the absence of any specific provision on any particular issue in the aforesaid codes, standards or specifications read in conjunction with the Specifications and Standards contained in this Manual, the Contractor shall be at liberty to rely on any International Standard in consultation with Authority’s Engineer. 1.8 All items of building works shall confirm to the standards specified in the National Building Code (NBC) and the relevant codes issued by BIS. For this purpose, building works shall be deemed to include station buildings, Depot and workshop, T o w e r W a g o n S h e d , R e m o t e C o n t r o l C e n t r e , S i g n a l l i n g I n s ta l l a t i o n s , T r a c t i o n I n s t a l l a t i o n s , building comprising Project Facilities, traffic integration works, landscape elements and/or any other works incidental to the building works. 1.9 The Contractor shall develop fire fighting system in consultation with Authority’s Engineer complying with the local fire safety regulations and Good Industry Practice in vogue. Fire detection and suppression shall generally be as per NBC-2005.

Page 333: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 3 of 22

1.10 The design of a rail system shall be fully integrated and compatible with all other sub-systems that constitute the Rail System so that the overall requirements of the Rail System are met. As per as possible, uniformity of design standards shall be maintained throughout the rail system.

1.11 Alternative Standards and specifications The requirements stated in the Manual are the minimum. The Contractor will, however, be free to adopt International practice, alternative specifications, materials and standards to bring in innovation in the design and construction provided they are better or comparable with standards prescribed in the manual. The specifications and techniques which are not included in the codes, standards or specifications shall be supported with authentic standards and specifications reflected in other internationally recognised codes, standards and specifications. Such a proposal shall be submitted by the Contractor to the Authority’s Engineer. In case, the Authority’s Engineer is the of opinion that the proposal submitted by the Contractor is not in conformity with any of the codes, standards and specifications, then he will record his reasons and convey the same to the Contractor for compliance. A record shall be kept by the Authority’s Engineer, of the non-compliance by the Contractor of the minimum Specifications and Standards specified in the manual. Adverse consequences, if any arising from any such non-compliance, shall be treated as “Contractor Default” and shall be dealt in accordance with the provision of the Agreement. Additionally, in case of Signalling and Telecommunication systems, in the event the Contractor’s proposal for an alternative specification or standard is agreed to, the Authority should make arrangements for continued maintenance support for the equipment or material having alternative specification or standards beyond warranty period.

1.12 General considerations for planning, design and construction The Contractor shall take measures to overcome the physical and operational constraints and plan, design and construct the Project using appropriate methods, management techniques and technologies, General considerations shall, without being limited to, be as follows: (a) The constraints:

The physical constraints in the Project could be in the form of limitation of the right of way, existing train services in the vicinity, inadequate approach roads and underpass at-grade yards & stations etc. The operational constraints arise out of the necessity or possibility of closing a portion of the road for construction and/or dirverting the traffic to temporary diversions, thereby reducing the capacity and safety of the existing network. The solutions evolved by the Contractor shall be such that these constraints are overcome through appropriate planning, design and construction method, techniques and technologies and by adopting suitable traffic management measures.

(b) Safety of design: All designs shall be safe to ensure that the Project or any part thereof (for example embankment, pavement, retaining structures, bridges, tunnels, culverts, etc. ) does not collapse (global stability) nor its serviceability/performance (for example settlement, roughness, undulations, deflections, etc) deteriorates below acceptable level as recognized by Good Industrial Practice.

Page 334: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 4 of 22

(c) Durability:

The Project shall not only be safe but also durable. This would mean that the deteriorating effect of climate and environment (for example wetting and drying, freezing and thawing, if applicable, temperature differences, aggressive environment leading to corrosion, etc) in addition to the traffic shall be duly considered in design and construction to make the Project durable.

(d) Mitigating disruptive effects of construction: The planning, design and construction of the Project shall be such that the construction does not have adverse impact on the environment and does not disrupt the lives and business activities of the people living to close the Project.

1.13 General considerations for rail systems design

The rail systems including all the subsystems designed to be utilized by the Contractor shall be of proven technology and should have been in service in other similar systems for at least 03 years.

1.14 Safety during Construction and Operation & Maintenance

1.14.1 The Contractor shall develop, implement and administer a surveillance and safety program

for providing a safe environment on or about the Project, and shall comply with the safety requirements set forth in the Agreement.

1.14.2 Before taking up any construction work, the Contractor shall prepare a Traffic

Management Plan for each work zone and furnish it to the Authority’s Engineer for comments duly incorporating the following:

(i) Designate a Site Safety Team headed by a qualified Safety Officer.

(ii) Traffic safety devices as per IRC:SP:55 with the following specifications: (a) Signages of retro-reflective sheet of high intensity grade.

(b) Delineators in the form of cones/drums (300 to 500 mm dia and 1000 mm

high) made of plastic/rubber having retro-reflective red and white band, at a spacing of maximum 5 m along with a reflective tape (red and white band) to be tide in between the gaps of cones / drums. A bulb / flasher using solar energy is to be placed on the top of the cones/drums for night delineation.

(c) Barricades using iron sheet (plain) with adequate iron railing/frame painted with retro-reflective paint in alternate black and white (or yellow and black) strips. Warning lights at 5.0 m spacing shall be mounted on the barricades and kept lit in the dark hours and night.

(iii) Sprinkling of water for dust control at work zones, haul road and plant/camp sites.

(iv) Noise/Pollution suppression measures at work zones haul road and plant/camp sites.

(v) Mechanical, electrical and fire safety practices.

Page 335: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 5 of 22

(vi) Safety measures like PPE (Personal Protection Equipment) for workers engaged.

(vii) First Aid and Emergency Response Arrangements i.e. First Aid Box, Ambulance,

paramedical staff, alarms etc.

(viii) Safety training/awareness programmes.

(ix) Formats to maintain the accident records/emergency response provided during accidents.

(x) A penalty scheme for violations in provision of adequate traffic control devices and proper traffic management should be proposed by the Contractor. In case of default, the amount of penalty shall be paid by the Contractor to the Authority.

(xi) A compensation scheme including insurance cover for third party for works / road users and road side residents in case of death/injury/damage to the vehicle/property resulting from accidents on the Project, irrespective of the person at a fault should be proposed by the Contractor.

1.14.3 The Contractor shall also be responsible for ensuring compliance of all labour laws and regulations including those relating the welfare of workers engaged both directly and indirectly on the Project, besides their occupational safety and health.

1.15 The Contractor shall set up field laboratory for testing of materials and finished

products as stipulated in QAM. It shall make necessary arrangements for additional / conformity testing of any materials/products at the government accredited laboratory, for which facilities at site laboratory is not available.

1.16 Environment Mitigation Measures

The Contractor shall carry out tests/monitor various parameters impacting the environment of the Project keeping in view of the guidelines of the Ministry of Environment and Forest and submit proposals for mitigation of adverse environment impact including provision of noise barriers, etc. for review and comments of the Authority’s Engineer, if any and undertake implementation of the proposals in consultation with the Authority’s Engineer. The Contractor shall take measures as may be necessary in accordance with the Applicable Laws and Good Industry Practice in vogue to control and mitigate the noise and vibration arising from the Rail System and their impact on the users and the neighbourhood. Noise mitigation measures shall be employed to ensure that the prescribed noise limits within the neighbourhood buildings and rail vehicles are not exceeded.

1.17 Utilities

The details of the new utilities which are to be constructed or provided for along or across the Project shall be specified in relevant schedule of the Agreement.

Page 336: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 6 of 22

1.18 Review and comments by the Authority’s Engineer

In case where the Contractor is required to send any drawings or documents to the Authority’s Engineer for review and comments, and in the event such comments are received by the Contractor, it shall duly consider such comments in accordance with the Agreement and Good Industry Practice in vogue for taking appropriate action thereon. The correspondence between the Contractor and Authority’s Engineer shall be deemed valid only if a copy thereof endorsed to and received by the Authority.

1.19 Definition and Interpretation

Unless specified otherwise in this Manual, the definitions contained in the Agreement shall apply.

1.20 In case of contradiction of in various documents mentioned in this Manual and other documents mentioned in the Agreement, the order of preference shall be as follows:

(i) Indian Railways Act (ii) Indian Electricity Act and Rules (iii) Indian Railways General and Subsidiary Rules (iv) Indian Railways Rules for Opening New Railway Lines (v) Indian Railways Standard Schedule of Dimensions for Broad Gauge (vi) IRS Codal provisions (vii) IRC Codal provisions (viii) IS Codal provisions (ix) IR Manual of AC Traction, IR Signalling Engineering Manual, IR

Telecommunication Manual etc (x) Manual of Specifications and Standards for Railway Electrification for EPC

contracts 2014, issued by Electrical Directorate of Railway Board (xi) Manual of Specifications and Standards for EPC contracts 2014, issued by Civil

Engineering Directorate of Railway Board

Page 337: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 7 of 22

Section 2: Electrical 2.1 INTRODUCTION This part of Tender document contains general, technical and other specifications for design and erection of complete 25 KV AC, 50 Hz single phase Traction Overhead equipment, Switching stations, Booster Transformer stations, LT Supply Transformer stations, Traction Sub-stations and associated Transmission line works, SCADA system, Electrical General Works, Signaling Works, Telecom works, Civil Engineering Works etc. This part also gives typical designs relating to Overhead Equipments, Switching Stations, Booster Transformer stations and Traction Sub-stations along with technical specifications of materials components, fittings etc. The entire Railway Electrification work shall be executed as per relevant IS/Specifications/ Drawings (latest version applicable in all cases up to the date of tender opening) and good industry practices. A list of the relevant Specifications/ IS available is included in Annexure. 2.2 LIST OF STANDARD SPECIFICATIONS

This Annexure contains list of documents, technical Specifications and IS referred to in various paragraphs of the Tender. The list of relevant Drawings for RE works has been included in the Schedule-I (Drawings) of RFP document.

All references to drawings, charts, schedules, specifications, IS etc given in this Annexure or elsewhere in the tender document shall be taken to be the latest versions including all amendments up to the date of tender opening.

All other items not covered under the Drawings/Specification shall be referred to as per relevant IS and Railways practices in force.

The Drawings and RDSO specifications can be purchased from the office of CEE/CORE, Allahabad or TI Directorate of RDSO, Lucknow on payment basis.

2.2.1 LIST OF STANDARD RDSO’s SPECIFICATIONS FOR OHE, TSS AND SCADA S.N. TITLE OF SPECIFICATION SPECIFICATION NO 1. Annealed stranded copper conductor for jumper

wire. ETI/OHE/3(2/94) with A&C slip No.1of (4/95)

2. Copper busbar RE/30/OHE/5 (11/60) 3. Structural Steel tubes. ETI/OHE/11 (5/89) 4.

Hot dip zinc galvanisation of steel masts (Rolled and Fabricated) tube and fittings used on 25 KV AC OHE.

ETI/OHE/13(4/84) with A&C slip No. 1of (5/86), 2 of (4/90) & 3 of (4/90)

5.

Stainless steel wire ropes TI/SPC/OHE/WR/1060 with A&C slip No 1 of (11/06) & 2 of (05/07)

6. Solid core porcelain insulators for 25 KV 50 Hz single phase over head lines

TI/SPC/OHE/INS/0070 (04/2007)

7. 25 KV single and double pole isolators. ETI/OHE/16(1/94) with A&C slip No.1 of (06/2000) & 2 of (3/2004)

Page 338: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 8 of 22

8. Steel fasteners & Stainless Steel fasteners TI/SPC/OHE/Fasteners/0120 9. Aluminium alloy section and tubes ETI/OHE/21 (9/74) 10. Standard for drawings for Traction Overhead

equipment ETI/OHE/25 (3/66)

11. Light Weight Section Insulators assembly. OR Section Insulator assembly without sectioning insulator.

TI/SPC/OHE/LWTSI/0060 (8/2006) OR ETI/OHE/27(8/84) with A&C slip No.1 of (10/92)

12. Enamelled steel plates ETI/OHE/33(8/85) Retro-reflective Structure Number Plates & Caution/Warning Boards

ETI/OHE/33A(12/97) Rev-7

13. Galvanised steel wire

ETI/OHE/36(12/73) with A&C Slip No.1of (5/98)

14. 3 pulley Type Regulating Equipment

TI/SPC/OHE/ATD/0060 (8/2006) with A&C Slip No1 of (10/2006) & 2 of (5/2007)

15. Fitting for 25 KV 50 HZ AC Overhead equipment

TI/SPC/OHE/Fittings/0130(10/13)

16. Cadmium copper conductor for overhead Railway Traction

ETI/OHE/50 (6/97) with A&C slip No.1 to 3.

