View Tend Doc
-
Upload
nvnrajesh123 -
Category
Documents
-
view
310 -
download
0
Transcript of View Tend Doc
B/SG/CN/13/Po,Sat,Ndu
Page 1 of 118
I N D E X
Sl.No Item Page Nos
1 CHECK LIST
2
2 TOP SHEET
3
3 TENDER NOTICE
4-8
4 DECLARATION
9
5 AGREEMENT FORM
10
6 TENDER SCHEDULE A&B
11-54
7 ABSTRACT SUMMARY
55
8 REGULATIONS FOR TENDER - PART-I
56-66
9 SPECIAL CONDITIONS OF THE TENDER
- PART-II
67-77
10 TECHNICAL SPECIFICATIONS - PART-III
78-107
11 INDEMNITY BOND - ANNEXURE – I
108
12 FORM OF BANK GUARANTEE –
ANNEXURE – II
109-110
13 ANNEXURE – III
111
14 ANNEXURE – IV
112
15 ANNEXURE – V
113
16 ANNEXURE – VI
114
17 ANNEXURE – VII
115
18 ANNEXURE – VIII
116
19 ANNEXURE – IX
117-118
B/SG/CN/13/Po,Sat,Ndu
Page 2 of 118
CHECK LIST
1 Tender form if down loaded is complete and signed on all the pages
2 EMD instrument in support of payment is enclosed.
3 DD/MR instrument in support of cost of tender form in case the tender form is
down loaded is enclosed.
4 Confirmation of technical and special conditions
5 List of deviations
6 Certificate of chartered accountant or employer indicating Turn-over as per
eligibility criteria.
7 Statement of tools and plants available
8
Statement of Engineering organization available
9 Experience certificate as per eligibility criteria.
10 Statement of engineers and diploma holders/retired railway employees on roll
for works valuing more than Rs 50 Lakhs
11 Method statement
12 Familiarization certificate
(a)EMD
Name of the bank with complete address:…………………………………….
Telephone No……………………….FAX No……………………………….
E-mail address……………………………………………………………….
(b)Cost of tender document
Name of the bank with complete address:…………………………………….
Telephone No……………………….FAX No……………………………….
E-mail address………………………………………………………
B/SG/CN/13/Po,Sat,Ndu
Page 3 of 118
SOUTH CENTRAL RAILWAY
OFFICE OF THE DEPUTY CHIEF SIGNAL & TELECOMMUNICATION ENGINEER
(CONSTRUCTION)
VIJAYAWADA-520071
TOP SHEET
NAME OF THE WORK: Provision of Panel Interlocking with MACLS at "POTLAPADU, SATYAVALLI & NUDURUPADU" stations - Permanent in connection with provision of new crossing stations on GNT-NDL
section of Guntur division of SCRly 1 Tender Notice No,- Item No and Date Tender Notice No.B/SG/CN/S&T/09-10/12-14
Dt.22.02.2010
2 Tender No. B.SG.C.13. Pot,Sat,Ndu.
3 Tender Value Rs. 2,00,01,651/-
4 a) Date and Time of Closing Sale of
tender documents By person: 01.04.2010
By post: 26.03.2010
b) Date and Time of Closing Tender
Box 15.00 hrs. on 05.04.2010
c) Date and Time of Tender Box
Opening 15.30 hrs. on 05.04.2010
5 Type of Tender Open Tender
6 EMD Rs. 2,50,010/-(Rupees Two lakhs fifty thousand
and ten only)
7 Cost of Tender Document 1. If Purchased from Office : Rs.10000/-
2. If sent by Post : Rs 10500/-
8 Completion Period 6 months
9 Warranty/ Maintenance Period One Year
*The payments should be made in favor of FA&CAO(Construction) SC Railway,
Secunderabad in the account of the tenderer.
Note: (1) The EMD should be paid in the form of DD or FDR of a Nationalized /Scheduled Bank
only or can be remitted with Divisional Cashier (Pay) at Vijayawada, Guntakal, Guntur,
Nanded or Secunderabad, as well in any other form as per Clause 6 of Part I of the tender
form.
(2) In case the tender form is down loaded from the internet, the cost of tender form amount
should be remitted in the form of DD of nationalized/Scheduled bank only or also can be
remitted with Divisional Cashier (Pay) at Vijayawada, Guntur,Nanded,Guntakal or
Secunderabad or to SM of any station in South Central Railway. Offers not accompanying the
above instruments will be summarily rejected.
Dy.CSTE/CN/BZA
B/SG/CN/13/Po,Sat,Ndu
Page 4 of 118
SOUTH CENTRAL RAILWAY
Tender Notice No.B/SG/CN/S&T/09-10/12-14 Dtd .22.02.2010
For and on behalf of the President of India, The Deputy Chief Signal & Tele-communication
Engineer (Construction), South Central Railway, Vijayawada invites sealed tenders (Open) for the
following works up to 1500 hours on 05-04-2010.
Cost of Tender form
(Rs)
S.
No
Tender No Description of the work Approximate
value
(Rs)
E.M.D.
(Rs)
Comple-
tion
period In person
1 BZA/CN/S
&T/ 12
/2010
dt.22.2.10
Provision of Panel Interlocking
with MACLS at `Nandipalli` -
Permanent in connection with
provision of new crossing
stations of Guntur division
63,76,835/-
1,27,540/-
6
Months
5,000/-
5,500/-
2 BZA/CN/S
&T/ 13
/2010 dt.22.2.10
Provision of Panel Interlocking
with MACLS at
"POTLAPADU,
SATYAVALLI &
NUDURPADU" stations -
Permanent in connection with
provision of new crossing
stations on GNT-NDL section
of Guntur division of SCRly
2,00,01,651/- 2,50,010/- 6
Months 10,000/- 10,500/-
3 BZA/CN/S
&T/ 14
/2010 dt.22.2.10
Laying, splicing of OFC &
jointing of 6 quad cables
between Mangapatnam-
Kondapuram stations.
Permanent diversion of track
between Muddanoor and
Kondapuram stations of GTL
Division of South Central
34,65,092/- 69,310/- 3
Months 3,000/- 3,500/-
Programme of the tenders as follows:
S.No Particulars Time Date
1 Last date of issue of tender documents in person 12:00 Hours 01.04.2010
2 Last date of issue of tender document by post 12:00 Hours 26.03.2010
3 Closing of Tender Box 15:00 hours 05.04.2010
4 Opening of tender Box 15:30 hours 05.04.2010
If the date of opening of tenders happens to be a declared holiday at a later date, the tenders
will be opened on the next working day at the stipulated time. For further tender conditions/details
(available in the tender documents) and for downloading of tender documents, please visit our
website www.tenders.gov.in.
Dy.Chief Signal & Telecom Engineer,
Construction, S.C.Railway, Vijayawada
B/SG/CN/13/Po,Sat,Ndu
Page 5 of 118
Detailed Instructions for tenderers
1.0 Tender forms are not transferable.
2.0 The cost of the tender form should be remitted to Divisional Cahier(Pay) south Central Railway at Vijayawada/Guntakal/Guntur/Nanded/Secunderabad or any Station Master on South Central Railway in favor of FA&CAO/Construction, South Central Railway, Secunderabad and the official receipt so obtained should be enclosed along with the tender form to be submitted by the tenderer. However, in case of the tender form down loaded from the web site, the cost of tender form should be made in the form of DD obtained from any Nationalized/Scheduled bank in favor of S r . A FA/ (Construction), South Central Railway, Vijayawada
3.0 In case the The tenderer wishes to obtain the tender form through post the requisite amount should be remitted Divisional Cahier(Pay) south Central Railway Vijayawada / Guntakal/ Guntur/Nanded/Secunderabad or any Station Master on South Central Railway in favor of S r . A FA/Construction/ South Central Railway, Vijayawada and the receipt so obtained along with a requisition shall be submitted in the office of the undersigned on or before dt 26.03.2010
4.0 Tenderers(s) who are submitting down loaded tender documents from website shall pay the cost of documents in the manner explained above or they may submit a demand draft issued by any Scheduled bank in favor of Sr.AFA/Construction/Vijayawada towards the cost of tender documents.
5.0 Proof of payment of cost of Tender forms shall invariably be enclosed with the Tender offers.
Offers not accompanied by the requisite tender fee as above shall summarily be rejected.
6.0 TENDER BOX CLOSING & OPENING
6.1 Tenders must be enclosed in a sealed cover, super scribed with the ‘name of the work’ and
‘Tender Notice No.’ as appearing on the top sheet and must be deposited in the box allotted for the
purpose in the o/o Dy.CSTE/CN/BZA DRM`s office compound, Vijayawada or Tender hall, o/o
Dy.CSTE/ Construction, South Central Railway, Secunderabad-500 071 or Office of Dy. CSTE/C/
Guntakal, DRM’s office compound, Guntakal.
6.2 Tenders which are not deposited in the prescribed box will summarily be rejected
6.3 Tender documents may also be sent by registered post to the address of the Dy. Chief Signal &
Telecom. Engineer, (Construction), South Central Railway, Vijayawada - 500 071, so as to reach this
office not latter than 15.00 hours on 05.04.2010.
6.4 The boxes will be concurrently sealed at 15.00 hours on 05.04.2010 and will be opened
concurrently at 15.30 hours on the same day at the places mentioned above in the presence of such
Tenderers or their representatives who are available.
6.5 In case the date mentioned above happens to be a holiday, the tenders will be Closed/Opened
on the next working day at the same time.
6.6 Railways is not responsible for Postal delays in transmission of Tender Booklets by Registered
post.
6.7 Railways Reserve the right to cancel the tender without assigning any reason thereto.
7.0 Earnest Money Deposit (EMD)
7.1 The tenderer shall be required to deposit Earnest Money with the tender for the due
performance with the stipulation to keep the offer open till such date as specified in the tender, under
the conditions of tender. EMD is paid by the contractor in confirmation of the earnestness in the
participation in this particular tender.
7.2 The Earnest Money is Rs 2,50,010/- and should be submitted in any of the ,following forms
B/SG/CN/13/Po,Sat,Ndu
Page 6 of 118
7.3 Deposit receipts, Pay Orders, Demand drafts. These forms of earnest money could be from any
scheduled banks.
7.4 .Earnest Money Deposit in the form of cash shall be remitted to the Divisional Cashier (Pay),
South Central Railway, Vijayawada, Guntakal, Guntur, Nanded and Secunderabad or any station
master on south central railway in favor of Sr.AFA/Construction, Vijayawada.
7.5 In case of FDRs and other Instruments (DD) , the same shall be drawn in favor of Sr.AFA
(Construction), Vijayawada with the on account name of the Tenderer.
7.6 .Any other form of EMD including Guarantee Bonds etc., is not acceptable.
7.7 .Tenders without prescribed EMD shall be summarily rejected.
7.8 Standing Earnest Money Deposit (SEMD), if any with the Railway will not be
considered for this tender.
8.0 Eligibility criteria
8.1 Minimum Technical eligibility Criteria required (As per Railway Board Policy Lr. No.
RB/CEI/5/2006.
(i) Should have completed in the
last three financial years (i.e.
current year and three previous
financial years)
At least one Similar single work, for a minimum value of
35% of advertised tender value of the work.
(ii) Total Contract amount received
during the last 3 financial years and
in the current financial year.
Should be a minimum of 150% of advertised tender value
of work.(An attested Certificate from employer/client.
audited balance sheet duly certified by the Charted
Accountant etc., should be submitted.)
Similar Nature of work for the above purpose shall be “Execution of panel interlocking with
MACLS indoor and outdoor work OR execution of any RRI ,work indoor and
outdoor together”
Please go through provisions of Paras given below and ensure submission of all required
certified credentials from Clients/Organizations and other documents to establish the eligibility
criteria.
8.2 Similar nature of works physically completed within the qualifying period, i.e. the last 3
financial years and current financial year should only be considered in evaluating the eligibility
criteria as explained in the Eligibility criteria para 8.1 and Note there to.
8.3 The total value of similar nature of works completed during the qualifying period, and not the
payments received within qualifying period alone, should be considered.
8.4 In case, final bill of similar nature of work has not been passed, paid amount including statutory
deductions is to be considered if final measurements have not been recorded OR if final
measurements have been recorded and work has been completed with negative variation. However, if
final measurements have been recorded and work has been completed with positive variation but
variation has not been sanctioned, original contractual value of work should be considered for judging
eligibility.
B/SG/CN/13/Po,Sat,Ndu
Page 7 of 118
8.5 In the case of composite works involving combination of different works,
even separate completed works of required value should be considered while evaluating the eligibility
criteria. For example, in a tender for bridge works where similar nature of work has been defined as
bridge works with pile foundation and PSC superstructure, a tenderer, who had completed one bridge
work with pile foundation of value at least equal to 35% of tender value and also had completed one
bridge work with PSC superstructure of value at least equal to 35% of tender value, should be
considered as having fulfilled the eligibility criteria of having completed similar nature of work.
9.0. Documents required to be attached in proof of Credentials
9.1 Tenderers should submit an attested copy of Credential Certificate obtained from Jr.
Administrative Grade Officer of any Engineering department of Railways/Superintendent Engineer
of State Government or equivalent grade officer in Quasi Government department/Public Sector
Undertakings in Central Government to establish the eligibility criteria. Certificate from private
Individuals for whom such works are executed shall not be considered.
9.2 Audited balance sheet indicating agreement wise payments received during the last 3
financial years, duly signed and certified by the Chartered Accountant should be enclosed.
9.3 The onus of establishing credentials lies with the tenderer. Railway shall evaluate the offer
only from the certificates/documents submitted along with the tender offer.
9.4 Submission of Credentials shall be only with the Tender Document and Post facto
submission of the same after Tender Opening is not admissible. Such credentials submitted after
Opening if any will not be taken into consideration for evaluation. This applies even for working
contractors of this unit.
9.5 In addition to above the following documents may also be submitted along with the Tender
9.5.1 List of personnel organization available on hand and proposed to be engaged for the subject
work. These two lists should be given separately and signed by Tenderer has to be submitted in the
pro forma given in the Annexure-‘III’. List of Plant & Machinery available on hand (own) and
proposed to be inducted (own and hired to be given separately) for the subject work has to be
submitted in the pro forma given in the Annexure – IV
9.5.2 List of works on hand as per annexure -VI
9.5.3 List of works completed in the last three Financial years as per annexure -VI
9.5.4 Method statement as given in annexure IX
10.0 If any certificates or details enclosed by tenderer are found to be fake/bogus/ tampered
such tenders will be rejected at any stage. Such of those agencies shall not be awarded any work in
S.C. Railway for a period of 5 years from the date of opening of tender in addition to losing the
EMD. Joint ventures or partnership firms or any other nature of firms in which such agencies are a
party shall also not be awarded any work for this period of 5(five) years.
11.0 Consortium agreements, joint venture and MOU’s shall not be considered for the purpose of
deciding Eligibility.
12.0 PARTNERSHIP FIRMS
12.1 Partnership deed is eligible if entered into and registered prior to the date of Tender Notice.
Tenderer should enclose/submit experience certificate in the same name and style as the tenderer
and their credentials shall be considered fully to the extent of work executed by the partnership
firm. (Experience of individual partners will not be considered).
B/SG/CN/13/Po,Sat,Ndu
Page 8 of 118
12.2 Any change or modification in the constitution of tendering firms for
whatever purpose or intimation of any disputes by any of the partners in the firm making tendering
firm ineligible, during consideration of Tender or after opening of the Tender, shall be deemed to
be backing out of the offer by the Tenderer.
13.0 SUBMISSION OF TENDER DOCUMENTS DOWN LOADED FROM WEBSITE
13.1 Tenderer(s) who are submitting down loaded tender documents (From website) must be enclosed
with the tender form a demand draft issued by any Nationalized/scheduled bank In favor of
“SrAFA/Construction, Vijayawada” towards the cost of Tender document. Tender offers not
accompanying with the requisite tender fee as above shall summarily be rejected.
13.2 Only the original computer print out of the Tender documents down loaded from the website
must be submitted. Photocopies are not acceptable. Tender submitted in photocopies of down loaded
documents is liable to be rejected. The tenderer shall ensure that all the pages of this document are
fully down loaded, legibly printed and submitted as a single booklet.
13.3 If during the process of tender finalization it is detected that tenderer has submitted Tender
documents after making any changes/addition/deletions in the Tender documents down loaded from
the website, his offer will be summarily rejected and the earnest money deposited by the tenderer
shall be forfeited.
13.4 The Tenderer is expected to keep track of any future amendments/corrections in the Tender
from time to time. The latest tender document/ corrigendum shall only form the basis for the
participation.
Dy. Chief Signal & Telecom Engineer
(Construction), S.C.Railway, Vijayawada
B/SG/CN/13/Po,Sat,Ndu
Page 9 of 118
DECLARATION
The President of India acting through
Dy. Chief Signal & Telecom. Engineer (Construction)
South Central Railway, Vijayawada.
I/We_____________________________________________________________ have read
the various conditions of tender attached hereto and hereby agreed to abide by the said conditions.
I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed
for opening the same and in default thereof, I/We will be liable for forfeiture of my/our Earnest
Money Deposit of Rs. /-
I/We offer to do the work " -----------------------------------------------------------”
At the rates quoted by me/us in the attached schedule and bind myself/ourselves to
complete the work in --------------- from the date of issue of letter of acceptance of this tender. I/We
also hereby agree to abide by the General and Special Conditions of Contract and to carry out the
works according to the specification of materials and works laid down by South Central Railway for
the present contract.
2. A sum of Rs.-------------- is herewith forwarded as earnest money deposit. The full value of the
earnest money shall stand forfeited without prejudice to any other rights or remedies if –
a) I/We do not execute the contract document within seven days after receipt of notice
issued by the Railway that such documents are ready: OR
b) I/We do not commence the work within ten days after receipt of orders to that effect.
3. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a
binding contract between us subject to modifications, as may be mutually agreed to between us and
indicated in the letter of acceptance of my/our offer for this work.
Signature of witnesses:
1.
2.
Signature of Tenderer (s) , Date & Address
THE TENDER HAS BEEN ACCEPTED AND I AGREE TO PAY THE RATES AS ENTERED IN
THE SCHEDULES.
Dy. Chief Signal & Telecom. Engineer
(Construction),S.C.Railway : Vijayawada.
for and on behalf of the President of India
AGREE
Signature of witnesses: 1. 2.
B/SG/CN/13/Po,Sat,Ndu
Page 10 of 118
AGREEMENT
1. Contract Agreement No.______________________ dt._____________, articles of agreements made this
day of ______________________________________ between the President of India acting through the
Deputy Chief Signal and Telecommunication Engineer (Construction), of South Central Railway
Administration, Secunderabad (hereinafter called the “RAILWAY” which expression shall, unless the
context does not so admit include his successors and assignees in office) of the one part and
___________________, (hereinafter called the “CONTRACTOR” which expression shall unless excluded
by the context includes his heirs, executors, administrators, successors and assignees) of the other part.
2. Whereas the contractor has agreed with the Railway for the performance of the work
“____________________________” as set forth in the schedules ‘A’and ‘B’ here to annexed upon the
General Conditions of contract and Special conditions of special specifications, if any, and in conformity
with the drawings here to annexed, if any. And where as the performance of the said works is an act in
which the public are interested.
3. The total Security Deposit for the above is Rs._____________/-, whereas the Contractor has submitted a
Performance Bank Guarantee No. ____________, dated ______ for Rs.________/- issued by
__________________, issued in fravour of FA & CAO/C/SC, valid upto ___________ and for the balance
amount Rs_________/- have been adjusted towards EMD submitted by the contractor along with their
tender vide __________________, dt. ________, issued by ______________, valid for _____ months. The
Security Deposit now fixed is as per rules in force, subject to alteration according to increase or decrease in
the value of the agreement as determined from time-to-time. The contractor has deposited Performance
Guarantee of 5% of Contract value vide FDR/BG __________ issued by ------------------------ Bank valid
upto ______________.-
4. Now this indenture witnesses that in consideration of the payment to be made by the Railway, the
contractor will duly perform the said works in the said schedules set forth and shall execute the same with
great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will
complete the same in accordance with the said specification and said drawings a said conditions of contract
on or before the ________________. They shall also guarantee the satisfactory working of the contract as
per Clause No.27.1 of the special conditions of the contract and observe , fulfill and keep all the conditions
therein mentioned (which shall be deemed and taken to the part of this contract as if the same had been fully
set forth herein). And the both hereby agree that if the contractor shall duly perform the said works in the
manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be
paid to the Contractor for the said works on the final completion there of, the amount due in respect there
of, at the rates specified in the Schedules hereto annexed.
5. It is hereby agreed and declared that all the provision of the said specifications, conditions, of contract
which have been carefully read and understood by the Contract and the schedule of rates, including the
Special and General Instructions contained in pages thereof shall be as binding upon the Contractor and
upon the Railway Administration as if the same had been repeated herein and shall be read as part of these
presents:
6. In witnesses whereof Dy. Chief Signal & Telecom. Engineer, (Construction), South Central Railway,
Secunderabad, for and on behalf of the President of the Union of India and _________________________,
have set their respective hands.
Deputy Chief Signal&Telecommunication Engineer,(Construction),
CONTRACTOR South Central Railway,Vijayawada,
For and On Behalf of the President of the Union of India
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 11 o
f 118
Schedule-A (Supply portion)
NS
No
Description
Unit
POTLA
PADU
SATYA
VALLI
NUDU
R
PADU
Total
Rate in
fig.
Rate in
words
Amount
Rs
Inspecti
on
1
Supply
of Surf
ace
bas
e 140m
m d
ia. to
suit to
signal
posts of 4.5
mtrs an
d 3
.5 m
trs le
ngth
as
per
drg
.S.2
011/M
Nos
12
12
12
36
2202
Tw
o thousa
nd
two h
undre
d
and tw
o
79272
RIT
ES
2
Supply
of O
ffse
t bra
cket
to suit 1
40m
m d
ia.
CLS p
ost
with tw
o n
um
ber
s of U
bolts an
d n
uts
com
ple
te a
s per
drg
No. SA
24381/A
dv
Nos.
2
2
2
6
3367
Thre
e
thousa
nd
thre
e hundre
d
and six
ty
seven
20202
RIT
ES
3
Supply
of Cal
ling O
n sig
nal
unit c
om
ple
te w
ith
U b
olts to
dra
win
g n
o.S
A.2
4381 /A
dv
Nos.
3
3
3
9
2849
Tw
o thousa
nd
eight hundre
d
and forty n
ine
25641
RIT
ES
4
Supply
of
Posi
tion light
shunt
signal
gro
und
type
com
ple
te a
long w
ith s
urfac
e bas
e, h
oods,
tubula
r post
com
ple
te
to
Drg
.No.S
.23840/A
lt.1
/or Lat
est.
No.
3
3
3
9
3238
Thre
e
thousa
nd tw
o
hundre
d a
nd
thirty
eig
ht
29142
RIT
ES
5
Supply
of Ju
nct
ion type
route
indic
ator 1 w
ay to
dra
win
g n
o.S
A.2
3402 w
ith IRS - S
66/8
4 w
ith
amen
dm
ent-1 o
r la
test
No.
2
2
2
6
10184
Ten
thousa
nd
one
hundre
d
and e
ighty
four
61104
RIT
ES
6
Supply
of 'E
' type
lock
s W
ard N
o.3
2 o
r
spec
ifie
d b
y e
ngin
eer in
char
ge
along w
ith k
ey
and o
ther
as per
req
uirem
ent to
Drg
. N
o.
SA
.3376/M
/Lat
est an
d R
DSO
Spec
n. N
o. IR
S.
S.3
0/6
4.
Nos.
32
32
32
96
479
Four hundre
d
and sev
enty
nin
e
45984
RIT
ES
7
Supply
of re
lay fix
ing fra
me
for Full loca
tion
box, th
e fram
e sh
ould
be
(Pow
der
coat
ed) m
ade
out M
S a
ngle
of 25m
m X
25m
m X
5m
m a
nd
appro
xim
ate
size
of 940m
m X
150m
m w
ith
suitab
le h
ole
s to
fix
the
sam
e in
the
box
Nos.
6
6
6
18
472
Four hundre
d
and sev
enty
two
8496
Consi
gn
ee
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 12 o
f 118
8
Supply
of hyla
m shee
t 6m
m thic
k o
f IS
I m
ark
(IS: 2036) an
d siz
e 2400m
mX
1200m
m o
f co
lor
appro
ved
by the
site
in c
har
ge
( to
suit F
TO
T
boar
d.).
Nos.
2
2
2
6
4070
Four th
ousa
nd
seventy
24420
Consi
gn
ee
9
Supply
of hyla
m shee
t 6m
m thic
k o
f IS
I m
ark
(IS: 2036) an
d siz
e 2400m
mX
600m
m o
f co
lour
appro
ved
by the
site
in c
har
ge.
Nos.
2
2
2
6
2000
Tw
o thousa
nd
12000
Consi
gn
ee
10
Supply
of hyla
m shee
t 3m
m thic
k o
f IS
I m
ark
(IS: 2036) an
d siz
e 2400m
mX
600m
m o
f co
lour
appro
ved
by site
in c
har
ge.
Nos.
2
2
2
6
1000
One
thousa
nd
6000
Consi
gn
ee
11
Fab
rica
tion &
supply
of M
.S. te
rmin
atio
n b
ox
for poin
t m
achin
es o
f si
ze 4
50m
m x
225m
m x
125m
m. The
term
inat
ion b
ox to b
e pro
vid
ed
with 2
nos of M
.S. an
gle
of si
ze 5
0x50x6m
m o
f
length
1000m
m e
ach a
nd G
I pip
e of 40 m
m d
ia
and len
gth
of 450m
m a
ppro
xim
atel
y. The
term
inat
ion b
ox is al
so p
rovid
ed w
ith tea
k w
ood
pla
nk o
f size
25m
m thic
knes
s fo
r fixin
g o
f
term
inal
s. N
eces
sary
bolts, n
uts
and scr
ews ar
e
to b
e pro
vid
ed for fa
brica
tion o
f te
rmin
atio
n
box. The
term
inat
ion b
ox is to
be
pai
nte
d d
ouble
coat
with a
ppro
ved
qual
ity o
f pai
nt bla
ck
enam
el o
n to the
outs
ide
and to b
e pai
nte
d w
ith
white
enam
el in the
insi
de
of th
e box (A
ll
mat
eria
ls a
re to b
e pro
cure
d b
y the
contrac
tor).c
lam
p m
ade
of 12m
mX
5m
m siz
e
MS F
lat w
ith tw
o b
olts sh
all be
supplied
alo
ng
with the
box.
Nos.
8
8
8
24
1684
One
thousa
nd
six h
undre
d
and e
ighty
four
40416
Consi
gn
ee
12
Supply
of gro
und c
onnec
tions fo
r th
e univ
ersa
l
type
poin
t m
achin
es a
s per
drg
.no. SA
9001
(AD
V)
Set
8
8
8
24
6216
Six
thousa
nd
two h
undre
d
and six
teen
149184
RIT
ES
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 13 o
f 118
13
Supply
of in
sula
tions fo
r 'D
' cla
mp sw
itch
exte
nsi
on b
rack
et to suit to u
niv
ersa
l poin
t
mac
hin
e as
per
dra
win
g supplied
by the
Rai
lway
s. (O
ne
set co
nsists of 'D
' cla
mp
insu
lation - 2
Nos. N
ylo
n insu
lation b
ush
es 4
Nos., N
ylo
n insu
lation w
asher
s - 8 N
os.)
Set
s 8
8
8
24
225
Tw
o h
undre
d
and tw
enty
five
5400
Consi
gn
ee
14
Supply
of drive
lug insu
lation for univ
ersa
l
poin
t m
achin
e to
be
pro
cure
d fro
m R
DSO
appro
ved
firm
s. (O
ne
set co
nsist
s of one
num
ber
cen
tral
insu
lation p
late
, bush
es - 2
Nos.
and w
asher
s - 4 N
os.).
Set
s 6
6
6
18
95
Nin
ety fiv
e 1710
Consi
gn
ee
15
Supply
of Ele
ctrica
l det
ecto
r poin
t an
d lock
to
IRS: S 4
9/7
4
No.
1
1
1
3
12303
Tw
elve
thousa
nd
thre
e hundre
d
and thre
e
36909
RIT
ES
16
Supply
of
trac
k f
eed b
atte
ry c
har
ger
110V
/AC
input
to c
har
ge
1,2
,3 l
ead a
cid c
ells w
ith
5A
capac
ity as
per
Spec
N
o IR
S:
S.8
9/9
3 w
ith
amen
dm
ent no.1
or la
test
.
No
20
20
20
60
1738
One
thousa
nd
seven h
undre
d
and thirty
eight
104280
RD
SO
17
Supply
of Tra
ck lea
d junct
ion b
oxes
fib
er g
lass
as p
er D
rg.N
o.C
WM
-00597of F.R
.P m
ater
ial to
IRS.5
.23 sp
ecific
atio
n al
ong w
ith fixtu
res
i.e.
,
on M
S a
ngle
50x50x5m
m, 0.9
Met
ers
long tw
o
num
ber
s of
G.I.p
ipes
of
25m
m d
ia. al
ong w
ith
nuts
and b
olts
and 5
00m
m long
(this
incl
udes
gra
nite
bush
es,
60m
m A
RA
te
rmin
al).-2
Nos.
Box shal
l be
supplied
alo
ng w
ith a
bra
cket
mad
e
of
12m
mX
5m
m M
S f
lat w
ith 2
Nos
of
Nuts
&
bolts.
Nos.
60
60
60
180
907
Nin
e hundre
d
and sev
en
163260
RIT
ES
18
Supply
of
trac
k f
eed r
egula
ting r
esis
tance
dis
k
type
0 to 3
0 O
hm
s as
per
dra
win
g
no.S
A.2
01
61 /66/M
Nos.
20
20
20
60
224
Tw
o h
undre
d
and tw
enty
four
13440
Consi
gn
ee
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 14 o
f 118
19
Sta
tionar
y lo
w m
ainte
nan
ce se
condar
y le
ad
acid
ce
lls
as per
RD
SO
sp
ecific
atio
n IR
S-S
-
88/2
004 o
r la
test
. T
his
incl
udes
supply
of in
ter
cell c
onnec
tors
, bolts
nuts
, ac
id lev
el indic
atin
g
float
s an
d v
ent p
lugs
a)
2 v
olts 40 A
H
Nos.
32
32
32
96
917
Nin
e hundre
d
and sev
ente
en
88032
RD
SO
b) 2 v
olts 200 A
H
60
60
60
180
2654
Tw
o thousa
nd
six h
undre
d
and fifty
four
477720
RD
SO
20
Supply
of H
ydro
met
er o
f ap
pro
ved
mak
e N
os
3
3
3
9
194
One
hundre
d
and n
inet
y
four
1746
Consi
gn
ee
21
Supply
of distilled
wat
er for to
ppin
g o
f
seco
ndar
y c
ells.( to b
e su
pplied
at site
.) a
s per
BIS
spec
ific
atio
n IS
1106
Ltr.