17. Principles of OHE layout plans and sectioning diagrams for 25 KV AC traction

ETI/OHE/53(6/88) with A&C slip no.1 of (12/88), 2 of (8/89), 3 of (6/90), 4 of (8/92) & 5 of (11/2006)

18. 19/2.79mm All Aluminum alloy stranded catenary wire.

ETI/OHE/54(2/85) with A&C slip No. 1 of (11/89) &2 of (10/92)

19. Bimetallic (Al-cu) strip ETI/OHE/55(4/90) 20. Short Neutral Section Assembly (Phase Break) TI/SPC/OHE/SNS/0000 of (2/2000)

21. Code for bonding and earthing for 25 KV, AC single phase, 50 Hz traction system.

ETI/OHE/71(11/90) with A&C slip no. 1 of (8/91) & 2 of (3/93)

22. Insulated Cadmium copper catenary 19/2.10 mm dia for provision under overline structures in the 25 KV AC Electric Traction.

TI/SPC/OHE/INSCAT/0000 of (4/2000)

23. Battery charger for 110 V battery, 40 AH. ETI/PSI/1(6/81) 24. Lightning arrestor- 7.5 KV ETI/PSI/3(8/75) with A&C slip No.1

of (2/91) 25. 25 KV Dropout fuse switch & operating pole for

use with 10 KVA and 100 kVA 25 kV/ 230 V L.T. Supply transformer.

ETI/PSI/14(1/86) with A&C slip no 1 of (4/87)

26. 25 kV/240 V, 5 kVA,10 kVA, 25 kVA & 50 kVA, 50 Hz single phase oil filled Auxiliary Transformers.

ETI/PSI/15(8/03)

27. Low maintenance Lead Acid 40AH & 200 AH cells.

RDSO/PE/SPEC/TL/0040-2003(Rev-0) with A&C slip no 1 of (9/2005)

28. 150 KVA, 25 KV, single phase, 50 Hz. Dry type Cast resin Booster Transformers

ETI/PSI/97(6/87) with A&C slip No.1 of (9/88)

29. 100 KVA & 150 KVA, 25 KV, single phase, 50 Hz, oil filled Booster Transformers

ETI/PSI/98(8/92) with A&C slip No.1 of (9/92), 2 of (1/94) & 3 of (6/94)

30. 25 kV Single pole, Double Pole, Pole Mounted, Out Door Vacuum Circuit Breaker (VCB) and Vacuum Interrupter (BM)

TI/SPC/PSI/LVCBIN/0120 (December, 2013) (Revision – 0)

Page 339: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 9 of 22

31

Hard drawn grooved copper Contact wire ETI/OHE/76(6/97) with A&C slip No.1 of (4/01), 3 of (03/05) , 4 of (12/06), 5 of (7/09), 6 of (5/12) & 7 of (12/13)

32 Metal Oxide Gapless type Lightning Arrestor for use on 25kV side of Rly. traction sub stations & switching stations

TI/SPC/PSI/MOGTLA/0100(07/10)

33 Technical Specification for Silicon Composite Insulators for 25 kV A.C. 50 Hz single phase over head traction lines.

TI/SPC/OHE/INSCOM/1070 (01/07) or TI/SPC/OHE/INSCOM/1071 (04/13)

34 Specification for solid core porcelain cylindrical post insulator for systems with nominal voltage of 66kV, 110kV, 132kV & 220kV.

TI/SPC/OHE/POST/0100(01/2010)

35 25kv/240V L.T. supply Transformer, 100 KVA ETI/PSI/15 A (7/82) with A&C Slip No.1(9/89)

36 Battery charger for 110V Battery, 200 AH ETI/PSI/24(6/81)

37 Low tension Distribution panels for Railway A.C traction sub-stations

ETI/PSI/29 (12/79)With A&C Slip No.1 ( 2/93)

38 Standard for drawings for power supply Installations.

ETI/PSI/31 (5/76)

39 Low Tension distribution panels. ETI/PSI/63(7/82)

40 Technical specification for control and relay panel for 25kV AC TSS including specification for numerical type protection relays for traction transformer, 25kV shunt capacitor bank and transmission line for 25kV ac TSS on Indian Railways.

TI/SPC/PSI/PROTCT/6070(9/08) with A&C slip No.1

41 Technical specification for shunt capacitor & series reactor equipment for traction sub-station

TI/SPC/PSI/FC&SR/0100(01/10)

42 Technical specification for 25kV ac, 50 Hz, single phase, oil filled, current transformer with CT ratio of I -1000-500/5A (for general purpose), II-1500-750/5A (for heavy haul duties) for Railway ac traction sub station.

ETI/PSI/90 (6/95) with A&C Slip No.1, 2, 3, 4, 5, 6, 7 (08/2007) & 8 (April 2009).

43 Technical specification for two zone static relay for distance protection for 25kV ac single phase 50 Hz traction overhead equipment.

ETI/PSI/101 (8/87) with A&C Slip No.1 (09/87)

44 Technical specification for current transformers. I. 220kV. 200-100/5A, II. 132kV. 400-200/5A, III. 110kV. 400-200/5A, IV. 66kV. 800-400/5A for Railway A.C traction substations.

ETI/PSI/117 (7/88) with A&C Slip No.1 (11/88), 2 (3/89), 3 (12/89), 4 (4/90), 5 (6/90), 6 (9/92), 7 (8/05), 8 (08/2007) & 9 (July 2008).

45 Specification for 21.6 MVA single phase, 50 Hz. i) 220/27kV ii) 132/27kV iii) 110/27kV, iv), 66/27kV traction power transformer for Railway A.C traction sub- station.

ETI/PSI/118 (10/93) with A&C Slip No.1 to 10 (08/12) or latest

46 Code of practice for earthing of power supply installations for 25kV A.C., 50 Hz, single phase traction system.

ETI/PSI/120 (2/91) with A/c Slip No1 (10/93)

Page 340: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 10 of 22

47 Technical specification for i) 245 kV, (ii) 145 kV, (iii) 123 kV, (iv) 72.5 kV double pole & triple pole Isolator for Railway traction sub stations.

ETI/PSI/122 (3/89) with A&C Slip No.1(4/90)

48 Specification for Metal Oxide gapless type lightning arrestors (combined) for use on 220/132/110/66 kV side of Railway A.C. traction sub station.

ETI/PSI/137 (8/89) with A&C Slip No.1 (1/90), 2(2/91), 3(12/91), 4(8/94) 5 & 6 (9/05) & 7(07/2007)

49 Technical specification for 220 kV or 132 kV or 110 kV or 66 kV or 25 kV Potential Transformer

TI/SPC/PSI/PTS/0990(09/99) with A&C Slip No.1,2,3,4,& 5 (April 09

50 Delta I type High resistive fault selective Relay for 25 kV AC Single phase 50 Hz traction system.

TI/SPC/PSI/PROTCT/1982 (12/2003) with A&C slip no. 1

51 Panto flashover protection relay for 25 kV A.C. single phase 50 Hz traction system.

TI/SPC/PSI/PROTCT/2983 (08/2001)

52 Technical Specification for SCADA system for 25 kV, AC Single phase Traction supply on Indian Railways

TI/SPC/RCC/SCADA/0130 (04/2014)

53 Technical Specification for Galvanised Steel Stranded Wire for Traction Masts

TI/SPC/OHE/GSSW/0090 (10/2009)

54 Technical specification for galvanized steel stranded wire for traction bonds

TI/SPC/OHE/GALSTB/0040 Rev.1

55 Setting up Earthing station at switching posts (SSP & SP) with conventional Earthing

Special Maintenance Instruction No. TI/SMI/0032 Rev-1

56 Design handouts for Overhead equipments for running double stack containers under electrified routes (High rise OHE) with speed potential of 140 Kmph based on revised wind zones

TI/DESIGNS/OHE/2013/00001 (July’13)

57 OHE span in view of changes in wind zones in country

TI/OHE/GA/2013 dated 25/30.04.2013

2.2.2 LIST OF STANDARDS AND CODES OF BUREU OF INDARN STANDARDS(BIS)

IS Code No. Descriptions IS:2062-2011 Steel for general structural purpose IS:808-1989 Dimensions for hot rolled steel beam, column, channel & angle sections IS:1731-1971 Dimensions for steel flats for structural & general engineering purpose IS:2004-1991 Carbon steel forgings for general engineering purpose IS:1608-1995 Mechanical testing of metal- tensile testing IS:816-1969 Welding IS:731-1971 Porcelain Insulator for overhead power lines with a nominal voltage

greater than 1000V IS:3188-1980 Characteristics of string insulator units IS:282-1982 Dropper Wire IS:9968(Pt.2)-2002 Annealed Copper Jumper Wire IS:694:1990 Al. Jumper wire IS:398(PT.I)-1996 All Aluminum conductor IS:5082-1998 Material for Aluminum tubular busbar. IS:2673-2002 Dimensions for Aluminum Tubular Busbar. IS:2141-2000 Galvanised stay strand IS:1554(Part-I) 1988 PVC insulated cables

Page 341: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 11 of 22

IS:306-1983 Tin bronze castings IS:3091-1999 Aluminum bronze castings IS:14329-1995 Malleable iron castings IS:210-1993 Grey Iron castings IS:617-1994 Aluminum castings IS:1897-1983 Copper strip for formed fittings IS: 2074-1992 Ready mix Paint, air drying, Red oxide, Zinc chrome IS:398 Pt.II-1996 Al. conductor for overhead transmission purposes IS:3043-1987 Code of practice for earthing (1st Rev) IS:702-1988 Specification for industrial bitumen (2nd Rev) reaffirmed 1999 IS: 6403-1981 Code of practice for determination bearing capacity of shallow

foundations (1st Rev) IS: 456-2000 Plain & Reinforced concrete Code of practice (3rd Rev) IS: 383-1970 Specification for coarse & fine aggregates from natural sources for

concrete IS: 2386 Pt.III-1963 Method of tests for aggregates for concrete Pt. III Specific gravity, density

voids, absorption & buckling IS: 516-1959 Method of tests for strength of concrete IS: 1489 Pt. I 1991 Specification for Portland-Pozzalana cement Pt .I Fly ash based (3rd Rev) IS: 8130-1984 Conductor for Insulated electric cables & flexible cords (1st Rev) IS:335-1993 New Insulating oil (4th Rev) Reaffirmed 2000 IS:3837-1976 Accessories for Rigid steel conduit for electrical wiring IS:4826-1979 Specification for hot dipped for galvanised coatings on round steel wires

(1st Rev) IS:13947 Pt. III 1993 Specification for low voltage switchgear & control gear Pt.-3,

disconnectors & fuse combination unit IS:3854-1997 Switches for domestic & similar purposes(2nd Rev) IS:1293-2005 Plugs & socket outlets of rated voltage upto and including 250V and rated

current up to 16 Amp(3rd Rev) IS:371-1999 Ceiling rose spec.( (3rd Rev) IS:1777-1978 Industrial Luminaries with metal reflectors (1st Rev) IS:2312-1967 Propeller type AC ventilating fans (1st Rev) IS:732-1989 Code of practice for electrical wiring installation (3rd Rev) IS:269-1989 Specification for 33 grade ordinary Portland cement (4th Rev) IS:2675-1983 Enclosed distribution fuse boards ad cut-outs for voltage not exceeding

1000V AC & 1200V DC (2nd Rev) IS:800-1984 Code of practice for general construction in steel (2nd Rev)

IS:9537 Pt-I-1980 Conduits for electrical installations IS: 432 Pt.1-1982 Specification for mild steel & medium tensile steel bars and hard drawn

steel wires for concrete reinforcement IS:1786-1985 Specification for high strength deformed steel bars and wires for concrete

reinforcement IS:1387-1993 General requirements for the supply of metals and metal products IS:398(Part-III) 1976 Aluminum conductors galvanized steel reinforced

IS:2121-1981 Aluminum and steel cored Aluminum conductors for (Part I & II) overhead power lines.