200
200
200
600
6.2
5
six
and p
aise
twenty
fiv
e
3750
Consi
gn
ee
22
Supply
of D
C m
inia
ture
plu
g-in type
neutral
tra
ck
rela
y for Rai
lway sig
nal
ing 9
ohm
s to
2F/2
B n
on-A
C
imm
uniz
ed Q
T2 c
om
ple
te w
ith p
lug b
oar
d a
nd
connec
tors
as per
BRS sp
ecific
atio
n B
RS.9
38A
,
IRS:S
34 &
23 (as
applica
ble
) The
inte
rlock
ing c
ode
for th
is u
nit shal
l be
DEFJX
.
Nos.
14
14
14
42
2098
Tw
o thousa
nd
nin
ety
eig
ht
88116
RD
SO
23
Supply
of Rel
ay p
lug in type
Sty
le "
Univ
ersa
l plu
g
in type
DC/A
C lam
p p
rovin
g rel
ay o
r LED
sig
nal
lam
p a
ll a
spec
ts w
ith b
uilt in
curr
ent tran
sform
er
type,
slo
w rel
ease
neutral
lin
e re
lay, 4F 4
B c
onta
cts
front an
d b
ack c
onta
cts m
etal
to c
arbon shal
l be
suitab
le for w
ork
ing in ser
ies w
ith 110 V
AC
/DC
LED
sig
nal
lam
p rat
ed a
t 15 W
, co
nfo
rmin
g to
RD
SO
Spec
ific
atio
n N
o. SE/R
elays/
AC L
it L
ED
signal
/09-2
002, B
RS 9
41A
, IR
S S
-34 a
nd IRS S
.23
(as ap
plica
ble
.).
Nos.
50
50
50
150
4142
Four th
ousa
nd
one
hundre
d
and forty tw
o
621300
RD
SO
24
Supply
of Fai
l sa
fe E
lect
ronic
fla
sher
12-2
4V
DC 1
0
am
ps, a
sper
RD
SO
Spec
n. N
o.
RD
SO
/SPN
/173/2
002.
Nos.
1
1
1
3
2607
Tw
o thousa
nd
six h
undre
d
and sev
en
7821
RD
SO
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 15 o
f 118
25
Fai
l sa
fe e
lect
ronic
tim
e del
ay u
nit to o
per
ate
on 2
4V
DC, tim
e se
ttin
g 1
20 S
econds as
per
RD
SO
spec
ific
atio
n n
o.IRS.S
.61/2
000 a
mendm
ent no.1
or
late
st.
Nos.
4
4
4
12
2031
Tw
o thousa
nd
thirty
one
24372
RD
SO
26
Supply
of poin
t co
nta
ctor re
lay Q
BC
A-1
AC
imm
uniz
ed m
inia
ture
plu
g in type
DC b
iase
d
conta
ctor, tra
ctiv
e ar
mat
ure
24V
oits D
C w
ith
2H
F/4
B c
onta
cts, H
eavy d
uty
fro
nt co
nta
ct, m
etal
to
carb
on c
om
ple
te w
ith p
lug b
oar
d,ret
aing c
lips an
d
connec
tors
to spec
ific
atio
n.B
RS
943,IRS.S
.34,IRS.S
.23 a
s ap
plica
ble
No
6
6
6
18
5950
Fiv
e th
ousa
nd
nin
e hundre
d
and fifty
107100
RD
SO
27
Supply
of
Rel
ay
Non-A
C
imm
une,
plu
g-in-type
Sty
le 'Q
N1,
DC n
eutral
lin
e, 2
4V
, 8F/8
B c
onta
cts,
front
and b
ack c
onta
cts m
etal
to c
arbon w
ith p
lug
boar
d re
tain
ing cl
ip an
d co
nnec
tors
co
nfirm
ing to
BRS 930,
IRS-S
34,
IRS-S
23 (a
s ap
plica
ble
). The
inte
rlock
ing c
ode
for th
is u
nit shal
l be
AB
CD
F.
Nos
100
100
100
300
2636
Tw
o thousa
nd
six h
undre
d
and thirty
six
790800
RD
SO
28
Supply
of Rel
ay, N
on-A
C im
mune
plu
g in type,
sty
le
QN
1, D
C n
eutral
lin
e, 2
4V
, 12F/4
B c
onta
cts, f
ront
and b
ack c
onta
cts
met
al to c
arbon w
ith p
lug b
oar
d,
reta
inin
g c
lip &
connec
tors
confo
rmin
g to B
RS:9
30,
IRS:
S
34
&
IRS:S
23
(as
applica
ble
).
The
inte
rlock
ing c
ode
for th
is u
nit shal
l be
AB
CD
E.
Nos
200
200
200
600
2636
Tw
o thousa
nd
six h
undre
d
and thirty
six
1581600
RD
SO
29
Supply
of Rel
ay N
on-A
C im
mune,
plu
g-in-type
Sty
le 'Q
N1K
, D
C n
eutral
lin
e, 2
4V
, 1000 o
hm
s
6F/6
B front co
nta
cts m
eta
l to
car
bon a
nd b
ack
conta
cts m
etal
to m
etal / ca
rbon, co
mple
te w
ith p
lug
boar
d ret
ainin
g c
lip a
nd c
onnect
ors
confirm
ing to
BRS 9
30A
, IR
S S
34, IR
S S
23 o
r la
test a
s ap
plica
ble
Nos
6
6
6
18
2189
Tw
o thousa
nd
one
hundre
d
and e
ighty
nin
e
39402
RD
SO
30
Supply
of Rel
ay rac
k u
niv
ersa
l ty
pe
as p
er
drg
.no.S
&T/M
FT/2
91 w
ith sca
ffold
ing,
PO
WD
ER C
OA
TIN
G w
ith sta
inle
ss ste
el n
uts
and b
olts fo
r fixin
g the
rack
s. Supportin
g
angle
s, fra
me
mounting trian
gle
bas
e w
ith 'J
'
bolts an
d insu
lation o
f re
quired
num
ber
s
com
ple
te to suit Q
N1 / K
-50 p
re w
ired
tag
blo
cks w
ith suitab
le inner
fra
mes
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 16 o
f 118
a)
1 w
ay
Nos.
3
3
3
9
5254
Fiv
e th
ousa
nd
two h
undre
d
and fifty
four
47286
Consi
gn
ee
b) 2 w
ay
Nos.
4
4
4
12
9873
Nin
e th
ousa
nd
eight hundre
d
and sev
enty
thre
e
118476
Consi
gn
ee
31
Supply
of
Cab
le
term
inat
ion
rack
s si
ze
880m
mX
2000m
m
mad
e out
of
50m
mx50m
mx6m
m
thic
k
MS
angle
w
ith
stai
nle
ss s
teel
nuts
and b
olts
for
fixin
g o
f th
e
rack
w
ith PO
WD
ER CO
ATIN
G an
d drillin
g
suitab
le hole
s to
su
it hyla
m sh
eet
and re
lay
fram
es c
om
ple
te a
s per
sta
ndar
d p
ract
ice
with
trip
od b
ases
and r
eel
insu
lato
rs (
for
K r
ack, P
rack
and p
ow
er r
ack)
and w
ith c
able
lad
der
of
wid
th 400m
m an
d le
ngth
of
2000m
m.
The
thic
knes
s of
angle
to
be
5m
m.
two an
gle
s of
40m
mX
40m
mX
5m
m to
be
supplied
at
both
ends an
d supportin
g fla
ts o
f 2
5m
m X
5m
m.
No.
2
2
2
6
4854
Four th
ousa
nd
eight hundre
d
and fifty
four
29124
Consi
gn
ee
32
Supply
of te
rmin
al b
lock
1 w
ay P
BT 6
0m
m a
s
per
RD
SO
Drg
.No. SA
.23745/A
lt.5
& IRS
S.7
5/2
006 w
ith lat
est am
endm
ent.
Nos.
125
125
125
375
56
Fifty
six
21000
RD
SO
33
Supply
of te
rmin
al b
lock
6 w
ay P
BT 2
5m
m a
s
per
RD
SO
D
rg.N
o.
SA
.23756/A
lt.3
&
IR
S
S.7
5/2
006 w
ith lat
est a
men
dm
ent .
Nos.
350
350
350
1050
261
Tw
o h
undre
d
and six
ty o
ne
274050
RD
SO
34
Supply
of
Mar
ker
s fo
r th
e W
AG
O ter
min
als
as
per
Model
No. 249-5
02 (Pla
in m
ask
er) - 100 N
os.
Set
50
50
50
150
39
Thirty
nin
e 5850
35
Supply
of N
on-d
eter
iora
ting type
of fu
se
hold
ers &
fuse
links – to S
pec
. N
o. IR
S S
.78/9
2
(IRS-S
-78/9
7 T
enta
tive)
.
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 17 o
f 118
(a
) Fuse
hold
er 2
0A
cap
acity
Nos.
250
250
250
750
130
One
hundre
d
and thirty
97500
RD
SO
(b
) Fuse
lin
ks 16 A
mps.
Nos.
25
25
25
75
17
Sev
ente
en
1275
RD
SO
(c
) Fuse
lin
ks 10 A
mps.
Nos.
20
20
20
60
17
Sev
ente
en
1020
RD
SO
(d
) Fuse
lin
ks 2 A
mps.
Nos.
250
250
250
750
17
Sev
ente
en
12750
RD
SO
e)
fuse
lin
ks 20 A
mps
No's
50
50
50
150
17
Sev
ente
en
2550
RD
SO
36
Supply
of double
key locks
No
1
1
1
3
237
Tw
o h
undre
d
and thirty
seven
711
consi
gn
ee
37
Supply
of in
door ca
ble
60 c
ore
X 0
.6m
m a
s per
spec
IRS S
.76/8
9 a
men
d n
o.2
or la
test. M
ater
ial
to b
e pro
cure
d fro
m R
DSO
appro
val
sourc
es in
par
t-1.
Km
. 1
1
1
3
75000
Sev
enty
fiv
e
thousa
nd
225000
RD
SO
38
Supply
of
PV
C in
sula
ted w
ire
co
pper
conduct
or
16/0
.2m
m
to
A
TC
to
RD
SO
spec
ific
atio
n n
o.IRS.S
76/8
9w
ith a
mdt2
or la
test
.
Eac
h c
oil o
f 100 m
ts len
gth
as
per
colo
ur
code
spec
ifie
d b
y E
ngin
eer in
char
ge
Coil
200
200
200
600
770
seven h
undre
d
and sev
enty
462000
RD
SO
39
Supply
of P
VC in
sula
ted w
ire
multi-
stra
nd c
opper
conduct
or 1
0 Sq.m
m
140/0
.3m
m fle
xib
le to
RD
SO
Spec
.IRS.S
76/8
9.A
mdt.2 o
r la
test. Eac
h
coil
of
100
mts
le
ngth
as
per
co
lor
code
spec
ifie
d b
y e
ngin
eer in
char
ge.
Coil
8
8
8
24
7951
Sev
en
thousa
nd n
ine
hundre
d a
nd
fifty o
ne
190824
RD
SO
40
Supply
of
PV
C in
sula
ted w
ire,
m
ulti
stra
nd
flex
ible
co
pper
co
nduct
or,
28/0
.3
to
RD
SO
Spec
ific
atio
n I
RS. S. 76/8
9 w
ith a
men
dm
ent
2
or la
test a
s per
colo
r co
de
spec
ifie
d b
y e
ngin
eer
in c
har
ge
Coil
12
12
12
36
728
Sev
en
hundre
d a
nd
twenty
eig
ht
26208
RD
SO
41
Supply
of
fact
ory
as
sem
ble
d an
d per
form
ance
tested
D
G se
t se
lf star
t ai
r co
ole
d 10 K
VA
single
phas
e w
ith r
equired
BH
P die
sel
engin
e
with
faci
lity
to
star
t an
d
stop
oper
atio
n.
Engin
e/al
tern
ator
10K
VA
of
Kirlo
skar
mak
e or
Set
2
2
2
6
233699
Tw
o lak
hs
thirty
thre
e
thousa
nd six
hundre
d a
nd
nin
ety
nin
e
1402194
RIT
ES
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 18 o
f 118
equiv
alen
t m
ounte
d on a
fabrica
ted iron bas
e
chan
nel
vib
ration f
ree
with a
ccoustic
encl
osu
re
with 7
5dB(A
) in
sertio
n loss
alo
ng w
ith b
atte
ry
for
self star
t of
stan
dar
d/A
MCO
/Exid
e m
ake.
All
mounting
type
pan
el
with
push
button
asse
mbly
. T
he
DG
set
shal
l co
mply
with C
PCB
norm
s notified
vid
e G
SR 3
71(E
) dt. 1
7/2
/05 a
nd
its
amen
dm
ents
(at
ser
ial N
o.9
4 p
aras
1&
3)
as
amen
ded
by G
SR 4
48(E
) dt. 1
2/7
/04 a
nd G
SR
520(E
) dtd
.12/8
/04. Fac
ility to c
har
ge
the
DG
bat
tery
in
D
G id
le co
nditio
n th
rough 230V
exte
rnal
loca
l su
pply
to b
e m
ade
avai
lable
in
the
DG
set
.
42
Supply
of SM
PS b
ased
DC d
istrib
ution syst
em
of su
itab
le for N
on-R
E a
rea,
the
configura
tion
of D
C/D
C c
onver
tor w
ith the
follow
ing, as
per
RD
SO
/SPN
165/2
004 (IP
S) A
md.5
or la
test
Par
a 4.5
to b
e pro
cure
d fro
m IPS a
ppro
ved
sourc
es b
y R
DSO
. W
ith the
follow
ing
configura
tion
Set
1
1
1
3
128240
One
lakh
twenty
eig
ht
thousa
nd tw
o
hundre
d a
nd
forty
384720
consi
gn
ee
1) 40-8
0V
/ 1
A D
C - D
C c
onver
ters
-04 N
os.
2) 24-3
2V
/ 5
A D
C - D
C c
onver
ters
- 1
6 N
os.
3) 12-2
8V
/ 5
A D
C - D
C c
onver
ters
- 6
Nos.
4) 2-1
2V
/ 5
A D
C - D
C c
onverter
s - 2 N
os.
5) 3-6
V / 0
.1A
DC - D
C c
onver
ters
- 2
Nos.
6) A
SM
pan
el M
onitoring -1 N
o.
7) Surg
e Pro
tect
ion D
evic
e w
ith c
lass
B&
cla
ss C
pro
tect
ion - 1
No.
8) 20A
fuse
bas
e - 1 N
o.
43
Supply
of se
lf reg
ula
ted bat
tery
char
ger
230V
AC / 12V
DC 1
0 A
mps. to R
DSO
Spec
n. N
o.
IRS S
.86/2
000 o
r la
test
No.
1
1
1
3
11395
Ele
lvle
n
thousa
nd
thre
e hundre
d
and nin
ety
five
34185
RD
SO
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 19 o
f 118
44
Supply
of Bat
tery
char
ger
of 230V
olts A
C /
110V
DC 3
0 A
mps as
per
RD
SO
Spec
n. IR
S
S.8
6/2
000 o
r la
test.
No.
2
2
2
6
42834
Forty tw
o
thousa
nd
eight hundre
d
and thirty
four
257004
RD
SO
45
Supply
of A
uto
mat
ic V
oltage
Sta
biliz
er, in
put
voltag
e 150-2
70V
50 H
z. O
utp
ut voltage
230V
(+/-)
10%
, 2 K
VA
cap
acity F
erro
res
onan
t ty
pe,
RD
SO
Spec
ific
atio
n N
o. 74/8
9 w
ith A
mendm
ent 6 w
ith a
double
pole
sw
itch o
f 32 A
mps.
No.
1
1
1
3
13447
Thirte
en
thousa
nd four
hundre
d a
nd
forty seven
40341
RD
SO
46
Supply
of
Copper
ey
elet
s to
su
it 16/0
.2 w
ire
Dow
ell's
make
Nos
1200
1200
1200
3600
2
Tw
o
7200
Consi
gn
ee
47
Supply
of
Copper
eyel
ets
to s
uit 1
0.sqm
m w
ire
Dow
ell's
m
ake(
ring
type-
60,
fork
ty
pe-
20,
pin
type-
20)
No
80
80
80
240
3.5
Rupee
s th
ree
and p
aise
fifty
840
Consi
gn
ee
48
Supply
of D
om
ino type
oper
atio
n c
um
indic
atio
n p
anel
2/3
/ 4 road
with L
ED
indic
ators
for trac
ks, sig
nal
s, c
rank h
andle
s et
c., an
d k
nobs
for poin
ts a
nd sig
nal
oper
atio
n a
s per
the
pan
el
dia
gra
m supplied
by the
railw
ays. The
layout
shal
l be
pai
nte
d w
ith scr
een p
rinting. Follow
ing
spar
es to b
e su
pplied
with e
ach P
anel
N
os
1
1
1
3
100000
One
lakh
300000
Consi
gn
ee
1. K
nob sw
itches
-- 4 N
os.
2. D
om
ino w
ith c
ance
llat
ion b
utton -- 2 N
o.
3. Spar
e D
om
ino o
f diffe
rent ty
pe
-- 5
Nos.
4. 24V
Im
pulse
counte
r - 2 N
os.
5. Rem
inder
cap
s - 10 N
os.
N
OTE :- Prior to
tra
nsp
ortat
ion o
f pan
el to site,
the
sam
e sh
ould
be
supplied
with inte
rnal w
irin
g d
one
from
dom
inos to
ter
min
al b
lock
nea
tly b
unched
. The
pan
el w
irin
g p
articu
lars
should
be
subm
itte
d a
long
with p
anel
at fa
ctory
pre
mis
es for in
spec
tion. K
nobs
switch to b
e pro
cure
d fro
m a
ppro
ved
firm
s.
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 20 o
f 118
49
Supply
of D
ata
Logger
w
ith 5
12 D
igital
inputs
and 3
2 A
nal
og inputs
for re
mote
monitoring
with n
etw
ork
fac
ility o
f signal
ing p
aram
eter
s
and p
ow
er supply
arran
gem
ents
to c
onfirm
ing
to S
pec
n. N
o. IR
S. S.9
9/2
006 w
ith 6
4 input
dig
ital
car
d a
s a
spar
e w
ith e
xte
rnal
modem
s
card
s fo
r net
work
ing.
Set
1
1
1
3
267300
Tw
o lak
hs
sixty
seven
thousa
nd
thre
e hundre
d
801900
RD
SO
50
Supply
of LED
hold
ers w
ith L
ED
's o
f si
ze 5
mm
with 0
.5 W
att re
sistan
ce, to
be
supplied
as
per
req
uirem
ent of site
in c
har
ge.
No
200
200
200
600
4
Four
2400
Consi
gn
ee
51
Supply
of Solid S
tate
Buzz
ers w
ith d
iffe
rent
freq
uen
cies
in m
etal
lic
casing w
ork
ing o
n 1
2V
-
24V
-60 V
olts.
Nos.
6
6
6
18
183
One
hundre
d
and e
ighty
thre
e
3294
Consi
gn
ee
52
Supply
of 2N
/2R M
icro
sw
itch
, L&
T o
r
Sie
men
s m
ake.
Nos.
6
6
6
18
291
Tw
o h
undre
d
and n
inet
y
one
5238
Consi
gn
ee
53
Supply
of 2
4 volts im
pulse
counte
r 6 d
igits.
(Kel
tron o
r G
ujral
mak
e)
Nos.
4
4
4
12
800
Eig
ht hundre
d
9600
Consi
gn
ee
54
Supply
of H
P / C
om
paq
/ IBM
mak
e Cen
tral
monitoring syst
em a
s per
tec
hnic
al
spec
ific
atio
ns en
close
d.- in
tel 2 q
uad
pro
cess
or
, 3.0
GH
z or hig
her
with 6
Mb L
2
casc
he,
1333M
hz
FSB In
tel 915 O
rigin
al
Moth
er B
oar
d c
hip
set
or hig
her
, 8G
B/1
066
MH
z RA
M. 320 G
B S
ATA
Har
d D
isk D
rive
from
Sea
gat
e/M
axto
r/Tosh
iba,
16X
DV
D
Write
r/Rea
der
with D
ual
+ &
- support, 19"
TFT M
onitor, H
igh res
olu
tion a
nd b
rightn
ess to
be
supported
, 3D
Gra
phic
s an
d w
ith N
VID
IA
5200 +
chip
set or A
ti R
adon 9
200 +
Chip
set,
100 M
bps Eth
ernet
NIC
car
d o
n b
oar
d/P
CI,
wirel
ess LA
N “
g”
card
in b
uilt, 4
USB p
orts,
one
serial
port a
nd o
ne
par
alle
l port M
ultim
edia
Key
Boar
d fro
m L
ogitec
h/M
icro
soft, H
igh
Set
1
1
2
4
60000
Six
ty
thousa
nd
240000
Consi
gn
ee
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 21 o
f 118
reso
lution O
ptica
l M
ouse
fro
m
Logitec
h/M
icro
soft, H
igh q
ual
ity A
udio
on
boar
d, Cre
ativ
e 2.1
Insp
ire
Spea
ker
s, 5
6 K
bps
Modem
, G
enuin
e M
icro
soft W
indow
s X
P/v
ista
Pro
fess
ional
OS w
ith rec
over
y C
D, one
hea
d
phones
port, A
ntivirus lice
nse
d softw
are
with 1
yea
r val
idity fro
m N
orton A
ntivirus or M
cAfe
e
(lat
est). 2
KV
A b
ackup U
PS. T
ota
l sy
stem
would
hav
e 3 y
ears
on site
war
ranty
. O
ne
500
GB H
P p
ock
et m
edia
drive
exte
rnal
55
Supply
of U
niv
ersa
l lo
cks w
ith o
ne
key
for
ever
y ten
lock
s..
Nos
50
50
50
150
52
Fifty
tw
o
7800
Consi
gn
ee
56
Supply
of th
e fo
llow
ing
resistors
/conden
sors
/dio
des
. A
) Ele
ctro
lytic
conden
sors
50V
470 m
fd.- 20 n
os (B
)
Ele
ctro
lytic
conden
sors
50V
1000 m
fd - 2
0
nos.(C
) W
ire
wound res
ista
nce
s 100 o
hm
s 10
Wat
ts - 2
0 n
os. (D
) D
iodes
- B
Y 1
27 - 1
0 N
os &
(E) PV
C Insu
lation tap
es o
f 25 m
trs-
25 N
os.
.
set
1
1
1
3
2830
Tw
o thousa
nd
eight hundre
d
and thirty
8490
Consi
gn
ee
57
Supply
of Cem
ent Portla
nd / O
rdin
ary,
confirm
ing to ISS: 269/7
6.
M.T
on
2
2
2
6
3238
Thre
e
thousa
nd tw
o
hundre
d a
nd
thirty
eig
ht
19428
Consi
gn
ee
58
Supply
of Conden
sors
10000 M
fd/5
0 v
olts,
bra
nds Philip
s / K
eltron o
nly
No.
12
12
12
36
250
Tw
o h
undre
d
and fifty
9000
Consi
gn
ee
59
Supply
of el
ectric
tra
ck d
rillin
g m
achin
e sim
ilar
to m
odel
no W
DC-3
4,R
ALLI W
OLF M
ake
with suitab
le h
orizo
nta
l stan
d w
ith a
ttac
hm
ents
to d
rill h
ole
s of var
ious si
zes up to 7
mm
to
22m
m. M
achin
e has
to w
ork
with 1
10v. A
C.
No
1
1
1
3
13000
Thirte
en
thousa
nd
39000
Consi
gn
ee
60
Supply
of O
ffic
e ta
ble
with p
lyw
ood p
lank w
ith
thic
knes
s of 18m
m, te
akw
ood b
eadin
g w
ith
thre
e dra
ws of size
4' X
2’ hea
vy d
uty
. T
he
above
is o
f G
odre
j m
ake(
model
No T
9) as
Set
1
1
1
3
5439
Fiv
e th
ousa
nd
four hundre
d
and thirty
nin
e
16317
Consi
gn
ee
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 22 o
f 118
appro
val
by e
ngin
eer in
char
ge.
61
Supply
of stee
l stools
18" hei
ght nea
tly fin
ished
and p
ainte
d.
Nos.
2
2
2
6
324
Thre
e
hundre
d a
nd
twenty
four
1944
Consi
gn
ee
62
Supply
of H
and p
um
p for ta
kin
g H
SD
oil fro
m
200 L
ts D
rum
Nos.
1
1
1
3
400
Four hundre
d
1200
Consi
gn
ee
63
Supply
of Je
rry c
an 2
0 Ltrs c
apac
ity w
hite
as
per
th
e re
quirem
ent of SI at
site.
Nos.
2
2
2
6
90
Nin
ety
540
Consi
gn
ee
64
Supply
of N
avta
l Lock
s godre
j m
ake
50m
m..
Nos.
4
4
4
12
324
Thre
e
hundre
d a
nd
twenty
four
3888
Consi
gn
ee
65
Supply
of key
chai
ns w
ith rin
g w
ith p
lastic
nam
e pla
te o
f 60m
mx20m
mx3m
m d
uly
engra
vin
g sta
tion n
ame
on o
ne
side
and k
ey
par
ticu
lars
on o
ne
side
as spec
ifie
d b
y the
site
in
char
ge.
Nos
30
30
30
90
20
Tw
enty
1800
Consi
gn
ee
66
Supply
of
Rubber
Mat
of
size
2000m
m X
500
mm
and 1
2 m
m thic
knes
s
Nos
8
8
8
24
675
Six
hundre
d
and sev
enty
five
16200
Consi
gn
ee
67
Supply
of A
lbum
type
bookle
t w
ith 'C
' siz
e 40
nos. o
f pla
stic
tra
nsp
aren
t co
ver
s of ap
pro
ved
qual
ity.
Nos.
10
10
10
30
590
Fiv
e hundre
d
and n
inet
y
17700
Consi
gn
ee
68
Supply
of un w
ired
Tag
Blo
ck 2
00 w
ay
confirm
ing to IRS:S
-77/9
1. The
mat
eria
l sh
all
be
pro
cure
d fro
m R
DSO
appro
ved
firm
s
only
with p
roof
Nos
4
4
4
12
1032
One
thousa
nd
thirty
tw
o
12384
Consi
gn
ee
69
Printing, Bin
din
g &
supply
of th
e fo
llow
ing
regis
ters
w
ith lat
est pro
form
a giv
en b
y in
char
ge
offic
er.
Per
Reg
r.
20
20
20
60
60
Six
ty
3600
Consi
gn
ee
a)
Bat
tery
histo
ry reg
iste
r 100 p
ages
- 02 N
os.
b) Tra
ck c
ircu
it h
isto
ry reg
iste
r 100 p
ages
- 01
Nos.
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 23 o
f 118
c)
Tra
ck c
ircu
it m
ainte
nan
ce reg
iste
r 100 p
ages
- 0
1 N
os.
d) Cab
le m
egger
ing reg
iste
r 100 p
ages
- 0
2 N
os.
e)
Route
ca
nce
llat
ion re
giste
r 100 pag
es -
02
Nos.
f)
S&
T H
isto
ry reg
iste
rs - 0
1 N
os.
g) Cra
nk H
andle
reg
iste
r 100 p
ages
- 0
1 N
os.
h) Rel
ay room
Key
reg
iste
r 100 p
ages
-01 N
os.
i) G
ener
ator
star
ting Reg
iste
r 100 pag
es -0
1
Nos.
j) G
ener
ator
Rep
air
Reg
iste
r 100 pag
es -
01
Nos.
k) LED
lam
p R
egis
ter 100 p
ages
- 0
1 N
os.
l) C
alling o
n C
ance
llat
ion R
egis
ter - 100 p
ages
-
02 N
os.
m
) Poin
ts &
Cro
ssin
g insp
n. re
giste
r 100 p
ages
- 01 N
os.
n) H
SD
oil c
onsu
mption reg
iste
r - 100 p
ages
01
Nos.
o) Blo
ck instru
men
t key
reg
iste
r - 100 p
ages
01
Nos.
p)
Blo
ck
instru
men
t line
clea
r ca
nce
llat
ion
regis
ter - 1
00 p
ages
01 N
os.
70
Supply
of Ther
mosh
inkab
le join
ting k
it a
s per
Spec
.No. IR
S T
C. 77/2
000 for D
eriv
atio
n join
t
(without transf
orm
er) suitab
le for 6 Q
uad
Jel
ly fille
d
cable
of Spec
. IR
S.T
C. 30/9
7 (or la
test) (D
eriv
atio
n
to L
C G
ates)
etc
,.
Nos.
4
4
4
12
1800
One
thousa
nd
eight hundre
d
21600
Consi
gn
ee
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 24 o
f 118
71
Supply
of 2 w
ire
DTM
F 1
2 w
ay sel
ective
callin
g tel
ephone
equip
men
t as
per
IRS
TC.8
0/2
000 o
r la
test c
onsistin
g o
f se
lect
ive
callin
g e
quip
men
t, D
TM
F tel
ephone
with p
ow
er
supply
arran
gem
ent co
nsi
stin
g o
f 12V
, 7 A
H
rech
argea
ble
bat
tery
and suitab
le flo
at c
har
ger
of 1 A
cap
acity. si
milar
to T
um
mal
a m
ake.
set
4
4
4
12
4995
Four th
ousa
nd
nin
e hundre
d
and n
inet
y
five
59940
Consi
gn
ee
72
Supply
of 4 w
ire
VF iso
lation tra
nsf
orm
er b
ay
to R
DSO
Drg
. N
o. TC.1
5201: T
his
should
hav
e
24 N
os. o
f V
F tra
nsf
orm
ers (1
120:1
120) to
RD
SO
Spec
. N
o. IR
S T
C. 22/7
6 in four sh
elves
with 4
Nos. o
f 'U
' lin
k p
anel
s fu
lly e
quip
ped
with p
lugs an
d w
ired
with p
rote
ctiv
e dev
ices
LD
s an
d p
oly
sw
itch
es R
X 0
10. To b
e pro
cure
d
from
RD
SO
appro
ved
firm
s.
Nos
1
1
1
3
18113
Eig
hte
en
thousa
nd o
ne
hundre
d a
nd
thirte
en
54339
Consi
gn
ee
73
Four W
ire
DTM
F w
ay sta
tion e
quip
men
t to
RD
SO
spec
. N
o. TC-6
0/9
3 (or la
test) w
ith
tele
phone
to R
DSO
spec
. N
o.T
C-3
8/9
7 (or
late
st) - si
milar
to T
um
mal
a m
ake.