IS: 7098 (Part.I) 1988 LT XLPE cables

IS : 1255 - 1983 Installation and Maintenance of Power Cables upto and including 33 kV rating.

IS: 875 (Part-3)/ 1987 (Reaffirmed)

Code of practise for design loads (other than earthquakes) for buildings and structures – Part 3: Wind loads second revision

Page 342: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 12 of 22

IS:2026/ 1977 Transformer IS: 3427 for VCB 11 KV HT vacuum circuit breaker, SF6/ 11 KV gas filled circuit breaker

IS:13118/1991 IS:13947 / 1993

ACB 11 KV

IS:11171/85 for dry type transformer

PSS/CSS with HT /LT switch gear , transformer and connected accessories

IS : 8828/96 for MCB IS: 13947 (Part-1&5/SecI)/ 93 for MCCB IS: 12640(Part-I)/2000 for RCCB IS: 13703 (Part-2/SecI)/93 for HRC fuse IS: 13947 (Part-3)/93 for SFU

MCCBs, MCBs, ELCBs, RCCBs, DB, ICTPN, TP, HRC fuse, Changing over switch, Switch fuse unit.

IS:7098(Part-2)/1985 XLPE 11/33 KV IS:694/ 1990 for PVC cables IS:1554 Part-1/1988 for heavy duty PVC ableIS:7098 Part-1 /1988 for XLPE cable

PVC/ XLPE power cable upto 1.1KV grade

IS: 1248 for Analog Instruments

Instrument Voltmeter, Ammeter, PF meter

IS:13573/ 1992 11KV cable end termination and jointing kits IS: 3231/65 Relays IS: 9974 (Part-1)/83 for HPSV IS: 10322 (Part-5), 10322 (Part 2&3)/84 for Luminaries IS: 15111 for CFL

Luminaries, MH, HPSV, T-5 fittings, CFL & related accessories.

IS:694/1990 for PVC cable PVC insulated Elect. Wire sheathed /Unsheathed, PVC, flexible LT cable, multicore, single core, Flat cable for submersible cable

IS: 2705 (Part 3)/92 Current Transformer

IS: 13314/92 for Inverter IS: 11260/85 for voltage Stabilizer

On line UPS, Servo Stabilizer, Inverter, CVT

IS:374/79 for ceiling fan IS:2312/63 for exhaust fan

Exhaust fan/ Air circulator/ Bracket & Pedestal fans/ ceiling fan

High mast IS: 875 Part 3, BSTN-10025/1993, CPE II TRT/1996 of ILE UK. Octagonal Pole S355JO Galvanization IS:2629 BSEN ISO-1461

Galvanized High Mast Tower/ Tubular pole/ Octagonal pole for general purpose lighting

IS: 13779/1999 IEC:62053-21

Electronic Energy meter

IS:8148 for Package type, IS:1391 for Room air conditioners

Central Air Conditioning Plants & Package type plant

IS: 13340/93 IS: 13341/92

Capacitors – PF correction for Electrical General Services.

IS: 13364(Part-1)/92 for Alternator

DG Sets – Portable

Page 343: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 13 of 22

IS: 1001/91 for Diesel Engine. IS:13364 DG Engine IS:4722/2001 IS:4728/1975

Alternator for DG set

IS: 235/96 IS:12615/2004

Induction motor

IS:13947 (Part1)/1993 IS:13947 (Part4)/1993

LT Switchgear & control gears-Contactors & motor starters, Energy Efficient Soft Starter panel/Earthing Switch, Single phase preventer

IS:8034/2002 for submersible pump sets IS:9283/1995 for motor of submersible pump sets IS:14220/1994 for open well submersible pump sets

Pumps- Submersible

IS:3854/88 for switches IS:1293/88 for plugs & sockets IS:371/79 for ceiling rose IS: 1258/79 for lamp holder bakelite

Electrical accessories (Piano switch, Plugs & sockets, ceiling rose, Angle holder, holders)

IS:2268/1988 or latest Bell Buzzer IS:11037/1984 Electronic fan regulator IS:1239 (Part-1)/90 GI/MS Pipe IS:2026 IS:3895

Battery charger for other than battery room for train lighting

As per RDSO spec having re-generation facilities

Battery charger for battery room

IS: 9537/93 for PVC Conduit wiring IS: 14927 for Casing Caping wiring

PVC Conduit pipe & Casing capping for electrical wiring

IS:4571/1977 Aluminum Ladders As per relevant IEC LT panels

Page 344: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 14 of 22

Section: 3 Signalling

3.1 The following general instructions may be followed in respect of all signalling works. 3.1.1 Any signaling circuit in the vicinity of 25 KV AC Traction lines is liable to be

affected by induced voltages and surges. Such circuits therefore, can not be retained on overhead line wires and shall be transferred into underground cables. All precautions shall be taken to protect circuits, equipments and persons operating the equipments from the effects of 25 KV AC traction. All precautions shall also be taken to protect circuits and equipments in such manner so as to prevent unsafe conditions for train operation. The system design must ensure fail safe principle.

3.1.2 Trenching and cable laying shall be in conformity with guidelines on signal cable

laying issued by RDSO vide RDSO/SI/G/2010 Version: 1.1 with latest amendment.

3.1.3 IPS (Integrated Power Supply) system shall be supplied and installed in conformity to RDSO specifications No. RDSO/SPN/165/2012 with latest amendments.

3.1.4 Data logger shall be supplied and installed in conformity to IRS specification No. IRS-

S-99/2006 with latest amendments. 3.1.5 The EI (SSI) system shall be supplied and installed in conformity to RDSO

specifications No. RDSO/SPN/192/2005 and TANs (Technical Advisory Notes) with latest amendments having hot standby system configuration.

3.1.6 SSDAC shall be installed in conformity with the provisions of specifications number

RDSO/SPN/177/2012 (version-3.0) with latest amendments and manufacturers installation procedure.

3.1.7 MSDAC shall be installed in conformity to the provisions of specifications number

RDSO/SPN/176/2013 (version-3.0) with latest amendments and manufacturers installation procedure.

3.1.8 The BPAC using UFSBI system shall be supplied and installed in conformity with

RDSO specifications No.IRS:S-105/2012 (Ver.0) with latest amendments and manufacturers installation procedure.

3.2 Earthing

3.2.1 Equipments with solid state components which are more susceptible to damage due

to surges, transients and over voltages being encountered in the system due to lightning, sub-station switching such as Electronic Interlocking, Integrated Power supply equipment, Digital Axle counter, Data logger etc. shall be provided with earthing as per Code of practice for earthing and bonding system for signaling equipments laid down in RDSO/SPN/197/2008. Value of earth resistance shall not be more than 1 ohm.

3.2.2 For conventional signaling equipments the earth resistance shall not be more than 10

ohms.

Page 345: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 15 of 22

3.2.3 In order to ensure that equipment is properly installed and commissioned by adhering to pre-

commissioned check-list and procedure as defined by OEM in its installation manual, it is necessary that electronic signalling systems, such as EI (SSI), SSDAC/MSAC, UFSBI/ BPAC, AFTC, IPS and Date Logger, are installed and commissioned by RDSO approved vendor and a certificate is issued to Railways in the prescribed format.

3.3 List of specifications

The materials shall be in conformity with these specifications alongwith latest amendments issued. SN Description Specification No.

1 PVC Insulated armoured unscreened underground power Cable

IRS-S-63/2007 (Amd.3) & IS-1554 (Part-I)

2 PVC Insulated Railway signalling Indoor Single/multi core cable

IRS-S-76/89 (Amd.3)

3 PVC insulated armored unscreened underground Railway signalling cable.

No.IRS: S-63/2007 (Amd.3)

4 6 Quad cables as per specification with latest amendment for axle Counter.

IRS-TC-30-/2005 (Ver.I)

5 RCC Pipe 150 mm dia 2 meter long with collars IS: 458/1971

6 Double walled corrugated HDP duct for signaling cable RDSO/SPN/204/2011(Ver.1.1)

7 Earth Leakage detector Multi channel suitable to work on 110 Voltage 50 Hz single phase AC

RDSO/SPN/204/2002

8 Signal Colour Light Multi Unit type 2,3&4 aspect without sidelight, signal transformers, lamps and lenses

IRS S:26/64 RDSO Drg. No. SA-23001 A/M (Adv), SA-23002 A/M (Adv) & SA-23003 A/M (Adv.)

9 Colour Light Signalling Tubular post 5.6 M, 4.6 M & 3.6 M long

IRS: S-6-81

10 Signal Shunt Position Light 2 Positions RDSO Drg. No. SA 23840 (Adv)

11 Route Indicator Direction type 5 Unit Arm 1,2&3 way IRS IRS:S-66/84 (Amd.I) & RDSO Drg. No. SA 23401-06 (Adv.), SA 23402 (Adv.) & SA 23403(Adv.) respectively SA-23761 (Adv), SA-21281

12 Ladder for colour light Signal Multi Unit Type 5.5,4.5 & 3.5 Meters

RDSO Drg. No. SA 23156 (Adv), SA 23153 (Adv) & SA 23150(Adv.) Alt. 1 respectively

13 Signal Base for 140 mm dia post IRS (S) Drg. No. S-2011/M

14 Signal Bracket Colour Position Light for 140 mm out side dia post

RDSO Drg. No. SA 23080 (Adv.)

Page 346: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 16 of 22

15 Circuit Controller 2,4,6&8 Way (modified design) lever type

RDSO Drg. No. SA 20245 (Adv), SA 20266 (Adv), No. SA 20276(Adv) & 20286 (Adv) 20267, 20277, 20287

16 Block Section/Shunting Limit Board

RDSO Drg. No. SA 2373 (Adv.)

17 Terminal Block (M6 Terminals)

IRS: S-75/2006 and IRS Drg. No. SA 23741A (Alt. 4).

18 Fuse Link cartridge cylinder head (2A 4A and so on) non-deteriorating type, non-indication type

IRS: S-78/92

19 Indication type of low voltage (0.4A, 0.6A and 1.6Amp) Non-deteriorating Fuse links for signalling circuit

IRS: S-78/92

20 Fuse Block IRS(S) Drg. No. SA 23748 (Alt. 4)

21 Block instrument SGE type tokenless double line without 3 position polarized relay, rated voltage of instrument 12V DC, hand micro telephone without dial for using the instrument in AC electrified traction area

IRS: S-22/91.

22 Block proving by Axle counter(BPAC) using UFSBI (For double line & Single line)

IRS: S 105/2012 (Ver. 0)

23 Signal colour light transformer 110/12V AC IRS: S-59/77(Amd-2) & RDSO drawing SA-23014/M

24 High Voltage Signal Transformer IRS: S-92/9388

25 Transformer 230 V AC/110V AC as per IRS Specification

IRS: S-72/88 (Amd-2)

26 Indication supply transformer 230 V AC/24 V AC with tapping at 12V AC

IRS: S-83-92

27 Lock key ‘E’ type IRS:SA 3376/M

28 Battery chargers-Self regulating IRS: IRS-S-86/2000(Amd-4)

29 Voltage Stabilizer Ferro Resonant Type IRS: S-74/89(Amd-6)

30 Inverter (Ferro resonant version) for Railway Signalling Installations for ‘On Line” applications

IRS: S-82/92(Amnd-2)

31 Welding materials for track circulating application as per RDSO specification

IRS: S-103/2004

32 Relay universal plugging type AC lamp proving relay(M to C) contact for LED signal lamp

BRS-941A & 942 STS/E/ Relays/AC Lit LED Signal/09-2002, Amdt.I.

33 Relay Pluging type tractive armature AC lamp proving relay (Metal to Carbon Contact) Signal lamp (ON,OFF, Route, Shunt ECR)

BRS 941A & 942

34 Relay –“Q“ series neutral line (ACI & Non ACI) BRS 930 & BRS 931A

35 Relay Pluging type, Track relay 9 ohm & 4 ohms(ACI & Non ACI)

BRS-938A,939A,966 and appendix F2.

Page 347: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 17 of 22

36 Relay Special type Metal to Carbon BRS-930, 931A, 932A, 933A, 934A, 935A,937A,943, 960, & RDSO spec. No. RDSO/SPN/ 84/88 and firm’s spec

37 Relay ECR,s metal to metal contact (ON/OFF, Route and Shunt aspect

IRS:S 46 & Firm’s spec.

38 Relay 3-position DC polarized IRS: S 31/80 (Amdt.I)

39 Relay Special type (Metal to Metal) IRS: S 46 & Firm’s Spec.

40 Relay Metal to Metal 110 V AC LED ECR for LED signal lamp

STS/E/Relay/AC Lit LED signal 09-2002 with amdt.I

41 Relay Point. Contactor Unit IRS: S 46 & firm spec

42 Relay Contacts-Sig-(For Q-series pluging type relay only) IRS S 67/85 (Amdt 2)

43 Relay, Fail safe Electronics Time Delay mounted on ‘Q’ series relay base & covered with fixed timing of 120 seconds

IRS: S-61/81, IRS: S-34 & IRS: S-23.

44 Nylon insulated Rail joint (Four channel Type) with all asseceries

IRS S 40/84 with Amdt.I and Drg No. SA 22101(Alt.6) for 52 Kg, SA 22171(Alt.2) for 60 Kg, SA 22181(Alt.2) for 60 Kg,(UIC), SA 22191(Alt.2) for 90 R.

45 Wire Insulator IRS Specification No. IRS: S-47/74

46 Track lead Jn. Box RDSO Drg. No. SA-20101/M Complete with 450 mm long 25 mm dia pipe.

47 Choke Type ‘B’ having annealed enamelled copper wire IRS Specn. No. IRS: S-65/83 (Amd-3)

48 Channel Pin single Groove 7 mm dia (for 4 mm dia Bond wire)

Drg. No. S-69/M

49 Bond wire clip (52 kg. - 90R Rails)

RDSO Drg. No. S-22167 (Adv.)

50 Wire GI soft. 4 mm (8 SWG) IS specn. No.IS-280.

51 Magneto Telephone Desk Type IRS TC 36 – 97(Amnd.1)

52 Electric lever lock and circuit controller combine 200mm strok & 40 mm stoke

No. SA 22201 (adv.) SA 21701/M (Adv)

53 Electric point operating machine type Bsg to operate on 110V DC, hauling internal locking non-trailable design (Siemens Type)

IRS-S-24-2002(Amend.1)

Page 348: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 18 of 22

54 Tag Block 200 &160 way conforming

IRS-S-77/2006 (Rev.1) & SA-24751, 53, 53

55 Low maintenance lead acid stationary secondary cell IRS specification No. IRS-S-88/2004

56 Dual bank battery charger 12V to 36V DC 1 Amp capacity complete with two banks of 9 Nos. each of twin cells of 4V 12 AH capacity of 100 hrs. rate low maintenance lead acid batteries

IRS- specification No. IRS-S-85/92 (Amend. 3)

57 Transformer 230V AC / 110V AC 1KVA IRS- specification No. IRS-S-72/88 (Amnd.2)

58 SMPS based integrated power supply system (IPS) RDSO/SPN/165/2012

59 Data logger IRS: S-99/2006 ((Amdt. 3)

60 T.F. Battery. Charger to work on 110 V AC for charging 1 or 2 or 3 or 4 lead acid cell of 80 AH (10 Amps) used in track circuit

IRS: S 89/2013(Ver. I.0)

61 LED signals RDSO/SPN/199/2010 (Rev 1.0 and RDSO/SPN/153/2011 (Rev 4.1)

62 Electronic Interlocking for Big Yard RDSO/SPN/203/2011(Ver. 01)

63 Electric lifting barier RDSO/SPN/208/2012(Ver.2)

64 Fuse auto change over system RDSO/SPN/209/2012 Rev.1

65 Terminal Block, Fuse Terminal Blocks and Miniature Fuse Links of International Standard for Railway Signalling

RDSO/SPN/189/2004 Rev.2

66 Lightning and surge protection devices for electronic signaling equipments

RDSO/SPN/146/2006

67 PPTC fuses in parallel with NDT fuses for outdoor signaling installations in location Boxes.

UL thermistor standard 1434 and UL-94,V0

Page 349: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 19 of 22

Section 4: Telecommunication 4.1 All Telecommunication equipment should adhere to the following instructions: 4.1.1 Any Telecommunication circuit in the vicinity of 25 KV AC Traction are liable to be affected by AC induced voltage. Such circuit can not, therefore, be retained on overhead line wires and must be transferred on underground cable. All precautions are to be taken to protect equipments as well as persons operating the equipment from the effect of 25KV AC Traction.

4.1.2 Thermoshrink Jointing Kits for Underground telecom cables to be installed, commissioned and acceptance test conducted as per RDSO approved manufacturer's instructions and provisions given in specifications issued by RDSO. Precautions for Thermo shrink joints of quad cable should be followed as contained in Report No.STT-44 (March 2013) issued by RDSO.

4.1.3 Control equipment shall be installed, tested and commissioned as per RDSO

specification No. RDSO/SPN/TC/66/2007 (Amd-2) with latest amendments. The wiring for these control equipments shall be as per standard practice.

4.2 Earthing and Surge Protection:

All the equipments shall be protected against the insurgence of surge voltage and lightning etc by providing Gas discharge tubes before they are connected to main / derivation cables as per CCITT regulations against 25 kV Catenary carrying 1000 Amp current. All surge protective devices should be suitably connected to proper earth as per standard industry practice. Earthing shall be maintenance free type. This should generally conforming to the following:

4.2.1 The CCITT report on “Earthing of Telecommunication installations 1976”. With latest amendments.

4.2.2 The CCITT report on “The Protection of Telecommunication Lines and equipment against lightning discharges”.(Chapter 6,7 & 8) 1978. With latest amendments. 4.2.3 IRS/TC/39/86 with latest amendments “Code of Practice for the protection of Radio Relay

stations against lightning.”

4.2.4 RDSO specification No. RDSO/SPN/TC/98/2011 Rev 0 with latest amendments for “Surge protective devices for telecommunication equipment .”

4.2.5 Earth Resistance values

Values of earth resistances as under:-

1 Earths for surge arrestors/ lightening dischargers should not be more than 1(one) ohms 2 Equipment earth for optical fibre cable huts. should not be more than 1(one) ohms 3 Telephone exchange earths should not be more than 5 (five) ohms 4 Screened /Armour Alluminium sheathed

Telecom. cable should not be more than 1 (one) ohms

5 Equipment earth in VF Repeater Station, cable hut & way station

should not be more than 5 (five) ohms

Page 350: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 20 of 22

4.3 All SDH Add/Drop MUX (STM-1) for main stream short haul and SDH Add/Drop MUX (STM-1) for back up stream long haul with Ethernet card should be procured as per TEC specification No. TEC/GR/TX/SDH-004/04 JAN 2011 with latest amendments. To be installed and commissioned as per TEC approved manufacturer’s instructions and provisions given in specifications issued by.

4.4 All 2MB programmable primary digital drop insert Multiplexer with conference facility should be procured as per RDSO specification No. IRS:TC-68-2012 with latest amendments and installed, commissioned as per RDSO approved manufacturer's instructions and provisions given in specifications issued by RDSO.

4.5 List of specifications

The materials shall be in conformity with these alongwith latest amendments issued.

SN TITLE OF SPECIFICATION RDSO SPECIFICATION 1 Cable optic fibre armoured (24 fibre) IRS TC-55-2006 Rev-1 2 Optic Fibre Cable Termination Box IRS: TC 81-2000(Part–B) 3 Optic Fibre Distribution Frame IRS : TC 81-2000 (Part–D) 4 Optic Fibre joint closure RDSO/SPN/TC/68-2007 Rev 0 5 Fibre Distribution Management System RDSO/SPN/TC/37-2000 (Ver.3) 6 Optical Fibre Patch cord & Pigtail RDSO/SPN/TC/69-2007 Rev 0 7 Primary digital Multiplexing equipment IRS-TC-68-2012 8 Automatic radio patching system for control

circuit using DTMF Signalling in Optic Fibre Communication

IRS-TC-59-93

9 Cable U/G Jelly Filled 6 quad for special purposes in RE areas

IRS:TC-30-/2005 (ver-1)

10 Thermo Shrink jointing kit for jointing underground Quad cable

IRS : TC 77-2012 (Rev. 3)

11 Thermo Shrink jointing kit for jointing underground PIJF cables

RDSO/SPN/TC/57/2006

12 Polythene insulated polythene sheathed jelly filled telephone cable with poly-Al moisture barrier

IRS:TC-41-97

13 Telecommunication tip cables RS-TC-24-91 14 Cable Termination Boxes (Indoor) of sizes IRS:TC-18-75 15 Emergency Control Room Equipment IRS:TC 61-93s 16 Emergency socket box Drg. No.TCA-20060 (Adv.) and DRG

No. RE/S&T/ALD/SK/186/ 81A 17 Six Pin Emergency Plug and socket IRS-TC 42/87 18 Control communication Equipment for OFC

using 2 wire Telephone RDSO/SPN/TC/66/2007

19 Four wire / Two wire combined light weight portable control Telephone

IRS:TC-78/2000

20 Magneto Telephone Electronic desk Type IRS:TC 79-2000 21 2T / 3T V.F. Transformer assembly for Quad

cable IRS:TC 76-2000

22 V.F. Isolation Transformers used for Derivation & termination of U/G Telecommunication cable circuits

IRS: TC 22-76

23 Maintenance free lead Acid Cells of different IRS-S-93/96 (Part A)

Page 351: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 21 of 22

capacity 24 Low Maintenance lead Acid Cells of different

capacity IRS-S-88/2004

25 Battery charger for Maintenance free lead Acid Cells of different capacity

IRS-S-93/96 (Part B)

26 SMPS based power supply equipments RDSO/SPN/TL/23/99 (VER-4.0) 27 Permanently Lubricated HDPE Telecom Ducts RDSO/SPN/TC/45-2013 Rev -2 28 Optical fibre Telephone set with clip on device G/OPT-01/03 May’99 29 Optical Fibre Jumper cable/Pigtail with FC/PC

connector TEC/GR/TX/OFJ-01/05 NOV 2009

30 SDH Add/Drop MUX (STM-1) TEC/GR/Tx/SDH-004/04 JAN 2011 31 Wire PVC Twin Core Flexible 16/0.2 mm dia IS-694:1990 32 Cable PVC Screened 0.6mm Twin core S/WS-117 (B) 33 Switch Board Cable S/WS-113B 34 Jumper Wire PVC. G/WIR-10/03 Sept '06 35 G.I.Pipe IS-1239(Part-I) :1990 36 R.C.C. pipe / split R.C.C. pipes IS:458:1998 37 KRONE Module with 10/20 Pr. DP G/CTN-10/03. June 2005 38 KRONE Terminal Block G/CTN-03/02 Mar 99 39 Single Pair Protector Module for use on MDFs

of Tel.Xge GR/CTN-01/04.May.05

40 10 pair Protector Magazine KRONE for 2/3 Pin GD Tubes

G/PTN-11/01 Dec 92

Any other new specifications issued by RDSO for new signaling equipments.

Page 352: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 22 of 22

Section 5: Civil Engineering Works The Civil Engineering works associated with railway electrification will be according to the “Manual of Specifications and Standards for EPC Contract 2014’ issued by Civil Engineering Directorate of Railway Board.