To b
e
pro
cure
d fro
m R
DSO
appro
ved
firm
s,
consistin
g o
f 12V
, 7 A
H rec
har
gea
ble
bat
tery
and suitab
le flo
at c
har
ger
of 1 A
cap
acity
Sim
ilar
to T
um
mal
a m
ake.
.
Nos.
2
2
2
6
2805
Tw
o thousa
nd
eight hundre
d
and fiv
e
16830
Consi
gn
ee
74
Supply
of
Pow
er su
pply
unit 2 A
mps
as per
Spec
. N
o. IR
S. TC.7
2/9
7 w
ith A
men
dm
ent 1 o
r
late
st w
ith 1
2 v
olts / 7 A
H M
F b
atte
ry
2
2
2
6
2250
Tw
o thousa
nd
two h
undre
d
and fifty
13500
RD
SO
75
Supply
of Ele
ctric
Key
Tra
nsm
itte
rs sin
gle
com
ple
te to d
rg.n
o.S
A.2
2601/M
& IRS S
.21/6
4
to w
ard n
o. sp
ecifie
d b
y e
ngin
eer in
char
ge.
Nos.
3
3
3
9
4327
Four th
ousa
nd
thre
e hundre
d
and tw
enty
seven
38943
RD
SO
76
Supply
of
portab
le tru
e RM
S m
ulti m
eter
with
AC + D
C m
easu
rem
ents
RIS
H 18S-IR m
odel
with 4 3/4
dig
its
displa
y au
tom
atic
te
rmin
al
blo
ckin
g s
yst
em a
uto
pow
er o
ff a
uto
mat
ic d
ate
No.
1
1
1
3
12000
Tw
elve
thousa
nd
36000
Consi
gn
ee
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 25 o
f 118
hold
true
RM
S
should
hav
e th
e fo
llow
ing
spec
ific
atio
ns.
A
C a
nd D
C v
oltag
e: U
p to 1
000 v
olts
A
C a
nd D
C c
urren
t: U
p to 1
0 A
mps
In
put im
ped
ance
: 1
0m
ohm
s (a
ppro
x.)
Res
ista
nce
: 30m
ohm
s (w
ith lea
d res
ista
nce
)
Fre
quen
cy: 1
00 k
Hz
ca
pac
itan
ce: 1
0000 m
icro
far
ad
M
easu
rem
ent ex
it c
ounting sto
p w
atch
fac
ility.
A
C+D
C m
easu
rem
ents
hig
h a
ccura
cy 1
sec
ond
resp
onse
/tim
e off b
eeper
, over
load
war
nin
g/low
voltag
e bat
tery
indic
ator, c
ontinuity tes
t fa
cility
with so
und si
gnal
ca
pab
le of
read
w
ith th
e
follow
ing spar
es.
Tes
t pro
be
set
instal
led d
ry b
atte
ries
- 2
Nos.
A1.5
v a
lkal
ine
bat
teries
instal
led fuse
5A
, 100V
RM
S c
opy o
f fo
r use
d m
anual
in E
nglish
, te
st
with nea
t ru
bber
holste
r w
ith tilt stan
d an
d
carrie
r stra
p, w
arra
nty
car
d, 1 set
of ex
tra
fuse
s.
77
Supply
of W
ire
rope
stee
l gal
van
ized
6/1
9, 27
SW
G for double
wire
Sig
nal
ing to S
pec
ific
atio
n
No.IRS.S
.11-6
2, am
endm
ent 2 o
r la
test
.
Pro
cure
d fro
m a
ppro
ved
firm
.
Kg.
233
233
233
699
67
Six
ty seven
46833
RIT
ES
78
Supply
of so
lar pan
el syst
em e
ach set
consistin
g
of
No.
1
1
1
3
905000
Nin
e la
khs
five
thousa
nd
2715000
RD
SO
a)
Sola
r m
odule
s -
12V
80W
p as
per
RD
SO
spec
ific
atio
n IRS S
84/9
2 a
men
d 2
or la
test - 5
4
nos.
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 26 o
f 118
b). S
ola
r ch
arge
controller
- 1
10V
, 40 a
mp-
2
no’s
to R
DSO
/SPN
/187/2
004 o
r la
test
suitab
le
for
LM
LA
bat
teries
wal
l m
ounta
ble
. Should
be
supplied
w
ith sp
ares
as
m
entioned
in t
he
IRS
spec
ific
atio
n 1
87/2
004 o
r la
test.
c)
. so
lar
module
m
ounting st
ruct
ure
s as
per
dra
win
g to fix
54 n
o’s
of m
odule
s. S
truct
ure
s to
be
pow
der
co
ated
w
ith fa
cility
to
ch
ange
the
angle
of in
clin
atio
n.
d). A
rray
junct
ion b
ox - 1 n
o
e)
. Copper
cab
le-2
cX2.5
sq.m
m-
150m
tr,2
cX10sq
.mm
-60m
tr,1
cX25sq
.mm
-50
mtrs.
f)
Super
ear
thin
g k
it - 1
nos
g) Inst
alla
tion k
it - 1
no.
N
ote
: A
ll nuts
an
d bolts
to be
gal
van
ized
.
Should
be
supplied
with req
uired
man
ual
s.
79
Supply
of
bas
ic E
arth
kit -
1 s
et,
consistin
g o
f
the
follow
ing :
set
20
20
20
60
7575
Sev
en
thousa
nd fiv
e
hundre
d a
nd
seventy
fiv
e
454500
Consi
gn
ee
(a
) Ear
th E
lect
rodes
of Copper
cla
d N
ickel
Ste
el
allo
y o
f 6 fee
t lo
ng , 3
/4 inch
dia
and c
opper
clad
thic
knes
s sh
all be
min
imum
10 m
il-2
Nos
(b
) Thre
ad les
s co
mpre
ssed
type
couple
r of
Copper
cla
d N
ickel
Ste
el a
lloy w
ith c
opper
cla
d
thic
knes
s of m
inim
um
10 m
il--1 N
o.
( c
) RD
SO
appro
ved
Ear
th e
nhan
cing
com
pound in 1
0 K
g p
ack --2
Nos.
( d ) C
opper
tap
e of 25m
mX
6m
mX
150m
m w
ith
99.9
% p
urity
--2
Nos. to ter
min
ate
on e
arth
elec
trode
and a
noth
er o
f 25m
m x
6m
m x
300m
m.
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 27 o
f 118
80
Supply
of in
sula
ted C
adm
ium
Bro
nze
cab
le o
f
3/1
6'' to
RD
SO
spec
.RD
SO
/SPN
/178/2
003 w
ith
late
st a
men
dm
ent to
connec
t m
aste
r ea
rth
elec
trode
in p
air of re
dundan
cy.
Mts.
300
300
300
900
195
One
hundre
d
and n
inet
y
five
175500
Consi
gn
ee
81
Supply
of D
.W. Pulley
SA
7396, 1 p
air
consistin
g tw
o p
ulley
s
No.
40
40
0
80
127
One
hundre
d
and tw
enty
seven
10160
Consi
gn
ee
82
Supply
of D
.W. Pully supportin
g b
rack
et, 2 w
ay
No.
40
40
0
80
121
One
hundre
d
and tw
enty
one
9680
Consi
gn
ee
83
Supply
of D
.W. Pulley
sta
ke
to R
DSO
Drg
.
no.S
. 3065 o
r la
test.
No.
40
40
0
80
69
Six
ty n
ine
5520
Consi
gn
ee
84
Supply
of D
iver
sion W
hee
l, D
.W., 1
pai
r to
RD
SO
Drg
. no.S
A. 6105 H
orizo
nta
l o
r la
test.
No.
32
32
0
64
153
One
hundre
d
and fifty
thre
e
9792
Consi
gn
ee
85
Supply
of V
ertica
l w
hee
l SW
to R
DSO
Drg
.
No. SA
.3008 o
r la
test
No.
16
16
0
32
153
One
hundre
d
and fifty
thre
e
4896
Consi
gn
ee
86
Supply
of D
W w
ire
adju
stin
g scr
ew long, 12m
m
dia
.
No.
24
24
0
48
48
Forty e
ight
2304
Consi
gn
ee
87
Supply
of 4 w
ay c
ircu
it c
ontroller
N
o.
1
1
0
2
3000
Thre
e
thousa
nd
6000
Consi
gn
ee
88
Supply
of A
– B
ases
N
o.
12
12
0
24
1528
One
thousa
nd
five
hundre
d
and tw
enty
eight
36672
Consi
gn
ee
89
Supply
of G
round lever
fra
me sin
gle
lever
N
o.
1
1
0
2
5044
Fiv
e th
ousa
nd
forty four
10088
Consi
gn
ee
90
Supply
of so
lid join
ts
No.
10
10
0
20
485
Four hundre
d
and e
ighty
five
9700
Consi
gn
ee
91
Supply
of ad
justab
le c
ranks
No.
3
3
0
6
2450
Tw
o thousa
nd
four hundre
d
and fifty
14700
Consi
gn
ee
92
Supply
of B
ottom
Roller
N
o.
20
20
0
40
100
Hundre
d
4000
Consi
gn
ee
93
Supply
of Pin
for Top R
oller
N
o.
20
20
0
40
28
Tw
enty
eig
ht
1120
Consi
gn
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 28 o
f 118
ee
94
Supply
of Roller
Sta
nd
No.
20
20
0
40
160
One
hundre
d
and six
ty
6400
Consi
gn
ee
95
Supply
of trestle
s 2 W
ay
No.
20
20
0
40
465
Four hundre
d
and six
ty fiv
e
18600
Consi
gn
ee
96
Supply
of Top roller
N
o.
20
20
0
40
55
Fifty
fiv
e 2200
Consi
gn
ee
97
Supply
of B
oom
lock
ing a
rran
gem
ent
set
1
1
0
2
45000
Forty
five
thousa
nd
90000
Consi
gn
ee
98
Supply
and inst
alla
tion o
f H
P L
ASER Jet
3055 a
ll in
one
print fa
x sca
n c
opy u
pto
15ppm
mem
ory
32m
b
reso
lution 6
00dpi fo
r re
port g
ener
atio
n, printing a
nd
tran
smitting.
Nos
1
1
0
2
22400
Tw
enty
tw
o
thousa
nd fo
ur
hundre
d
44800
Consi
gn
ee
100
Printe
r 80 c
olu
mn D
OT m
atrix
24 p
in 3
00 c
ps
equiv
alent to
TV
S -E B
MP 2
40
Nos
1
1
1
3
9606
Nin
e th
ousa
nd
Six
hundre
d
and six
28818
Consi
gn
ee
101
supply
of C
hai
r re
volv
ing w
ith a
rms-
Godra
j/Zuri for
system
oper
ator.
Nos
1
1
1
3
1164
One
thousa
nd
one
hundre
d
and six
ty four
3492
Consi
gn
ee
102
Inver
ter 1.5
KV
A input 110V
DC o
utp
ut
230V
AC a
s per
Spec
n.N
o.R
DSO
/SPN
/165/2
004
with a
men
dm
ent5
or la
test. Both
the
inver
ter
should
be
mounte
d o
n a
sin
gle
rac
k a
s per
the
dra
win
g supplied
by rai
lway
s. B
oth
the
inver
ters
should
work
in h
ot stan
dby m
ode.
They
should
hav
e a
faci
lity
to c
han
ge
over
auto
mat
ical
ly to
Loca
l/A
T supply
in c
ase
both
the
inver
ters
fai
ls
Nos
2
2
2
6
42000
Forty tw
o
thousa
nd
252000
Consi
gn
ee
103
Fro
nt en
d p
roce
ssor as
per
Spec
n.N
o.IRS.S
.99/2
006
with c
har
ger
of 12 v
olts,4 a
mps an
d b
atte
ry o
f 12
volts 40 A
h sea
led m
ainte
nance
free
as per
Spec
n.N
o.IRS.S
.93/9
6A
for net
work
ing o
f D
ata
Logger
s.
Nos
1
0
0
1
54000
Fifty
four
thousa
nd
54000
RD
SO
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 29 o
f 118
104
Supply
of 15U
rac
k w
all m
ount ra
ck o
f V
ERO
Pre
siden
t m
ake
or si
milar
with c
ooling fan
pow
er m
anag
er w
ith 5
sock
et o
ne
equip
men
t try
earth c
onta
ct k
it a
s per
instru
ctio
ns of su
per
visor
in c
har
ge
Nos
1
1
1
3
6240
Six
thousa
nd
two h
undre
d
and forty
18720
Consi
gn
ee
TOTAL FOR SCHDULE 'A'
14099097
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 30 o
f 118
Schedule-B - (Labour Portion)
NS.
No
Description
Unit
POTLA
PADU
SATYAVALL
I NUDURPADU
Total QTY
Rate
in
figures
Rate In words
Amount
1
Fin
al loca
tion surv
ey o
f ca
ble
route
and
final
pre
par
atio
n o
f ca
ble
route
pla
n a
s
per
tec
hnic
al spec
ific
atio
n.
RK
M
5
5
5
15
850
Eig
ht hundre
d
and fifty
12750
2
Exca
vat
ion o
f tren
ch to a
dep
th o
f
1000m
m a
nd w
idth
of 300m
m a
t bottom
in a
ll types
of so
il(N
orm
al soil/soft
soil/san
dy soil) ex
cept in
bridges
, le
vel
cross
ings, tra
ck c
ross
ings, c
oil p
its,
Rock
y soil/rock
incl
udin
g m
arkin
g o
f
cable
alignm
ent, c
lear
ing o
f ju
ngle
,
bush
ses, trial
pits if req
uired
, re
fillin
g
with e
xca
vat
ed soil, ra
mm
ing a
nd
conso
lidat
ion a
fter
lay
ing o
f ca
ble
s
com
ple
te to the
furn
ished
ite
m o
f w
ork
as d
irec
ted b
y super
visor in
char
ge.
RM
T
5500
5500
5500
16500
29.9
4
twenty
nin
e and
pai
se n
inet
y four
494010
3
Tre
nch
ing in a
ll sorts of so
il a
s in
dic
ated
bel
ow
after
cuttin
g b
ush
es o
n the
mar
ked
route
, by rem
ovin
g roots o
f
veg
etat
ion, re
fillin
g a
nd ram
min
g o
f
earth a
fter
lay
ing c
able
a)
In h
ard / m
orr
um
/ rock
y soil
KM
0.5
0.5
0.5
1.5
47000
Forty seven
thousa
nd
70500
4
Dig
gin
g o
f ca
ble
tre
nch
to a
dep
th o
f not
less
than
30 c
ms in
rock
y ter
rain
,
Concr
etin
g the
tren
ch w
ith 1
50m
m thic
k
concr
ete
in the
ratio 1
:2:4
.and b
ack
RM
T
500
500
500
1500
108
One
hundre
d
and e
ight
162000
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 31 o
f 118
fillin
g w
ith e
xca
vat
ed soil. (C
emen
t,
sand &
met
al a
re to b
e su
pplied
by the
contrac
tor).
5
Supply
and p
laci
ng o
f one
row
of fu
lly
burn
t co
untry b
rick
s (B
Cla
ss o
f si
ze
220m
m X
100m
m X
60m
m a
ppro
x.)
horizo
nta
lly b
read
th w
ise
above
the
cable
s in
0.3
m w
idth
tre
nch
. Siz
e of
brick
can
var
y subje
ct to a
ppro
val
of site
offic
er. Pro
portio
nat
e pay
men
t bel
ow
the
sched
ule
siz
e)
Mtrs.