Page 353: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 1 of 16

Enclosure to Annexure-I (Schedule-H)

List of Drawings

(Item No.4 Electrical Engineer (Traction))

SI. No

Brief Description Drawing Mod. No. Series Number

1 2 3 4 5 1. Extra allowance for setting of structures on

curves (1676 mm Broad gauge) ETI/OHE/G 00111 Sh-1 C

2. Standard setting of structures in the vicinity of signals (broad gauge)

-do- 00112 D

3. Typical design of side bearing foundation. -do- 00131 - 4. Typical design of cantilever mast. RE/33/G 00141 Sh.3 - 5. Standard drilling schedule of OHE masts 9.5 m

long RSJ and BFB ETI/OHE/G 00144 Sh.3 C

6. Span and stagger chart for (conventional OHE, Cad. Cu catenary & Cu cont. wire) wind pressure 75,112.5 & l50kgf/m².

ETI/OHE/G 00202 -

7. Employment schedule for Cantilever mast Regulated OHE without return conductor and without Earth wire (WP- 112.5 kgf/m² (Cd- 65/Cu, Cont. 107/Cu)

ETI/OHE/G 00153 Sh.1 F

8. Employment schedule for Cantilever mast Regulated OHE without return conductor and with Earth wire (WP- 112.5 kgf/m² (Cd- 65/Cu, Cont. 107/Cu)

ETI/OHE/G 00153 Sh.2 F

9. Employment schedule for Cantilever masts Regulated OHE with return conductor and without Earth wire (WP- 112.5 kgf/m² (Cd- 65/Cu Cont. 107/Cu)

-do- 00153 Sh.3 F

10.

Employment schedule for Cantilever masts Regulated OHE with return conductor and with Earth wire (WP- 112.5 kgf/m² (Cd- 65/Cu, Cont. 107/Cu)

-do- 00153 Sh.4 E

11. Employment schedule for Cantilever masts unregulated OHE without return conductor and without Earth wire (WP- 112.5 kgf/m² at 35°C and 28kgf/m² at 4°C (Cat- 65/Cu, Cont. 107/Cu)

-do- 00154 D

12. Employment schedule of bracket tubes Conventional OHE (Cad Cu Caty & Cu contact wire 1000 kgf tension each) WP-75 Kgf/ m²

ETI/OHE/G 00158 sh.1 of 3 -

Page 354: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 2 of 16

1 2 3 4 5

13. Employment schedule of bracket tubes Regulated Conventional OHE (Cad. Cu Cat & Cu contact wire 1000 kgf tension in each) WP-112.5 Kgf/ m²

ETI/OHE/G 00158 sh.2 of 3 -

14. Employment schedule of bracket tubes Regulated Conventional OHE (Cad Cu Caty & Cu contact wire 1000 kgf tension in each) WP-150 Kgf/ m²

ETI/OHE/G 00158 sh.3 of 3 -

15. Dropper schedule for uninsulated Overlap spans -do 00169 A 16. Dropper schedule for insulated Overlap spans -do- 00170 A 17. Dropper schedule for conventional regulated

OHE. With Zero presag (1400/1400) -do- 00177 A

18. Adjustment chart of Regulating equipment 3- Pulley Type (3:1 ratio)

-do- 00195 A

19. Schematic arrangement of regulated OHE -do- 02101 A 20. Schematic arrangement of uninsulated overlap

(3 & 4 span overlaps) -do- 02121 Sh.4 A

21. Schematic arrangement of insulated overlap ETI/OHE/G 02131 Sh.3 A 22. Standard termination of tramway type OHE

(Regulated) with Pulley type regulating equipment (3:1 ratio).

ETI/OHE/G 04212 B

23. General distribution of droppers ETI/OHE/G 00161 - 24. Outline of Pantograph (Broad gauge and metre

gauge). RE/33/G 00181 A

25. General formation of single track in

Embankments and cutting (Broad gauge.) RE/33/G 01101 Sh.1 A

26. General formation of double track in embankments and cutting (Broad gauge).

-do- 01102 Sh.1 A

27. General formation of multiple tracks (1676 mm gauge).

-do- 01103 Sh.1 A

28. Standard anchor arrangement -do- 01401 E 29. Anchor arrangement with dwarf mast. ETI/OHE/G 01402 B 30. Schedule of anchor block for B.G. track. -do- 01403 Sh.1 E 31. Schedule of anchor block for B.G. track. -do- 01403 Sh.2 D 32. Schedule of anchor block for B.G. track (Black

cotton soil) -do- 01403 Sh.3 D

33. Standard guide tube arrangement on a mast and structures.

ETI/OHE/G 01505 -

34. Trapezoidal counter weight arrangement on OHE structures.

ETI/OHE/G 01502 -

35. Arrangement of 3KV & 25 KV Pedestal Insulator supports on OHE masts and portals.

-do- 01601 -

36. Standard arrangements for mounting of number plate on OHE Structures.

ETI/OHE/G 01701 A

37. Schematic arrangement of regulated overhead equipment.

-do- 02101 A

38. Typical arrangements of OHE on cantilever masts for double track section.

-do- 02102 -

39. Typical arrangement for fixing of bracket assembly on 9.5 m mast and Structure to suit raising of tracks (in future)

-do- 02102 Sh.3 -

40. Mast on platforms (Metre Gauge) RE/33/G 02104 Sh.2 A 41. Details of bracket arrangement on tangent and

curved tracks ETI/OHE/G 02106 Sh.1 A

Page 355: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 3 of 16

1 2 3 4 5 42. Details of bracket arrangement for OHE -do- 02106 Sh.3 C 43. Single bracket assembly on Structures and

dropped arms. RE/33/G 02107 D

44. Box type cantilever Arrangement. ETI/OHE/G 02108 A 45. Arrangement at anticreep. TI/DRG/OHE/

GENL/RDSO/ 00001/12/0 0

46. Standard cantilever arrangement for boom anchor anticreep location.

ETI/OHE/G 02113 -

47. Schematic arrangement of uninsulated over Lap (type-I) (3 & 4 Span overlaps)

RE/33/G 02121 Sh.1 F

48. Schematic arrangement of insulated overlap. ETI/OHE/G 02131 Sh.1 49. General arrangement of regulated OHE at turn-

outs (overlap & crossed type). ETI/OHE/G 02141 C

50. General arrangement of regulated OHE at cross over(overlap & crossed type).

-do- 02151 -

51. Arrangement of neutral section -do- 02161 Sh.1 C 52. Arrangement of neutral section assembly (PTFE

Type) at SWS. -do- 02162 -

53. Arrangement of short neutral section. -do- 02161 Sh.2 - 54. Schematic arrangement of unregulated

overhead equipment. -do- 03101 -

55 Standard termination of OHE (Regulated & un-regulated).

ETI/OHE/G 03121 Pt 1 of 3 E

56 -do- -do- 03121 Pt 2 of 3 E

57 -do- -do- 03121 Pt 3 of 3 E

58. General arrangement of Unregulated OHE at turnouts (crossed & overlap type).

-do- 03151 -

59. General arrangement of unregulated OHE at crossovers and diamond crossings (overlap and crossed type).

-do- 03152 Sh.1 -

60. General arrangement of unregulated OHE at diamond crossing.

-do- 03152 Sh.2 -

61. General arrangement of pull off -do- 03301 A 62. General arrangement of Head span -do- 03201 - 63. In span jumper connection between catenary &

contact wire. -do- 05101 -

64. Continuity jumper connection at un-insulated overlap turnouts and cross overs

-do- 05102 C

65. Anti- theft jumper -do- 05107 A 66. Connections at turnouts -do- 05103 B 67. Potential equalizer connection at insulated

overlap and neutral section -do- 05104 -

68. Connections at diamond crossing. -do- 05106 A 69. General arrangement of connections to OHE by

copper cross feeder (150). -do- 05121 Sh.1 C

70. General arrangement of connections at

switching station on double track section by copper cross feeder

ETI/OHE/G 05122 Sh.1

C

71. General arrangement of connections at switching station on multiple track section by copper cross feeder

-do- 05123 Sh.1 C

72. Suspension of 25kV feeder(Spider)on 25KV OHE masts

ETI/OHE/G 05143 B

Page 356: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 4 of 16

1 2 3 4 5 73. Termination of feeder, return conductor & return

feeder(copper & aluminum). ETI/OHE/G 05145-1 A

74. Arrangement of suspension of double spider 25 KV feeder and return feeder between sub-station and feeding station

RE/33/G 05152 C

75. Assembly of section insulators RE/33/G 05181 C 76. General arrangement of earth wire on OHE mast ETI/OHE/G 05201 A 77. General arrangement of earth wire on OHE mast ETI/OHE/G 05201-1 - 78. Arrangement of transverse bonds ETI/OHE/G 05251 A 79. Connection of return conductor to track -do- 05306 F 80. Suspension arrangement of aluminum return

conductor (spider) on traction Structures -do- 05307 B

81. Suspension of return conductor (spider) from boom of Structures (with clevis type disc insulators)

-do- 05312 A

82. Connections between OHE and aluminum return conductor at booster stations

ETI/OHE/G 05413 B

83. Mounting of 25kv Isolators on OHE Structures (General arrangement)

ETI/OHE/G 05513 Sh.1 A

84. Details of small part steel work for supporting 25kv Isolator on new T.T.C. boom

-do- 05513 Sh.2 A

85 Connection from Isolator to OHE -do- 05516 A 86 Characteristics of conductors/ bus-bar for 25kv

AC traction -do- 05600 A

87 Mounting arrangement of Auxiliary Transformer

on OHE masts ETI/OHE/G 05522 -

88 Employment Schedule for Cantilever Mast regulated OHE without return conductor & without earthwire (WP- 75 kgf/ m².) (Cat. 65/Cu & Cont. 107/Cu)

ETI/C 0702 (Sh.1) B

89 Employment Schedule for Cantilever Mast regulated OHE with earth wire but without return conductor (WP- 75 kgf/ m²) (Caty. 65/Cu & Cont. 107/Cu)

-do- 0702 (Sh.2) B

90 Employment Schedule for Cantilever Mast regulated OHE with return conductor but without earth wire (WP- 75 kgf/ m²) (Caty. 65/Cu & Cont. 107/Cu)

-do- 0702 (Sh.3) B

91 Employment Schedule for Cantilever Mast regulated OHE with return conductor with earth wire (WP- 75 kgf/ m²) (Caty. 65/Cu & Cont. 107/Cu)

-do- 0702 (Sh.4) B

92 Employment Schedule for Tramway type regulated OHE RC & EW (WP- 75 kgf/m²)

-do- 0704

B

93 Employment Schedule for 8”x 8”x35 lbs BFB (9.5 M. long)(WP-112.5 kgf/m² Caty. 65/Cu & Cont. 107/Cu.

-do- 0708 B

94 Employment Schedule for OHE mast (9.5m) overlap central location with 3.0 m implantation WP-75 kgf/m² Caty. 65/Cu & Cont. 107/Cu.

-do- 0709 A

95 Employment schedule for OHE mast (9.5M) overlap central with 3.0 M implantation WP-112.5 kgf/m² (Caty 65/cu and Cont.107/Cu)

ETI/C 0710 A

Page 357: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 5 of 16

1 2 3 4 5 96 Employment Schedule for OHE mast (9.5m)

overlap inter with 3.0 m implantation. WP-75 kgf/ m² Caty. 65/Cu & Cont. 107/Cu.

-do- 0711 A

97 Employment schedule for OHE mast (9.5M) overlap inter with 3.0 M implantations. WP-112.5kgf/m² Caty.65/Cu and cont.107/Cu

-do- 0712 A

98 Employment Schedule for 9.5 m 200x200x49.9 kg mast WP-75 kgf/m² (Caty. 65/Cu & Cont. 107/Cu.)

-do- 0713 B

99. Employment schedule for 9.5 m long 200x200x49.9 kg mast WP-112.5 Kgf/ m² (Caty. 65/Cu and Cont.107/Cu)

-do- 0714 B

100 Employment Schedule for OHE mast (9.5m) WP-75 kgf/ m² overlap Anchor location with 3.0 m implantation (Copper OHE)

-do- 0715 A

101 Employment schedule for OHE mast (9.5M) WP 112.5 kgf/ m² overlap anchor location with 3.0 M implantations. (Copper OHE)

-do- 0716 A

102 Employment Schedule for pre-stressed span concrete mast (PC 42) - 9.5 M long conventional OHE, normal location (WP-150),112.5 &75kgf/ m²)

ETI/C 0725 A

103 STD portals (N,O,P,R,G & Double BFB types) -do- 0064 - 104 Volume chart and equivalent chart of

foundations (Side bearing, Side gravity and W.B.C.)

TI/DRG/CIV/ FND/RDSO

00001/04/0 SH-1

B

105 Volume chart and equivalent chart of foundations (Side bearing, Side gravity and W.B.C.)

TI/CIV/FND/ RDSO

00001/12/0 SH-1

A

106

Volume chart and equivalent chart of foundations (NG type)

TI/DRG/CIV/ FND/RDSO/

00001/04/0 SH-2

B

107

Volume chart and equivalent chart of foundations (NG type)

TI/CIV/FND/ RDSO

00001/12/0 SH-2

A

108

Volume and equivalent chart of foundations for Dry black cotton soil (NBC type) (For 16500 & 11000kgf/ m²)

TI/DRG/CIV/ FND/RDSO/

00001/04/0 SH-3

B

109 Volume and equivalent chart of foundations for Dry black cotton soil (NBC type) (For 16500 & 11000kgf/ m²)

TI/CIV/FND/ RDSO

00001/12/0 SH-3

A

110 Volume chart and equivalent chart of New pure gravity foundations (500 mm exposed)

TI/DRG/CIV/ FND/RDSO/

00001/04/0 SH-4

B

111 Volume chart and equivalent chart of New pure gravity foundations (500 mm exposed)

TI/CIV/FND/ RDSO

00001/12/0 SH-4

A

112 Volume and equivalent chart of New foundations for Dry black cotton soil only (8000 kg/m²)(NBC type) 2.5 M depth

TI/DRG/CIV/ FND/RDSO/

00001/04/0 SH-5

B

113 Volume and equivalent chart of foundations for Dry black cotton soil only (8000 kg/m²) NBC type 2.5 m depth

TI/CIV/FND/ RDSO

00001/12/0 SH-5

A

114 Volume and equivalent chart of foundations (For 8000 kg/m² Direct load )

ETI/C 0058 Sh.6 B

115 Special BFB portal for 5 tracks (General arrangement)

-do- 0026 Sh.1 C

116 Protective screen of foot-over bridge and road over-bridge.

-do- 0068 H

Page 358: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 6 of 16

1 2 3 4 5 117 Chart for portal foundation -do- 0005/68 118 Muff for OHE structures -do- 0007/68 E 119 Structures muff for sand cored foundations -do- 0012/69 E 120 9.5 m Standard traction mast

(fabricated `K’ series) -do- 0018-2 D

121 Remote Control Cubicle at Stn, Foundation, RCC slab, Building plant & Steel door

-do- 0067 B

122 9.5 m long standard traction mast (fabricated with bottom plates `B’ series)

ETI/C 0071 E

123 (a)

Details of OHE foundation in soft rock (Bearing capacity 45,000 Kgf/m²).

ETI/C 0059 C

123 (b)

Details of OHE foundation in Hard rock (Bearing capacity 90,000 Kgf/m²).

ETI/C 0060 D

124 Details of foundation for fencing upright -do- 0032 B 125 Employment schedule for switching and booster

station main masts ETI/C 0185 B

126 Drilling schedule for S-1 mast ETI/C 0030 F 127 Drilling schedule for S-2 mast -do- 0031 D 128 Drilling schedule for S-3 mast (length 11. 4 m) -do- 0180 C 129 Drilling schedule for 8” x 6” x 35 1bs. RSJ mast

8.0 m long for booster transformer station Type S-4

-do- 0036 E

130 Drilling schedule for S-5 mast (11.4m long) -do- 0042 E 131 Drilling schedule for S-6 mast (length 12.4m) -do- 0181 C 132 Drilling schedule for S-7 mast (length 12.4m) -do- 0182 C 133 Drilling schedule for S-8 mast (length 12.4m) -do- 0183 C 134 Drilling schedule for S-9 mast (length 12.4m) -do- 0184 C 135 General arrangement & details of fencing panels

& gate for switching station -do- 0186 Sh.1 E

136 Details of fencing uprights and anti-climbing device for switching station

-do- 0186 Sh.2 E

137 S-100 fabricated mast for mounting LT supply transformer and drop out fuse switch at switching station

-do- 0043 B

138 S-101 details of mast for supporting Isolator inside switching station

ETI/C 0044 A

139 Details of anchor beam or SP, SSP, & FP -do- 0033 D 140 Details of small part steel for switching station ETI/C 0034 Sh.1 K 141 Details of bracing for switching & B.T. masts ETI/C 0034 Sh.2 B 142 Details of small parts steel of out rigger for

switching stations and booster transformer stations

ETI/C 0037 C

143 Details of small parts steel for booster transformer stations

ETI/C 0040 E

144 Details of pre-cast cable trench for switching station

-do- 0038 E

145 Standard 'R’ type portal rod laced general arrangement

-do- 0011/69 Sh.1 C

146 'G’ type portal special upright and end piece -do- 0056 C 147 Short bored pile foundation for traction mast

(permissible BM & volume) -do- 0062 B

148 Chart for portal foundations in dry black cotton soil safe bearing capacity 16500 Kg/ M²

-do- 0063 B

Page 359: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 7 of 16

1 2 3 4 5 149 Dwarf mast foundation on wet & dry black cotton

soil CORE/ALD/OHE/SK/C

02 -

150 Typical design of new pure gravity foundation. ETI/SK/C 131 A 151 Typical design of side gravity foundation (Soil

pressure=8,000 Kg/ M²) -do- 142 A

152 Rock Anchor for B.G. Track. – ETI/SK/C 208 - 153 Bracket fitting for PSC Mast (cap 4200 Kgm)

general arrangement and SPS details ETI/SK/C 214 Sh.1of 2 E

154 SPS details for Earth wire clamp on PSC mast ETI/SK/C 214 Sh. 2 of 2 A 155 Special arrangement of OHE under over line

structure ETI/OHE/SK 529 --

156 Earthing and bonding of PSC mast. ETI/OHE/SK 537 Sh.1 of 2 D 157 Typical Earthing arrangement in SPUN PSC

Mast with 18mm dia rod. -do- 537 Sh.2 of 2 B

158 Arrangement of overlap ETI/OHE/SK 566 - 159 Catenary dropper assembly ETI/OHE/P 1190 B 160 Parallel clamp (20/20) ETI/OHE/P 1550 E 161 Standard guide tube assembly. ETI/OHE/P 5060-2 C 161A

Counter weight assembly for Regulating Equipment (3:1 Ratio)

ETI/OHE/P 5090-5 E

161B

Trapezoidal weight assembly for Regulating Equipment (3:1 Ratio)

TI/DRG/OHE/ATD/RDSO/

00004/00/2 -

161C

Trapezoidal weight assembly ETI/OHE/P/ 5090-1 G

161D

Counter weight assembly ETI/OHE/P/ 5090 F

162 Standard anti-wind clamp -do- 2550-1/2 L 163 Multiple cantilever cross arm assembly. RE/33/P 3120 H 164 Anchor fitting assembly on rolled sections ETI/OHE/P 3230 C 165 Anchor fitting assembly on 'K’ series, TCC masts

and 'P’ type portal upright. -do- 3240 D

166 Anchor assembly on 'N’ and `O’ type portal upright

-do- 3250 D

167 Structure bonds -do- 7000 F 168 Earthing station -do- 7020 B 169 Longitudinal rail bond -do- 7030 F 170 Short super mast assembly ETI/C/P 8010 G 171 Long super mast assembly -do- 8020 C 172 Bracket attachment assembly on portal upright

(N,O,R,P,G &BFB Type) -do- 8030 B

173 Super mast assembly on portals -do- 8050 C 174 Medium super mast assembly ETI/OHE/P 8060 C 175 Compensating plate -do- 5191-1/2 D 176 Suspension clamp RE/33/P 1160 J 177 Double suspension clamp -do- 1170 K 178 Double suspension lock plate. -do- 1172 C 179 Catenary splice (65) ETI/OHE/P 1090 - 180 Typical location & schematic connection diagram

for a three interrupter switching station ETI/PSI 003 C

181 Typical general arrangement of a three interrupter switching station

-do- 004 F

182 Typical location plan & general arrangement for sectioning & paralleling station

-do- 005 F

183 Typical location plan and general arrangement for a feeding station

-do 006 E

Page 360: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 8 of 16

1 2 3 4 5 184 Typical general arrangement at a Booster

transformer station (with 4 cross feeder) Type III -do- 013 B

185 General arrangement of 280 KVA Booster Transformer station Type III (with 4 cross feeder)

-do- 018 A

186 Typical general arrangement at a booster transformer station (without cross feeder) Type-I

ETI/PSI 011 C

187 Typical number plate for Auxiliary Transformer ETI/PSI/P 7525 - 188 Typical fencing and anti-climbing arrangement at

switching stations ETI/PSI 104 E

189 Typical earthing layout of sub-sectioning and paralleling station

-do- 201 B

190 Typical earthing layout of a sectioning and paralleling station

-do- 202 B

191 Typical earthing layout of a feeding station -do- 203 B 192 Earthing details for interrupter L.T. supply transformer

25 KV Lightning Arrestors P.T. Type-I (S-100 masts, S-101 mast, fencing upright and main mast)

-do- 204 C

193 Typical earthing layout at a booster transformer stations

-do- 211-1 A

194 Typical cable run layout of a sub-sectioning & paralleling station

-do- 301 C

195 Typical cable run layout of a sectioning and paralleling station

-do- 302 C

196 Typical cable run layout of a feeding station -do- 303 B 197 Typical earthing layout at a booster transformer

station (with 4 cross feeder for Type III,IV and V ETI/PSI 212 B

198 Typical drawing for a terminal board -do- 501 C 199 36 mm Aluminum Bus terminal for 25kv Isolator

(Rigid type) ETI/PSI/P 6480 C

200 36 mm Aluminum Bus splices -do- 6490 B 201 36 mm Aluminum Bus Tee connector -do- 6500 C 202 36 mm Aluminum Bus Tee terminal -do- 6510 D 203 36/15 mm Top connector -do- 6520 B 204 36mm Aluminum flexible bus splice -do- 6550 B 205 36 mm Aluminum bus splice cum tee connector -do- 6560 B

206 Typical number plate for interrupter and double pole isolator

-do- 7520 B

207 Typical number plate for potential transformer Type

-do- 7521 B

208 Typical number plate for booster transformer -do- 7522 B 209 Caution plate 25 KV AC ETI/OHE/P 7531 C 210 General Caution notice at entrance to railway