2500
2500
2500
7500
42.4
0
forty tw
o a
nd
pai
se forty
318000
6
Exca
vat
ion o
f co
il p
it u
p to a
dep
th o
f 1
Mtr. X
1m
trX
1.5
Mtr. For pro
vid
ing c
oil
at loca
tion b
ox, poin
t, sig
nal
s et
c., T
his
incl
udes
bac
k filling a
nd ram
min
g o
f
tren
ch / p
it a
fter
lay
ing the
cable
and
conso
lidat
ion o
f so
il.
No.
20
20
20
60
124
One
hundre
d
and tw
enty
four
7440
7
Supply
and filling san
d in the
tren
ch a
s
per
the
tech
nic
al spec
ific
atio
ns
RM
T
5000
5000
5000
15000
17
Sev
ente
en
255000
8
Supply
& L
ayin
g o
f G
.I P
ipes
50m
m
dia
. m
ediu
m q
ual
ity to spec
ific
atio
n
IS.1
239 (par
t-I) 1
990 a
nd g
alvan
ised
to
spec
ific
atio
n IS.4
736-1
986 O
n b
ridges
,
culv
erts, tren
ch w
ith c
han
nel
ram
ps on
eith
er e
nd o
f th
e cu
lver
t/bridges
.
Cla
mpin
g a
rran
gem
ent w
ith M
S
bra
cket
s fo
r fixin
g o
f G
I pip
es o
n
bridges
/culv
erts, sm
all hole
s of 5m
m a
re
to b
e drilled
on the
pip
e bef
ore
lay
ing o
f
the
pip
es. G
i pip
es should
hav
e
suffic
ient co
uple
rs
RM
T
100
100
100
300
212
Tw
o h
undre
d
and tw
elv
e
63600
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 32 o
f 118
9
Supply
& L
ayin
g o
f G
.I P
ipes
100m
m
dia
. m
ediu
m q
ual
ity to spec
ific
atio
n IS
1239 (Par
t-I) 1
990 a
nd g
alvan
ized
to
spec
ific
atio
n IS 4
736-1
986 O
n b
ridges
,
culv
erts, tren
ch w
ith c
han
nel
ram
ps on
eith
er e
nd o
f th
e cu
lver
t/bridges
.
Cla
mpin
g a
rran
gem
ent w
ith M
S
bra
cket
s fo
r fixin
g o
f G
I pip
es o
n
bridges
/culv
erts, sm
all hole
s of 5m
m a
re
to b
e drilled
on the
pip
e bef
ore
lay
ing o
f
the
pip
es. G
I pip
es should
hav
e
suffic
ient co
uple
rs
RM
T
100
100
100
300
312
Thre
e hundre
d
and tw
elv
e
93600
10
Supply
an
d lay
ing o
f D
WC p
ipe
mad
e
of poly
then
e of size
103.5
mm
inner
dia
and 1
20m
m o
ute
r dia
in 6
mtrs le
ngth
as
per
IS
14930 P
art –II a
long w
ith 1
couple
r per
pip
e a
s per
spec
ific
atio
n IP
67 g
rade
for ev
ery 6
mtrs.
Mtrs.
250
250
250
750
196
One
hundre
d
and n
inet
y six
147000
11
Bre
akin
g o
f m
etal
/ ta
r
road
/concr
ete/
pla
tform
s an
d e
xca
vat
ing
duct
of 3
00m
m w
ide
and 3
00m
m d
epth
and lay
ing o
f ca
ble
s/G
I Pip
es for
dra
win
g c
able
s an
d c
losi
ng ram
min
g a
nd
level
ing a
nd res
toring to o
rigin
al
position. G
I pip
e w
ill be
supplied
by
railw
ays
RM
T
20
20
20
60
120
One
hundre
d
and tw
enty
7200
12
Lay
ing d
iffe
rent ty
pes
of ca
ble
s in
the
tren
ch..
RM
T
30000
30000
30000
90000
4
Four
360000
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 33 o
f 118
Tra
nsp
ortat
ion a
nd supply
and
instal
lation o
f Concr
ete(
RCC) Cab
le
route
indic
ators
at an
inte
rval
s of
100m
eter
s (a
ppro
x)a
s per
tec
hnic
al
spec
ific
atio
n. They
should
be
of
stan
dar
d R
CC w
ith let
ters
"SCR S
&T
cable
" as
per
type
of ca
ble
lai
d. The
mar
ker
s sh
all be
as p
er R
DSO
drg
No
No
80
80
80
240
200
Tw
o h
undre
d
48000
13
Concr
etin
g o
f fo
undat
ion,e
rection o
f
loca
tion b
oxes
.
a)
Exca
vat
ion of
a pit an
d co
ncr
etin
g
foundat
ion f
or
Full l
oca
tion b
ox a
s per
tech
nic
al sp
ecific
atio
n (A
ll m
ater
ials
shal
l be
supplied
by
the
contrac
tor
incl
udin
g c
emen
t &
anch
or bolts)
No.
14
14
14
42
1649
One
thousa
nd
six h
undre
d a
nd
forty n
ine
69258
b)E
rect
ion o
f Full loca
tion b
ox o
ver
the
foundat
ion a
lrea
dy c
ast, p
lum
bin
g fix
ing
E
type
lock
s as
per
te
chnic
al
spec
ific
atio
n
No.
14
14
14
42
518
Fiv
e hundre
d
and e
ighte
en
21756
c)
Exca
vat
ion of
a pit an
d co
ncr
etin
g
foundat
ion of
Hal
f &
Q
uar
ter
loca
tion
box a
s per
te
chnic
al s
pec
ific
atio
n
(All
mat
eria
ls
shal
l be
supplied
by
the
contrac
tor
incl
udin
g ce
men
t &
an
chor
bolts)
No.
18
18
18
54
967
Nin
e hundre
d
and six
ty sev
en
52218
d)E
rect
ion o
f H
alf lo
cation b
ox o
ver
the
foundat
ion a
lrea
dy c
ast, p
lum
bin
g fix
ing
E
type
lock
s as
per
te
chnic
al
spec
ific
atio
n
(Cost
of
pai
nting
is
separ
atel
y g
iven
)
No.
13
13
13
39
423
Four hundre
d
and tw
enty
thre
e
16497
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 34 o
f 118
e)
Ere
ctio
n o
f Q
uar
ter lo
cation b
ox o
ver
the
foundat
ion al
read
y ca
st,
plu
mbin
g
fixin
g 'E
' ty
pe
lock
s as
per
te
chnic
al
spec
ific
atio
n
(Cost
of
pai
nting
is
separ
atel
y g
iven
)
No.
5
5
5
15
132
One
hundre
d
and thirty
tw
o
1980
N
ote
: fo
r th
e ab
ove
erec
tion o
f lo
cation
boxes
, f
oundat
ion b
olts, c
emen
t, m
etal
stone,
fin
e sa
nd r
equired
for
concr
ete
,
MS b
rack
ets
required
for
fixin
g E
type
lock
s , bolts
and n
uts
are
to b
e ar
ranged
by th
e co
ntrac
tor. O
nly
lo
cation boxes
and E
type
lock
s w
ill be
supplied
by the
Rai
lway
s.
14
Supply
and p
ainting the
S&
T g
adget
s
with sta
ndar
d q
ual
ity o
f diffe
rent co
lours
of en
amel
pai
nts
at var
ious lo
cations
viz
., loca
tion b
oxes
, poin
t m
achin
e,
TLD
s, g
round c
onnec
tions et
c., as
per
the
instru
ctio
ns of JE
/SE/S
SE in-c
har
ge
of site
.(A
sian
/Johnso
n &
nic
kls
on/B
erger
pai
nts o
nly
to b
e use
d)
Sq.M
300
300
300
900
78
Sev
enty
eig
ht
70200
15
Tes
t la
mp a
rran
gem
ent in
LBs as
per
instru
ctio
n o
f Engin
eer in
char
ge.
Per
loca
tion
15
15
15
45
102
One
hundre
d
and tw
o
4590
16
Supply
and fix
ing o
f te
ak w
ood rea
per
s
suitab
le for F
ull loca
tion B
ox w
ith 5
0
mm
wid
th x
20m
m thic
k a
nd len
gth
of
940m
m af
ter ap
ply
ing tw
o c
oat
s of
wood p
rim
er/p
olish
.
Per
reap
er
80
80
80
240
110
One
hundre
d
and ten
26400
17
Supply
and f
ixin
g o
f te
ak w
ood r
eaper
s
suitab
le fo
r H
alf
Box 50m
m w
idth
x
20m
m thic
k a
nd len
gth
of
470m
m a
fter
apply
ing
two
coat
s of
wood
prim
er/p
olish
.
Per
reap
er
50
50
50
150
71
Sev
enty
one
10650
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 35 o
f 118
18
Supply
and f
ixin
g o
f te
ak w
ood r
eaper
s
suitab
le fo
r Full Box 75m
m w
idth
x
20m
m thic
k a
nd len
gth
of
940m
m a
fter
apply
ing tw
o c
oat
s of w
ood p
rim
er.
Per
reap
er
50
50
50
150
133
One
hundre
d
and thirty
thre
e
19950
19
Supply
and f
ixin
g o
f te
ak w
ood r
eaper
s
suitab
le fo
r hal
f Box 75m
m w
idth
x
20m
m thic
k a
nd len
gth
of
470m
m a
fter
apply
ing tw
o c
oat
s of w
ood p
rim
er.
Per
reap
er
20
20
20
60
83
Eig
hty
thre
e 4980
20
Supply
an
d fixin
g of
20m
m th
ick te
ak
wood p
lanks
for
Kee
pin
g E
quip
men
t in
the
Full B
ox
after
apply
ing tw
o c
oat
s
of w
ood p
rim
er. The
appro
xim
ate
size
of
the
pla
nk is 940m
mx20m
mx300m
m
Per
Pla
nk
28
28
28
84
410
Four hundre
d
and ten
34440
21
Supply
and f
ixin
g o
f te
ak w
ood r
eaper
s
of size
50m
m x
50m
m x
940m
m in Full
Box
afte
r ap
ply
ing t
wo c
oat
s of
wood
prim
er &
cla
mpin
g the
Cab
les.
Per
reap
er
14
14
14
42
179
One
hundre
d
and sev
enty
nin
e 7518
22
Supply
and f
ixin
g o
f te
ak w
ood r
eaper
s
of
size
50m
m x
50m
m x
470m
m in H
alf
Box
afte
r ap
ply
ing t
wo c
oat
s of
wood
prim
er &
cla
mpin
g the
Cab
les.
Per
reap
er
13
13
13
39
106
One
hundre
d
and six
4134
23
Supply
and fix
ing o
f H
.Wood p
lanks of
40m
m thic
k a
nd n
ot le
ss than
200 m
m
wid
th o
r as
direc
ted b
y e
ngin
eer
inch
arge
with sm
ooth
surf
ace,
pai
nting
(Har
dw
ood, pai
nts, fixin
g b
olts ar
e to
be
arra
nged
by c
ontrac
tor).
Cu. M
tr
0.3
0.3
0.3
0.9
15000
Fifte
en thousa
nd
13500
24
Supply
and f
ixin
g o
f H
ard w
ood p
lanks
suitab
le f
or
Hal
f lo
cation B
ox o
f si
ze
40m
m
x
450m
m
x
470m
m
appro
xim
atel
y a
fter
apply
ing t
wo c
oat
s
of bla
ck e
nam
el p
aint.
Per
Pla
nk
10
10
10
30
310
Thre
e hundre
d
and ten
9300
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 36 o
f 118
25
Cab
le
term
inat
ion
incl
udin
g
fixin
g
term
inal
s, fu
ses, LD
s et
c,.
Meg
ger
ing
the
cable
s an
d rec
ord
ing the
read
ings.
Per
Conduct
or
8000
8000
8000
24000
6
Six
144000
26
Num
ber
ing loca
tion b
ox a
s per
sta
ndar
d
pra
ctic
e an
d
writing
all
term
inat
ion
par
ticu
lars
insi
de
the
loca
tion b
ox a
s per
det
ails. T
his
incl
udes
all m
ain a
nd t
ail
cable
par
ticu
lars
, w
riting
of
cable
num
ber
ing
of
cable
s,
polish
ing
teak
wood b
oar
ds
in t
wo c
oat
s an
d p
ainting
har
d w
ood s
hel
ves
in tw
o c
oat
s of bla
ck
enam
el.
No.
32
32
32
96
250
Tw
o h
undre
d
and fifty
24000
27
Fix
ing re
lay bas
es,
wirin
g in
lo
cation
boxes
, bunch
ing, fixin
g o
f re
lays
as p
er
circ
uit d
iagra
m. T
his
incl
udes
fix
ing o
f
conden
sers
, re
sistan
ce,
6 w
ay /
1 w
ay
term
inal
s/ W
AG
O, N
D type
fuse
s, L
ED
indic
ators
fo
r fu
ses
as per
ty
pe
fuse
s,
LED
indic
ators
for fu
ses.
Per
rela
y
10
10
10
30
125
One
hundre
d
and tw
enty
fiv
e
3750
28
Ear
thin
g a
nd sold
erin
g o
f ca
ble
arm
or
Per
cable
300
300
300
900
19
Nin
etee
n
17100
29
Inst
alla
tion o
f unit e
arth
consi
stin
g o
f
set
20
20
20
60
6230
Six
thousa
nd
two h
undre
d a
nd
thirty
373800
a)
D
iggin
g th
e ea
rth to
th
e re
quired
dep
th.
b) In
sertio
n o
f 2 N
os. e
lect
rodes
.
c)
Join
ing e
lect
rodes
using c
ouple
r.
d)
Filling
of
Ear
th
Enhan
cing
com
pound.
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 37 o
f 118
e)
Pro
visio
n
of
Exoth
erm
ic
wel
d
connec
tion o
n c
opper
tap
e of 25m
m x
6
mm
x 150m
m to
th
e ea
rth el
ectrode
(wel
d m
ater
ial to
ols
& f
ixtu
res
required
for
the
wel
d to
jo
ints
ar
ranged
by th
e
contrac
tor) -1N
o.
f)
pro
vis
ion
of
Exoth
erm
ic
wel
d
connec
tions,
one
to
connec
t th
e
cadm
ium
bro
nze
cab
le to the
copper
tap
e
wel
ded
to
th
e ea
rth
elec
trode
and
anoth
er to
th
e co
pper
ta
pe
to be
fixed
inside
the
equip
men
t/re
lay
rack
appar
atus
room
(f
ixtu
res
for
mounting
the
copper
ta
pe
inside
the
rela
y ro
om
,
wel
d m
ater
ials
and t
ools
& f
ixtu
res
for
the
wel
d
shal
l be
arra
nged
by
the
contrac
tor).
g)
Ele
ctro
de
term
inat
ion in
a
concr
ete
sink a
nd r
outing t
he
cadm
ium
cab
le t
o
bus
bar
in
eq
uip
men
t ro
om
. A
fter
com
ple
tion
of
the
work
th
e ea
rth
resistan
ce
shal
l be
mea
sure
d
and
reco
rded
.
Sig
nal
rel
ated
ite
ms.
30
a) Exca
vat
ion of
a pit an
d co
ncr
etin
g
foundat
ion for 2/3
/4 a
spec
ts C
LS s
ignal
s
as
per
te
chnic
al
Spec
ific
atio
n
(A
ll
mat
eria
ls
shal
l be
supplied
by
the
contrac
tor
incl
udin
g ce
men
t &
an
chor
bolts)
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 38 o
f 118
b)'Ere
ctio
n of
CLS U
nit w
ith LED
lit
aspec
t ( 2 / 3
/ 4
), Curr
ent re
gula
tor (o
r
fixin
g h
old
ers
and b
ulb
s) w
irin
g, te
stin
g
&
com
mis
sionin
g
as
per
det
aile
d
tech
nic
al spec
ific
atio
n.