Station (Hindi & English) RE/33/P 7551 C

211 Typical details of pressed steel door, window and ventilator

RE/Civil/S 129/ 2001 R2

212 Bolted base connection for portals located in drains

ETI/C 0010 C

213 Details of base plate for mast on drains in station yards

-do- 0002/68 A

214 Height gauge for level crossings (for clear span upto 7.3 mtr) details of structure and foundation

TI/DRG/CIV/ HGAUGE/RDSO

00001/05/0 --

215 Height gauge for level crossings (for clear span above 7.3 mtr up to 12.2 mtr) details of structure and foundation

TI/DRG/CIV/ HGAUGE/RDSO

00002/05/0 --

216 Standard plan details of Height gauge for span 7.3 M to 10.0 M with rail Type

RE/CIVIL/S 146/2008 R3

Page 361: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 9 of 16

1 2 3 4 5 217 Arrangement for false catenary under over line

structure ETI/OHE/SK 446 --

218 Typical arrangement of OHE with insulated copper catenary under over line structure

ETI/OHE/SK 570 --

218A Anti Climbing Arrangement TI/SK/OHE/ANTIMON/RDSO

00001/08/0 --

218B Anti Climbing Arrangement TI/SK/OHE/ANTIMON/RDSO

00001/09/0 --

218C GSSW Assembly TI/DRG/OHE/GSSW

0002/09/0 --

218D 18 mm Lug (Forged) (Compression type) TI/DRG/OHE/GTBLUG/RDSO

00001/04/0 --

(B) LIST OF STANDARD DRAWINGS FOR TRAMWAY TYPE OHE (REGULATED) 1 2 3 4 5

219 Span and stagger chart for Tramway type OHE (Regulated)

ETI/OHE/G 04201 -

220 Drilling schedule of OHE mast 8.5m & 9m ling RSJ and BFB for Tramway OHE (Regulated) respectively.

ETI/OHE/G 04202 Sh.1 Sh.2

C C

221 Schematic arrangement of tramway type OHE (regulated).

-do- 04203 C

222 Arrangement of bracket assembly for Tramway Type OHE (regulated)

-do- 04204 B

223 Arrangement of anti-creep for Tramway Type OHE (Regulated)

ETI/OHE/G 04205 B

224 Arrangement of anticreep (alternative arrangement) for Tramway OHE (Regulated)

-do- 04206 B

225 Arrangement of section Insulator for Tramway Type OHE (Regulated)

-do- 04207 Sh.1 B

226 Small parts steel for supporting section insulator assembly for (regulated Tramway Type OHE)

-do- 04207 Sh.2 B

227 General arrangement of turnouts for Tramway type OHE (Regulated)

ETI/OHE/G 04208 -

228 Adjustment chart for Tramway type OHE (Regulated)

ETI/OHE/G 04209 -

229 Bridle wire clamp (6 mm) with two bolts ETI/OHE/P 1070-1 B 230 Large suspension clamp 20mm

(with Armour rod) ETI/OHE/P 1580 Sh-2 -

231 Hook Bracket ETI/OHE/P 2380 C 232 BFB Steady arm assembly for Tramway OHE

(Regulated) ETI/OHE/P 2540-1 -

233 Anti wind clamp for tramway OHE (Regulated) -do- 2550-3 E 234 Counter weight assembly (light) ETI/OHE/P 5090-3 I 235 Counter weight assembly -do- 5090-6 D 236 Employment schedule for tramway type

regulated OHE without R.C. and E.W. (W.P.112.5 kgf/sq.m)

ETI/C 0705 B

237 Protective screen at FOB/ROBs ETI/C 0068 H

Page 362: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 10 of 16

(C) STANDARD TYPICAL AND PARTICULAR DRAWINGS FOR TSS AND SHUNT CAPACITOR BANKS.

1 2 3 4 5 238 Typical layout of Remote Control cubicle at a

switching station ETI/PSI 0010 E

239 Typical layout of 132 /27kv Traction sub-station (Type-I)

TI/DRG/PSI/TSSLO/RDSO/

00001/01 0

240 Typical layout of 132 /27kv Traction sub-station (Type-II)

TI/DRG/PSI/TSSLO/RDSO/

00002/01/0 -

241 Typical layout of 132 /27kv Traction sub-station (Type-III)

TI/DRG/PSI/TSSLO/RDSO/

00003/02 0

242 Typical layout of 132/27kv Traction Sub-station (Type IV) (with outgoing feeders and metering Facilities)

TI/DRG/PSI/TSSLO/RDSO/

00004/02 0

243 Typical layout of 132/27kv Traction Sub-station (Type V)

TI/DRG/PSI/TSSLO/RDSO/

00005/02 0

244 Typical layout of 132/27kV traction sub-station (Type VI)

TI/DRG/PSI/TSSLO/RDSO/

00006/02 0

245 Typical layout of 132/27kV traction sub-station (Type VII)

TI/DRG/PSI/TSSLO/RDSO/

00007/02 0

246 Typical layout of 132/27kV traction sub-station (Type-VIII)

TI/DRG/PSI/TSSLO/RDSO/

000008/02 -

247 Typical layout of 132/27kV traction sub station with single transformer (Type -IX)

TI/DRG/PSI/TSSLO/RDSO/

00009/02 0

248 Typical layout of 132/27kv Traction Sub-station with 132kv Switching Station (Type x)

TI/DRG/PSI/TSSLO/RDSO/

00010/02 0

249 Typical layout of Control Room at traction sub-station.

TI/DRG/PSI/CPROOM/RDSO/

00001/01 0

250 Standard plan of control room at traction sub-station (General arrangement and RCC details)

RE/Civil/ S-144/06 0

251 Typical return current connection to buried rail at 132/25kv Traction sub-station

ETI/PSI 0212-1 Nil

252 Typical general arrangement of earth screen wire termination at Traction substation

ETI/PSI 0225 C

253 Typical termination arrangement for strung bus "Spider" (AAC) conductor at TSS.

ETI/PSI 0226 B

254 General arrangement & terminal connection for 25kV PT Type-II at TSS

ETI/PSI 0227 A

255 General arrangement and terminal connection for 25kV Potential Transformer at TSS (220kV)

ETI/PSI 0227-1 Nil

256 Typical layout of 220/27kV traction sub station (Type -I)

ETI/PSI 0240-1 Nil

257 Typical return current connection to buried rail at 220/25kV TSS.

ETI/PSI 0242 A

258 Typical termination arrangement for strung bus (ZEBRA ACSR) conductor at TSS (220kV)

ETI/PSI 0243 A

259 Typical general arrangement of earth screen wire termination at 220/25kV traction sub-station.

ETI/PSI 0244 Nil

260 Mounting arrangement of 100KVA 25kv/240V LT supply transformer at TSS

ETI/PSI 0312 B

261 25kv D.O. Fuse switch assembly ETI/PSI 032 D 262 Typical fencing layout at traction Sub-station

(Details of fencing panel, door, anticlimbing device etc.)

ETI/PSI 121 F

263 Typical arrangement of an earth electrode ETI/PSI 222-1 Nil 264 Typical earthing, cable trench & foundation

layout of 132/25kv TSS ETI/PSI 224 E

265 Typical earthing arrangement for equipment/ structure at TSS

ETI/PSI 228 A

Page 363: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 11 of 16

1 2 3 4 5 266 Typical earthing cable trench and foundation

layout of 132/25kV traction sub-station with Shunt Capacitor bay

ETI/PSI 229 Nil

267 Typical details of cable run at a two transformer TSS

ETI/PSI 323 E

268 Part Plan for Details of position of feeder Bus coupling interrupter at TSS

ETI/PSI/SK 272 Nil

269 Terminal connector for 220kV equipments (Typical drawing)

ETI/PSI/SK 324 Nil

270 Typical schematic diagram of protection for double Transformer traction sub station

ETI/PSI 024-1 Nil

271 Typical layout for 25kv Shunt capacitor with series reactor to be installed at 132/25kv TSS

ETI/PSI 0223 E

272 High speed auto reclosing scheme for feeder circuit breaker at 25kV A.C TSS

ETI/PSI 0231-1 A

273 Typical details of cable run at a two transformer TSS with Shunt Capacitor

ETI/PSI 325 Nil

274 Typical details of cable run at two transformers Traction Sub-station with Shunt capacitor (220kV)

ETI/PSI 326 Nil

275 General Scheme of supply for 25kV, 50 Hz single phase traction system

ETI/PSI 702-1 D

276 Standard Post Insulator for clean area (Creepage path 850mm min)

ETI/OHE/P 6090-1 C

277 Typical number plate for circuit breaker ETI/PSI/P 7523 Nil 278 Typical number plate for Auxiliary Transformer ETI/PSI/P 7525 Nil 279 Typical number plate for Power transformer at

TSS ETI/PSI/P 7526 Nil

280 Typical number plate for PT at TSS ETI/PSI/P 7527 A 281 Typical number plate for CT at TSS ETI/PSI/P 7528 A 282 Typical number plate for Isolators at TSS ETI/PSI/P 7529 A 283 Bimetallic terminal connector to suit 'ZEBRA'

ACSR conductor and 30 dia Cu stud of CT/CB/traction power transformer.

ETI/PSI/P 11010 C

284 220kV system bimetallic terminal connector to suit 'ZEBRA' (28.58 Dia ) ACSR conductor & Al./Cu. pad of Isolator /CT/CB.

ETI/PSI/P 11030 C

285 220kV system tee connector to suit 'ZEBRA' (28.58 dia) ACSR conductor on both ways.

ETI/PSI/P 11040 C

286 220kV system rigid connector on SI to suit ZEBRA (28.58 dia) ACSR conductor

ETI/PSI/P 11050 C

287 Details of expansion type terminal connector to suit 50 dia Al. tubular busbar to terminal pad of 25kv CT/ Isolator/ CB and Interrupter

ETI/PSI/P 11060 Sh.2 of 2

E

288 Detail of rigid type bimetallic terminal connector suitable for 50 dia Al. tubular busbar to 30 dia Cu. Stud of 25kV CT.

ETI/PSI/P 11070 B

289 Rigid bimetallic terminal connector suitable for 50 dia Al. tubular busbar to terminal pad of 25kv Isolator/ CT

ETI/PSI/P 11090 C

290 Rigid through connector to suit 50 dia Al. Tubular bus bar and ‘SPIDER’ AAC conductor for 25kv PT Type-II

ETI/PSI/P 11110 C

291 Details of Rigid terminal connector suitable for 20 dia Al. Conductor to terminal pad of 25kv PT Type I & II

ETI/PSI/P 11120 C

Page 364: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 12 of 16

1 2 3 4 5 292 25kv system tee connector to suit 50 O/D Al.

Tube and 'SPIDER' 'AAC' conductor ETI/PSI/P 11140 B

293 25 K.V system Tee connector to suit 50. O/D AL. tubular busbar to 50. O/D AL. tubular busbar

ETI/PSI/P 11150 B

294 25Kv System Rigid bus splice connector to suit 50 O/D Al. tube on both ways

ETI/PSI/P 11180 B

295 25 kV System Sliding clamp for 50mm O/D Aluminium Bus bar

ETI/PSI/P 11190 C

296 25Kv System Rigid connector on S.I to suit 50 mm O/D Al. Bus bar

ETI/PSI/P 11200 C

297 25kv system expansion bus coupler on SI to suit 50 O/D Al. tube.

ETI/PSI/P 11210 D

298 Typical fencing , door and anticlimbing device details of traction sub-station

CORE/ALD/PSI 01 D

299 Structural layout of 132/25 KV traction sub-stations

ETI/C 0200, SH.No.-1

H

300 Structural layouts of 132/25kv traction sub-stations

ETI/C 0200, SH.No.-2

D

301 Details of Beam B/1 for 132/25 KV TSS ETI/C 0201 D 302 Details of Tower T 1 for 132/25 KV TSS ETI/C 0202 H 303 Details of Tower T 2 for 132/25 KV TSS ETI/C 0203 G 304 Details of beam B/2 and column C/1 for

132/25kV traction sub-station. ETI/C 0208 E

305 Typical cable trench and foundation lay out of 132/25kv TSS

ETI/C 0210 F

306 Details of baffle wall at TSS(WP-112.5kg/sq.m) and WP (75kg/sq.m)

ETI/C 0213 D

307 Details of RCC baffle Wall at TSS(WP-150kg/sq.m)

ETI/C 0214 B

308 Transformer oil drainage arrangement at sub-stations

ETI/C 0216 B

309 Line Diagram of Structural layouts of 220/25kV Traction sub-station

ETI/C 0222 Nil

310 Structural layout of 220/27kV traction sub-station (Type-I)

ETI/C 0222-1 Nil

311 Control Room for Traction substation ETI/C 0225 Sheet-1

Nil

312 Control Room for Traction Sub-station(RCC details)

ETI/C 0225 Sheet-2

Nil

313 Details of structure for 132kv double pole Isolator

ETI/C 0310 G

314 Details of structure for 132kv support insulators

ETI/C 0320 E

315 Details of structure for 132kv Current transformer

ETI/C 0330 F

316 Details of structure for 120kv Lightning Arrestor

ETI/C 0340 F

317 Details of structure for 25kv Current transformer

ETI/C 0360 F

318 Details of structure for 42kv ,10KA LA & 25kv support insulator

ETI/C 0370 Sheet-1

J

319 Black Weight of Structure for 42kv,10KA LA & 25kv support insulator.

ETI/C 0370 Sheet-2

Nil

320 Details of structure for 25kv Single Pole isolator

ETI/C 0380 F

Page 365: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 13 of 16

1 2 3 4 5 321 Details of structure for 25kv Potential

transformer ETI/C 0390 E

322 S-100 Fabricated Mast for mounting LT supply transformer and DO fuse switch at switching station

ETI/C 0043 B

323 Details of structure and foundation for 25kV DP Isolator at TSS

ETI/SK/C 0180 C

324 Gillsans Letters and Figures RE/33 527 A 325 Typical schematic diagram of protection for

single transformer traction sub-station ETI/PSI 0228-1 Nil

326 25 kV drop out fuse switch details ETI/PSI 038 C 327 Operating pole for 25kV drop out fuse switch ETI/PSI 039 B 328 Typical schematic diagram for TSS, FP, SSP

and SP with 21.6 MVA or 30 MVA transformer for three lines.

TI/DRG/PSI/3L-TSS/RDSO

00001/07 1

329 Scheme of locking /Interlocking arrangement of 132 kV Isolator at Traction Sub-Station.

ETI/PSI 5212 B

330 Typical return current connection to buried rail at 132 kV/25 kV Traction Sub-Station.

ETI/PSI 0212-1 Nil

331 Typical arrangement of an earth electrode. ETI/PSI 222-1 Nil 332 Flexible connector for 25 kV circuit breaker

25kV Interrupter & 25 kV side of 13.5/20 MVA traction transformer.

ETI/PSI/P 6570 F

333 Scheme of Interlocking arrangement for 25kV circuit breakers at Traction Sub-Station

ETI/PSI 5214 B

334 Expansion type terminal connector for 25 kV, 60mm dia terminal for traction power transformer.

ETI/PSI/P 11220 D

(D) STANDARD TYPICAL AND PARTICULAR DRAWINGS FOR SCADA WORKS

The annexure contains reference to standard, typical and particular drawings & specification referred to in various paragraph of tender specification (Pt.II) and particular specification.

1 2 3 4 5 335 General scheme of supply for 25 kV 50 Hz

Single Phase AC ETI/PSI 702-1 D

336 Typical layout of control room at TSS TI/DRG/PSI/CPROOM/RDSO

00001/01 0

337 Typical layout of remote control cubicle at switching stations.

ETI/PSI 0010 E

338 Schematic inter connection diagram for remote control of power gear & supervision equipments at TSS.

ETI/PSI 644 C

339 Schematic inter connection diagram for remote control of power gear and supervision equipments at controlled station (SP & SSP)

ETI/PSI 645 C

340 High speed Auto reclosing Scheme for feeder Circuit Breaker at 25 kV A.C. Traction Sub-station.

ETI/PSI 0231-I A

341 Control desk arrangement for 2 work stations of SCADA system.

ETI/PSI/SK 337 Nil

342 Setting up earthing station at switching posts (SSP & SP) with conventional earthing as per Special Maintenance No. TI/SMI/0032 Rev-1

-

-

-

Page 366: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 14 of 16

(E) (a) LIST OF STANDARD DRAWING FOR HIGH RISE OHE

S.N. Brief Description Drawing Mod No. Series Number

343 Design handout for Overhead equipment for running double stack containers under electrified routes (High Rise OHE) with speed potential of 140 Kmph based on revised wind zone.

TI/DESIGNS/OHE/2013/00001 (July’13)

- -

344 Terms of reference for consultancy contract for high speed OHE and high rise OHE.

RDSO Letter No. TI/Traction policy/2013

dated 25.04.2013

- -

345 OHE span in view of changes in wind zones in country.

RDSO Letter No.TI/OHE/GA/2013 dated 25/30.04.2013

- -

346 SPECIAL BFB PORTAL FOR 5 TRACKS (GENERAL ARRANGEMENT)

TI/DRG/CIV/BFB-POTAL

00001/13/0

Sh No. 1

347 SPECIAL BFB PORTAL DETAILS OF UPRIGHT

TI/DRG/CIV/BFB-PORTAL

00001/13/0

Sh No. 2

348 G-TYPE PORTAL DETAILS SPECIAL UPRIGHT AND END PIECE

TI/DRG/CIV/G-PORTAL

00001/13/0

-

349 HIGH RISE OHE Employment Schedule Mast (11.4 m) (Wind Pressure 178 kgf/m2) (Basic Wind Speed 50 m/s) (Without Return Conductor and Without Earth Wire)

TI/DRG/CIV/ES/ 00001/13/0

SHEET

- 1

350 HIGH RISE OHE Employment Schedule Mast (11.4 m) (Wind Pressure 155 kgf/m2) (Basic Wind Speed 47 m/s) (Without Return Conductor and Without Earth Wire)

TI/DRG/CIV/ES/ 00001/13/0

SHEET

- 2

351 HIGH RISE OHE Employment Schedule Mast (11.4 m) (Wind Pressure 136 kgf/m2) (Basic Wind Speed 44 m/s) (Without Return Conductor and Without Earth Wire)

TI/DRG/CIV/ES/ 00001/13/0

SHEET

- 3

352 HIGH RISE OHE Employment Schedule Mast (11.4 m) (Wind Pressure 105 kgf/m2) (Basic Wind Speed 39 m/s) (Without Return Conductor and Without Earth Wire)

TI/DRG/CIV/ES/ 00001/13/0

SHEET

- 4

353 HIGH RISE OHE Employment Schedule Mast (11.4 m) (Wind Pressure 73 kgf/m2) (Basic Wind Speed 33 m/s) (Without Return Conductor and Without Earth Wire)

TI/DRG/CIV/ES/ 00001/13/0

SHEET

- 5

354 TWO TRACK CANTILEVER STRUCTURE (TTC) GENERAL ARRANGEMENT

TI/DRG/CIV/TTC/ 00001/13/0

SHEET

- 1 355 TWO TRACK CANTILEVER STRUCTURE

(TTC) DETAILS OF UPRIGHT TI/DRG/CIV/TTC/ 00001/13/

0

SHEET- 2

356 11.4 M Long Standard Traction Mast “B” Series (B-150, B-175, B-200, B-225 & B-250 type Fabricated with Batten Plates)

TI/DRG/CIV/B- Mast/ 00001/13/0

-

357 Volume Charts & Equivalent Charts of Foundations (Side Bearing, Side Gravity & WBC)

TI/DRG/CIV/FND/

00001/13/

0

Sheet-

1

358 Volume Charts & Equivalent Charts of Foundations (NG Type)

TI/DRG/CIV/FND/

00001/13/

0

Sheet-

2

359 Volume Charts & Equivalent Charts of Foundations for Dry Black Cotton Soil (NBC Type, 3.0 metre Depth)

TI/DRG/CIV/FND/

00001/13/

0

Sheet-

3

Page 367: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 15 of 16

360 Volume Charts & Equivalent Charts of New Pure Gravity Foundations (500 mm exposed)

TI/DRG/CIV/FND/ 00001/13/0 Sheet- 4

361 Volume Charts & Equivalent Charts of Foundations for Dry Black Cotton Soil (NBC Type, 2.5 metre Depth)

TI/DRG/CIV/FND/ 00001/13/0 Sheet- 5

362 Employment Schedule OHE Mast (11.4 metre) Wind Pressure 155 kgf/m2

TI/DRG/CIV/ES/ 00001/13/0 Sheet- 1

363 Employment Schedule OHE Mast (11.4 metre) Wind Pressure 136 kgf/m2

TI/DRG/CIV/ES/ 00001/13/0 Sheet- 2

364 Employment Schedule OHE Mast (11.4 metre) Wind Pressure 105 kgf/m2

TI/DRG/CIV/ES/ 00001/13/0 Sheet- 3

365 Schedule Anchor Blocks for BG Tracks TI/DRG/OHE/GUYHR/ 00001/13/0 Sheet- 1 366 Double Guy Rod Arrangement with Anchor

Block for BG Tracks TI/DRG/OHE/GUYHR/ 00001/13/0 Sheet- 2

367 Schedule Anchor Blocks for BG Track Black Cotton Soil

TI/DRG/OHE/GUYHR/ 00001/13/0 Sheet- 3

368 Guy Rod Ǿ 25 mm TI/DRG/OHE/GUYHR/ 00001/13/0 Sheet- 4 368A

Dropper Schedule Encumbrance 1.4m/1.4m (For 25 kV AC Regulated OHE) (65 and 107 SQ. MM)

TI/DRG/OHE/DROP/ 00001/10/1 Rev-1

368B

Dropper Schedule Encumbrance 1.4m/0.9m (For 25 kV AC Regulated OHE) (65 and 107 SQ. MM)

TI/DRG/OHE/DROP/ 00002/10/1 Rev-1

368C

Dropper Schedule Encumbrance 1.4m/0.75m (For 25 kV AC Regulated OHE) (65 and 107 SQ. MM)

TI/DRG/OHE/DROP/ 00003/10/1 Rev-1

368D

Arrangement of mounting of 25kV/240V, 50kVA LT Supply Transformer for High Rise OHE (On separate mast)

ETI/OHE/HR/AT/G/ 05522 Sheet-2

-

368E

Mounting Arrangement of Auxiliary Transformer on High Rise OHE mast

ETI/OHE/HR/AT/G/ 05522 Sheet-1

-

368 F

Anchor Arrangement with Dwarf Mast for conventional and High Rise OHE

ETI/OHE/HR/ G/ 01402 -

368G

Standard Arrangement of Drop Arm for supporting Cantilevers on the Booms of Portals and TTC (For Normal as well as High Rise OHE)

ETI/C/HR/ 0076 -

368H

Drilling schedule for S-6H mast (length 13.0 m) (for High Rise OHE)

ETI/C/HR/ 0181 -

368 J

Drilling schedule for S-7H mast (length 13.0 m) (for High Rise OHE)

ETI/C/HR/ 0182 -

368 K

Drilling schedule for S-8H mast (length 13.0 m) (for High Rise OHE)

ETI/C/HR/ 0183 -

368 L

‘P’ Type Portal General Arrangement and details of upright & End Pieces (High Rise OHE)

TI/DRG/CIV/P-Portal/ 00001/13/0 -

Page 368: Model Request for Proposal (RFP) for Engineering ......M/s Larsen & Toubro Limited, Vatika Mindscape, Tower-A, 8 th Floor, 12/3, Delhi-Mathura Road, Near Sarai Metro Station, Faridabad-121

Page 16 of 16

(E) (b) LIST OF STANDARD DRAWING AS PER NEW WIND ZONES

Note: New wind pressures/speeds as per RDSO letter No TI/CIV/MS/14 dated 14.07.2014 & IS: 875 Part-III, 1987, Reaffirmed during 1997 are:

Sl No.

Design Wind Pressure (Kg/m2)

Basic Wind Speed metre / second Km / hour

i 178 50 180.0 Ii 155 47 169.2 Iii 136 44 158.4 Iv 105 39 140.4 v 73 33 118.8

369 Normal OHE Employment Schedule Mast (9.5 m) (Wind Pressure 178 kgf/m2) (Basic Wind Speed 50 m/s) (Without Return Conductor and Without Earth Wire)

ETI/C/ 0758 Sheet-1

A

370 Normal OHE Employment Schedule Mast (9.5 m) (Wind Pressure 155 kgf/m2) (Basic Wind Speed 47 m/s) (Without Return Conductor and Without Earth Wire)

ETI/C/ 0758 Sheet-2

A

371 Normal OHE Employment Schedule Mast (9.5 m) (Wind Pressure 136 kgf/m2) (Basic Wind Speed 44 m/s) (Without Return Conductor and Without Earth Wire)

ETI/C/ 0758 Sheet-3 A

372 Normal OHE Employment Schedule Mast (9.5 m) (Wind Pressure 105 kgf/m2) (Basic Wind Speed 39 m/s) (Without Return Conductor and Without Earth Wire)

ETI/C/ 0758 Sheet-4

B

373 Normal OHE Employment Schedule Mast (9.5 m) (Wind Pressure 73 kgf/m2) (Basic Wind Speed 33 m/s) (Without Return Conductor and Without Earth Wire)

ETI/C/ 0758 Sheet-5

A