No
10
10
10
30
3605
Thre
e th
ousa
nd
six h
undre
d a
nd
five
108150
N
ote
: Sig
nal
posts,
ladder
s,
ladder
foundat
ions,
surfac
e bas
e w
ill
be
supplied
by Rai
lway
s. Contrac
tor
has
to a
rran
ge
all fo
undat
ion bolts, c
emen
t,
Met
al
stone,
fine
sand
required
to
carryout th
e ab
ove
work
.
No.
10
10
10
30
864
Eig
ht hundre
d
and six
ty four
25920
c)
Ere
ctio
n,
fixin
g
of
LED
si
gnal
s,
wirin
g,
testin
g an
d co
mm
issi
onin
g of
shunt
signal
post
type
/gro
und
type/
Cal
ling o
n s
ignal
as
giv
en i
n t
echnic
al
spec
ific
atio
n
d)E
rect
ion,
fixin
g
of
LED
si
gnal
s,
wirin
g,
pai
nting,
testin
g
&
com
mis
sionin
g of
Junct
ion/S
tenci
l ty
pe
route
in
dic
ator
as
giv
en
in
tech
nic
al
spec
ific
atio
n
No.
5
5
5
15
216
Tw
o h
undre
d
and six
teen
3240
e)
Concr
etin
g
foundat
ion
for
shunt
signal
indep
enden
t ty
pe
as p
er tec
hnic
al
spec
ific
atio
n.
No.
10
10
10
30
276
Tw
o h
undre
d
and sev
enty
six
8280
N
ote
:
contrac
tor
has
to
ar
range
all
foundat
ion bolts, ce
men
t, m
etal
stone,
fine
sand req
uired
to c
arry
out th
e ab
ove
work
.
No.
3
3
3
9
1097
One
thousa
nd
nin
ety
sev
en
9873
31
Supply
, pai
nting a
nd fix
ing o
f m
arker
s
of G
/P/C
, N
um
ber
pla
tes on the
signal
posts w
ith c
lam
ps, b
olts &
nuts
as
required
Eac
h
4
4
4
12
250
Tw
o h
undre
d
and fifty
3000
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 39 o
f 118
32
Supply
and f
ixin
g o
f w
ire
mes
h f
or
the
follow
ing
signal
s,
duly
pai
nte
d
with
bla
ck e
nam
el in tw
o c
oat
s.
(a
)Colo
ur Lig
ht Sig
nal
s ea
ch
No
26
26
26
78
63
Six
ty thre
e 4914
(b
)Route
Indic
ator Ju
nct
ion type
on e
ach
No
10
10
10
30
45
Forty fiv
e 1350
(c
)Cal
ling o
n sig
nal
N
o
2
2
2
6
45
Forty fiv
e 270
(d
)Box type
mes
h for gro
und type
shunt
signal
No
3
3
3
9
450
Four hundre
d
and fifty
4050
33
Stren
gth
enin
g o
f fo
undat
ions of si
gnal
s,
Full/H
alf lo
cation b
oxes
, b
y c
arry
ing
out th
e ea
rth w
ork
(fro
m the
bottom
of
the
foundat
ion) 3m
eter
sX3m
eter
s ar
ound
the
foundat
ion, ra
mm
ing o
f th
e ea
rth,
caring out m
asonry
work
fro
m b
ottom
of ea
rth w
ork
usi
ng c
ountry sto
nes
and
cem
ent m
asonry
to p
reven
t th
e ea
rth
from
slippin
g d
ow
n the
ban
k.
Appro
xim
ate
earth w
ork
2.5
Cu.m
eter
s.
plu
mbin
g o
f si
gnal
s an
d loca
tion b
oxes
shal
l al
so b
e ca
rrie
d o
ut if req
uired
No.
40
40
40
120
2500
Tw
o thousa
nd
five
hundre
d
300000
Poin
t m
achin
e re
late
d ite
ms
34
Fix
ing o
f poin
t m
achin
es o
n
PSC/W
ooden
sle
eper
s as
per
sta
ndar
d
dra
win
g. W
irin
g a
s per
circu
it incl
udes
fixin
g &
wirin
g o
f poin
t co
nta
ctor unit
fram
es a
nd c
ontrollin
g rel
ays . In
cludes
fixin
g o
f cr
ank h
andle
war
d p
late
. Fix
ing
and w
irin
g o
f poin
t TLJB
.
Nos
6
6
6
18
3825
Thre
e thousa
nd
eight hundre
d
and tw
enty
fiv
e
68850
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 40 o
f 118
35
(a).W
irin
g o
f Tra
ck c
ircu
its fe
ed e
nd,
rela
y e
nd c
om
ple
te w
ith T
LD
s, b
atte
ries
,
char
ger
s, tra
ck rel
ays, d
ouble
lea
d w
ires
,
pro
vid
ing insu
lation e
tc,. c
onnec
ted w
ith
com
mis
sionin
g o
f trac
k c
ircu
it incl
udin
g
pro
vis
ion o
f bra
cket
for TLD
cover
s an
d
pai
nting. A
nti-tilting a
rran
gem
ent has
to
be
done
for trac
k rel
ays, ch
arger
s &
bat
teries
No.
16
16
16
48
890
Eig
ht hundre
d
and n
inet
y
42720
(b
) D
rillin
g o
f hole
s 7.2
mm
on w
eb o
f
the
rail , p
rovid
ing b
ond w
ires
with G
I
wire
rope.
(Bond p
ins single
gro
ve
hav
e
to b
e su
pplied
by c
ontrac
tor - W
ire
rope
for bondin
g is co
ver
ed u
nder
supply
portio
n ).
Per
Rai
l
Join
t
1000
1000
1000
3000
14
Fourtee
n
42000
36
Man
ufa
cture
, su
pply
and fix
ing o
f
Sig
hting B
oar
d (size
535m
m X
1800m
m) w
ith h
igher
inte
nsi
ty g
rade,
retro-ref
lect
ive
shee
t on 2
mm
Alu
min
ium
alloy shee
t 14 g
auge
(0.6
Sq.m
m / L
C ) a
s per
instru
ctio
ns of si
ght
in c
har
ge.
A
ll n
eces
sary
mat
eria
ls to b
e
arra
nged
by the
contrac
tor).
No
2
2
2
6
1900
One
thousa
nd
Nin
e hundre
d
11400
37
Supply
and fix
ing o
f CA
LLIN
G O
N
war
nin
g b
oar
ds, S
TO
P b
oar
ds et
c as
per
dra
win
g. W
ith h
igher
inte
nsi
ty g
rade
retro ref
lect
ive
shee
t w
ith p
lotter
cut
letter
s
No
2
2
2
6
400
Four hundre
d
2400
38
Ere
ctio
n an
d w
irin
g of
control
pan
el -
for
way
sta
tion w
ith s
uitab
le f
oundat
ion
as p
er instru
ctio
ns of Engin
eer in
char
ge.
No
1
1
1
3
5000
Fiv
e th
ousa
nd
15000
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 41 o
f 118
39
Inst
alla
tion an
d w
irin
g of
token
/token
less
blo
ck
Inst
rum
ents
in A
SM
's r
oom
incl
udin
g fixin
g LD
's,
term
inal
s, fu
ses
&ea
rth c
onnec
tions. A
ll a
nci
llar
y w
ork
s
incl
uded
.
Per
Instru
-
men
t
2
2
2
6
2500
Tw
o thousa
nd
five
hundre
d
15000
40
Supply
& F
ixin
g o
f b
lock
tes
t pan
el o
f
teak
wood o
f 2
5m
m thic
knes
s ( 61 x
38
x 1
8 C
ms ) w
ith g
lass
door.
No.
1
1
1
3
2890
Tw
o thousa
nd
eight hundre
d
and n
inet
y
8670
41
Supply
and fix
ing o
f cr
ank h
andle
box,
wirin
g, te
stin
g a
s per
tec
hnic
al
spec
ific
atio
n..
No.
3
3
3
9
3500
Thre
e th
ousa
nd
five
hundre
d
31500
42
Man
ufa
cturing
and
fixin
g
of
gla
ss
fronte
d b
ox ( k
ey b
ox) m
ade
out of te
ak
wood o
f size
10 inch
es x
16 inch
es.
No
2
2
2
6
245
Tw
o h
undre
d
and forty fiv
e
1470
43
Fix
ing o
f ca
sing c
appin
g a
nd d
raw
ing o
f
required
w
ires
th
rough th
e sa
me
up to
funct
ions
like
control
tele
phone,
Dy.c
ontrol
tele
phone,
m
agnet
o phones
inside
SM
's o
ffic
e as
per
circu
it d
iagra
m.
This
in
cludes
su
pply
an
d
fixin
g
of
required
D
PD
T
and
rota
ry
switch
es,
PV
C pip
es an
d ben
ds
25m
m dia
w
ith
2m
m
wal
l th
icknes
s,
Lig
hte
nin
g
dis
char
ger
s an
d p
ainting o
f par
ticu
lars
.
LS
1
1
1
3
3211
Thre
e th
ousa
nd
two h
undre
d a
nd
elev
en
9633
44
Supply
& f
ixin
g o
f al
um
inum
lad
der
of
size
36X
36X
5m
of 200m
m w
idth
RM
T
40
40
40
120
357
Thre
e hundre
d
and fifty
seven
42840
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 42 o
f 118
45
Inst
alla
tion,
wirin
g,
testin
g
and
com
mis
sionin
g of
Dat
a Logger
w
hic
h
incl
udes
th
e so
ftw
are
configura
tion
nee
ded
fo
r net
work
ing fo
r tran
sfer
ring
the
dat
a to
nom
inat
ed
loca
tion
for
monitoring a
s per
the
instru
ctio
ns
of th
e
site
in c
har
ge.
No.
1
1
1
3
30000
Thirty
thousa
nd
90000
46
Fab
rica
tion a
nd supply
of Pow
der
Coat
ed M
S rel
ay fra
mes
for fixin
g 'Q
'
style
rel
ays on rel
ay rac
k ( a
lrea
dy
supplied
by c
ontrac
tor )
Nos
70
70
70
210
140
One
hundre
d
and forty
29400
47
Fix
ing rel
ay b
ases
, w
irin
g incl
udin
g
erec
tion o
f re
lay rac
k suitab
ly c
oncr
etin
g
trip
od b
ase
usi
ng 'J
' bolts, bunch
ing,
fixin
g o
f re
lays as
per
circu
it d
iagra
m.
This
incl
udes
fix
ing o
f co
nden
sers
,
resistan
ces, 6
way
/ 1
way
ter
min
als, N
D
type
fuse
s, L
ED
indic
ators
for fu
ses as
per
ty
pe
fuse
s, L
ED
indic
ators
for fu
ses.
Per
rela
y
300
300
300
900
160
One
hundre
d
and six
ty
144000
48
Fix
ing o
f th
e fo
llow
ing o
n p
re-e
rect
ed rel
ay
rack
s.
a)
Fix
ing o
f ap
pro
xim
atel
y 2
00 n
os
of 6
way
/ 1 w
ay t
erm
inal
blo
ck h
orizo
nta
lly
on 6
mm
Hyla
m s
hee
ts w
hic
h in turn
to
be
fixed
to rac
k w
ith a
ll s
upports
as p
er
instru
ctio
ns
of SSE in c
har
ge.
M
ater
ials
such
as
bolts, n
uts
and s
upportin
g f
lats
to b
e su
pplied
by the
contrac
tor only
.
Set
2
2
2
6
500
Fiv
e hundre
d
3000
b)
Cuttin
g a
nd f
ixin
g o
f H
yla
m s
hee
t of
6 m
m/3
mm
th
icknes
s to
su
it t
o 1
w
ay
rela
y r
ack a
nd fix
ing the
follow
ing w
ith
contrac
tors
sc
rew
s, bolts
and nuts
an
d
fixin
g s
trip
s, c
onden
sers
and r
esista
nce
s
of var
ious val
ues
- 5
0 N
os.
LS
2
2
2
6
100
H
undre
d
600
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 43 o
f 118
(c
) Fix
ing
of
non-d
eter
iora
ting
fuse
hold
ers w
ith L
ED
indic
atio
ns &
res
isto
rs
and neg
ativ
e te
rmin
al strips
on 6m
m.
hyla
m s
hee
t w
ith c
ontrac
tors
bolts, n
uts
and scr
ews.
No
120
120
120
360
5
Fiv
e 1800
49
Pre
par
atio
n o
f Conta
ct A
nal
ysi
s fo
r 'Q
'
style
rel
ays as
per
det
aile
d tec
hnic
al
spec
ific
atio
n
Nos
300
300
300
900
12.5
0
tw
elve
and
pai
se fifty
11250
50
Indoor
Pai
nting
as
per
te
chnic
al
spec
ific
atio
n
for
Cab
le
term
inat
ion,
fuse
s,
conden
ser
resistan
ces,
rela
y
nam
es
and
all
oth
er
rela
y
room
par
ticu
lars
.
LS
1
1
1
3
2700
Tw
o thousa
nd
seven h
undre
d
8100
Tra
sportat
ion
51
Tra
nsp
ortat
ion o
f m
ater
ials
fro
m an
y
Sto
res to S
ite
and v
ice-
ver
sa incl
udin
g
load
ing a
nd u
nlo
adin
g
PTPK
25000
30000
45000
100000
2.5
0
tw
o an
d p
aise
fifty
250000
52
Initia
l C
har
gin
g o
f Sec
ondar
y C
ells:-
a)
2 v
olts 40 A
H.
No.
30
30
30
90
150
One
hundre
d
and fifty
13500
c)
2 v
olts 200 A
H
No.
60
60
60
180
250
Tw
o h
undre
d
and fifty
45000
53
Supply
& F
ixin
g o
f D
igital
Voltm
eter
s
and A
mm
eter
s of M
ECO
mak
e, for
pow
er p
anel
and w
irin
g sam
e ca
refu
lly
as p
er p
ow
er d
istrib
ution d
iagra
m.
Nec
essa
ry shunts
and c
urren
t
tran
sform
ers ar
e to
be
pro
vid
ed for
DC/A
C a
mm
eter
s as
per
sta
ndar
d
pra
ctic
e. T
he
met
ers ar
e of th
e fo
llow
ing
types
and ran
ges
. The
auxilia
ry supply
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 44 o
f 118
for th
e ab
ove
met
ers is
230V
and
24V
DC
Voltmeters
1) 0-1
50 V
DC (poin
t)
No.
1
1
1
3
1000
Thousa
nd
3000
2) 0-1
50V
AC (s
ignal
s)
No.
4
4
4
12
1000
Thousa
nd
12000
3) 0 - 5
0 V
DC (In
t, E
xt, A
C, Blo
ck &
Ind)
No.
4
4
4
12
1000
Thousa
nd
12000
4) 0 - 7
00V
(A
C g
ener
ator)
No.
4
4
4
12
1000
Thousa
nd
12000
Ammeters
1) 0 - 2
0 A
mps A
C (si
gnal
s)
No.
4
4
4
12
1000
Thousa
nd
12000
2) 0 - 3
0 A
mps (D
C p
oin
t)
No.
1
1
1
3
1000
Thousa
nd
3000
3) 0 - 2
0 A
mps D
C (In
t, E
xt, A
C, Blo
ck
& Ind)
No.
4
4
4
12
1000
Thousa
nd
12000
4) 0 - 3
0 A
mps A
C ( g
ener
ators
) N
o.
4
4
4
12
1000
Thousa
nd
12000
54
a) C
oncr
ete
Foundat
ion, Err
ection &
Wirin
g,
chan
geo
ver
arr
angem
ents
in G
ener
ator
room
, co
mm
issionin
g as
per
Tec
hnic
al
Spec
ific
atio
n, fo
r Instal
lation o
f tw
o
gen
erat
ors
.
LS
1
1
1
3
27900
Tw
enty
sev
en
thousa
nd n
ine
hundre
d
83700
b) Runnin
g c
har
ges
for D
G set
. Fuel
to
be
arra
nged
by c
ontrac
tor.
per
hour
300
300
300
900
40
Forty
36000
55
Inst
alla
tion o
f 2 w
ire
DTM
F S
elec
tive
Cal
ling T
elep
hone
with p
ow
er supply
.
No.
4
4
4
12
500
Fiv
e hundre
d
6000
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 45 o
f 118
56
Arr
angin
g o
f su
ffic
ient staf
f by
contrac
tor an
d g
ivin
g tes
t to
the
railw
ay
in c
har
ge
in the
follow
ing sta
ges
as per
instru
ctio
ns of site
in c
har
ge
(a
) Sta
ge
-1 : tes
ting o
f w
ires
dra
wn
poin
t to
poin
t usi
ng b
uzz
er. (B
efore
and
afte
r so
lder
ing.)
per
shee
t
25
25
25
75
290
Tw
o h
undre
d
and n
inet
y
21750
(b
) Sta
ge
-II : M
akin
g a
sim
ula
tion tes
t
boar
d ply
wood 3m
m a
ppro
xim
atel
y
size
1.5
x1m
eter
. Pai
nte
d a
ccord
ing to
the
yar
d lay
out fix
ing 1
way
/2 w
ay
switch
es in its a
ppro
xim
ate
position for
trac
k c
ircu
it , p
oin
t se
ttin
g lam
p h
old
ers
and lam
ps. C
arry
ing o
ut te
stin
g u
sing
sim
ula
tion b
oar
d a
fter
ener
giz
ing o
f
inte
rnal
circu
it. Com
mis
sionin
g o
f
indoor an
d o
utd
oor eq
uip
men
t as
lai
d
dow
n in tec
hnic
al spec
ific
atio
n.
per
road
2
2
2
6
2455
Tw
o thousa
nd
four hundre
d
and fifty
fiv
e
14730
57
Man
ufa
cturing a
nd fix
ing o
f su
rvei
llan
ce
pan
el b
oar
d o
f si
ze 2
.0m
X 0
.55m
X
3m
m m
ade
of H
yla
m shee
t on a
lrea
dy
erec
ted rac
k d
uly
drillin
g h
ole
s an
d
fixin
g w
ith n
uts
and b
olts. (A
ll
mat
eria
ls to b
e su
pplied
by the
contrac
tor, e
xce
pt Rel
ay R
ack.)
No.
1
1
1
3
1270
One
thousa
nd
two h
undre
d a
nd
seventy
3810
58
Fix
ing o
f LED
s al
ong w
ith Jew
els,
Res
isto
rs, Sle
eves
duly
drillin
g h
ole
s
and sold
erin
g incl
udin
g d
raw
ing o
f
wires
, bunch
ing a
nd lac
ing. (A
ll
mat
eria
ls to b
e su
pplied
by the
contrac
tor).
No.
100
100
100
300
10.5
0
Rupee
s te
n an
d
pai
se fifty
3150
59
Supply
and fix
ing o
f 'A
HU
JA' m
ake
horn
type
loud spea
ker
15W
8 o
hm
s
imped
ance
Nos.
0
2
2
4
800
Eig
ht hundre
d
3200
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 46 o
f 118
60
Supply
and fix
ing o
f Ele
ctro
nic
Hoote
r
unit 2
4/1
10 D
C o
f ap
pro
ved
des
ign/m
ake
able
to d
rive
2 N
os. o
f
Spea
ker
s of 8 o
hm
s 15W
Nos.
0
1
1
2
1500
One
thousa
nd
five
hundre
d
3000
61
Supply
and fix
ing o
f yel
low
ret
ro
reflec
tive
strips of 1" w
idth
eac
h o
n b
oth
sides
of th
e yel
low
pai
nte
d p
ortio
n for
both
the
liftin
g b
arrier
boom
s.
nos.
0
2
2
4
400
Four hundre
d
1600
62
Concr
etin
g foundat
ion for Ped
esta
l
liftin
g b
arrier
(el
ectric
al/m
echan
ical
) a
s
per
Tec
h. Spec
. N
o. 8.1
as per
Drg
. N
o.
SK
/SC/C
N/3
3/8
5 (al
l m
ater
ials v
iz.,
cem
ent, m
etal
sto
ne,
san
d a
nd
foundat
ion b
olts ar
e to
be
supplied
by
the
Contrac
tor).
No.
0
2
2
4
4130
Four th
ousa
nd
one
hundre
d a
nd
thirty
16520
63
Exca
vat
ion o
f a
pit a
nd c
oncr
etin
g
foundat
ion for 2 n
os. o
f liftin
g b
arrier
gat
e m
eeting p
osts, u
sing a
nch
or bolts of
size
20 X
450m
m a
s per
Tec
h. Spec
n.
(All m
ater
ials e
xce
pt ce
men
t to
be
arra
nged
by the
Contrac
tor).
Set
0
1
1
2
1250
One
thousa
nd
two h
undre
d a
nd
fifty
2500
64
Exca
vat
ion o
f pit a
nd c
asting foundat
ion
for one
lever
fra
me
with c
emen
t
concr
ete
in the
pro
portio
n o
f 1:2
:3 w
ith
appro
x, 40m
m g
raded
sto
ne
and riv
er
sand, usi
ng 4
Nos of 18/3
4 b
olts
Nos
0
1
1
2
2500
Tw
o thousa
nd
five
hundre
d
5000
65
Exca
vat
ion o
f a
pit a
nd c
oncr
etin
g
foundat
ion for 1 N
o. of liftin
g b
arrier
gat
e w
inch
using a
nch
or bolts of si
ze 2
0
X 4
50m
m. C
oncr
ete
ratio is 1:3
:6
(cem
ent w
ill be
supplied
by the
Rai
lway
s).
Nos.
0
1
1
2
1197
One
thousa
nd
one
hundre
d a
nd
nin
ety
sev
en
2394
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 47 o
f 118
66
Ass
embling a
nd e
rect
ion o
f co
mple
te
liftin
g b
arrier
2 N
os. p
edes
tal 1 w
hic
h, 2
boom
sto
ps co
mple
te w
ire
tran
smis
sion
and tes
ting. T
his incl
udes
turn
out w
hee
l
foundat
ion e
tc., (ce
men
t w
ill be
supplied
by R
ailw
ays)
.
Set
0
1
1
2
6000
Six
thousa
nd
12000
67
Car
ryin
g o
ut liftin
g b
arrier
boom
lock
ing a
rran
gem
ents
com
ple
te w
ith
foundat
ions, fix
ing o
f le
ver
fra
me
etc.
,
Exca
vat
ion o
f pit a
t a
giv
en loca
tion,
concr
etin
g the
foundat
ion for th
e single
/
double
/ thre
e le
ver
fra
me
as p
er D
rg.
No. SC/W
/CN
/65. (T
his
incl
udes
pro
vis
ion o
f w
inch
han
dle
lock
ing
arra
ngem
ent by c
uttin
g suitab
le g
roove
on the
pin
ion e
nd suitab
ly e
xpen
din
g the
'E' t
ype
lock
plu
nger
, trip
le lock
arra
ngem
ent an
d c
onnec
ting roddin
g to
GF a
nd b
oom
lock
ing m
echan
ism
,
testin
g a
nd c
om
mis
sionin
g (Cem
ent w
ill
be
supplied
by R
ailw
ays)
LS
0
1
1
2
5000
Fiv
e th
ousa
nd
10000
68
Ass
embling o
f ro
ller
tre
stle
s 2/4
way
with roller
sta
nds, b
ottom
and top roller
,
MS p
in for to
p roller
, sp
lit pin
.
Exca
vat
ion o
f pit to suit 2
/4 w
ay tre
stle
,
pla
cing it at
inte
rval
s of not m
ore
than
2
met
ers. Filling u
p e
arth
after
kee
pin
g
tres
tles
in the
pit.
(a
) fo
r 2 w
ay tre
stle
s la
id
Nos.
0
10
10
20
80
Eig
hty
1600
69
Foundat
ion &
fix
ing o
f D
iver
sion
Whee
l/cr
anks as
per
tec
hnic
al
spec
ific
atio
n12.
Nos.
0
10
10
20
500
Fiv
e hundre
d
10000
70
Lay
ing o
f poin
t ro
ddin
g 3
3m
m d
ia o
n
the
roller
tre
stle
ass
embly
alrea
dy fix
ed
Per
Mtr.
0
20
20
40
10
Ten
400
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 48 o
f 118
coupling the
rods to
get
her
lev
elin
g
alig
nin
g. T
wist /b
ends in
the
poin
t
roddin
g is to
be
rem
oved
and rods
stra
ighte
ned
by the
contrac
tor bef
ore
layin
g o
n tre
stle
s. A
ll the
mat
eria
ls
exce
pt bolts an
d n
uts a
nd the
tools
will
be
supplied
by the
Rai
lway
s.
71
Fix
ing a
nd w
irin
g R
KT/E
KT for si
din
g
or L.C
. G
ate
inte
rlock
ing a
s per
Tec
h.
/Spec
. N
o. 15.1
2. T
his incl
udes
instal
lation o
f M
agnet
o tel
ephones
at
loca
tion, gat
e, S
M's o
ffic
e et
c.,
Nos.
0
1
1
2
500
Fiv
e hundre
d
1000
72
Supply
of pai
nt bla
ck e
nam
el o
f
appro
ved
qual
ity a
nd p
ainting o
f
Cra
nks/
GF in 2
coat
s. Pai
nting the
funct
ion n
um
ber
on the
arm
with w
hile
enam
el p
aint (4
0m
m let
ters
), p
aint an
d
bru
sh for th
e w
ork
are
to b
e ar
ranged
by
the
contrac
tor
Nos.
10
10
10
30
55
Fifty
fiv
e 1650
73
Supply
of pai
nt of ap
pro
ved
qual
ity a
nd
pai
nting o
f poin
t ro
ddin
g a
lrea
dy run o
n
tres
tles
, using p
aint re
d o
xid
e in
2 c
oat
s
leav
ing 3
00m
m o
n e
ither
sid
e of th
e to
p
roller
on tre
stle
s, the
connec
ting rod to
be
cran
k/c
om
pen
sato
r is
to b
e pai
nte
d
for a
length
of 600m
m fro
m it usi
ng
pai
nt bla
ck e
nam
el in 2
coat
s. A
ll
mat
eria
ls a
nd tools req
uired
to the
work
shal
l be
arra
nged
by the
contrac
tor (f
or
10 M
trs. o
f ro
ddin
g p
ainte
d).
Per
Mtr.
20
20
20
60
5.5
R
upee
s five
and
pai
se fifty
330
74
Supply
of D
C(1
2.2
4V
olt)L
it L
ED
sig
nal
s as
bel
ow
to b
e pro
cure
d fro
m R
DSO
sourc
es
with p
roof.
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 49 o
f 118
a)
Supply
of D
C(1
2V
DC lit) lit RED
LED
signal
for use
at le
vel
cro
ssin
g g
ate
of
railw
ays fo
r ro
ad u
sers
, th
e vis
ibility a
nd
lighting c
rite
ria
qual
ity o
f LED
s as
per
RD
SO
spec
No.R
DSO
/SPN
/153/2
004
Rev
.3.0
or la
test
Nos
0
2
2
4
4965.8
4
Four th
ousa
nd
nin
e hundre
d
and six
ty fiv
e
and p
aise
eig
hty
four
19863
b)S
upply
of D
C(1
2V
DC lit) lit Y
ELLO
W
LED
sig
nal
for use
at le
vel cr
oss
ing g
ate
of
railw
ays dor ro
ad u
sers
, th
e vis
ibility a
nd
lighting c
rite
ria
qual
ity o
f LED
s as
per
RD
SO
spec
No.R
DSO
/SPN
/153/2
004
Rev
.3.0
or la
test
Nos
0
2
2
4
4965.8
4
Four th
ousa
nd
nin
e hundre
d
and six
ty fiv
e
and p
aise
eig
hty
four
19863
74
Supply
& F
ixin
g o
f boom
lockin
g d
evic
e to
RD
SO
Drg
. N
o. SA
. 8138/M
.
Set
0
2
4
6
3500
Thre
e th
ousa
nd
five
hundre
d
21000
75
Exca
vat
ion o
f pit a
t a
giv
en loca
tion a
nd
concr
etin
g fo
undat
ion for CLS p
ost
,
erec
tion, fixin
g o
f K
eltron o
r sim
ilar
make
traf
fic
light unit, w
irin
g the
syst
em, te
stin
g a
nd c
om
mis
sionin
g the
signal
incl
udin
g e
rect
ion a
nd p
ainting ..
No
0
4
4
8
2980
Tw
o thousa
nd
nin
e hundre
d
and e
ighty
23840
76
Car
ry o
ut non-inte
rlock
ing a
rran
gem
ents
for w
ays side
stat
ions by fixin
g shel
f
type/
QN
I re
lays. S
upply
& fix
ing o
f
LED
10m
m for si
gnal
indic
atio
ns on
ply
wood/d
ecola
m shee
t pai
nte
d w
ith
stat
ion d
iagra
m. The
LED
s ar
e to
be
wired
with suitab
le res
ista
nce
on M
S
fram
e /d
ecola
m shee
t. F
ixin
g &
wirin
g
of SM
's slide
instru
men
t, p
ainting the
slid
e par
ticu
lars
on it.
LS
1
1
1
3
2500
Tw
o thousa
nd
five
hundre
d
7500
77
Fix
ing o
f Sola
r pan
els on roof to
p e
tc,
concr
etin
g the
bas
e an
d thei
r w
irin
g a
s
per
the
det
ails g
iven
by E
ngin
eer at
site
and a
lso e
xte
ndin
g the
sola
r pan
el o
utp
ut
to 6
way
PB ter
min
al/c
han
ge
over
No.
1
1
1
3
300
Thre
e hundre
d
900
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 50 o
f 118
switch
as per
(C) bel
ow
lo
cate
d insi
de
the
room
/ gat
e lo
dge
using 3
/0.7
5m
m
wire
thro
ugh P
VC p
ipe.
A
ll m
ater
ials
excl
udin
g P
VC w
ire
coil shal
l be
supplied
by C
ontrac
tor. incl
udes
instal
lation o
f ch
arge
controller
, A
JB
and a
ny o
ther
mat
eria
l su
pplied
with
syst
em.
78
Des
ign o
f c
able
route
pla
n, ca
ble
core
char
t, loca
tion b
ox p
articu
lars
, pan
el
par
ticu
lars
, fu
se p
articu
lars
, trac
k
bondin
g d
iagra
m, num
ber
ed w
irin
g
dia
gra
ms, rel
ay index
, co
nta
ct a
nal
ysi
s,
postin
g o
f co
nta
cts in
wirin
g d
iagra
m to
be
supplied
by R
lys, surv
eillan
ce p
anel
par
ticu
lars
, dat
a lo
gger
par
ticu
lars
, K
rack
, ra
ck d
etai
ls, re
sist
or, c
onden
ser
par
ticu
lars
, p
ow
er e
quip
men
t w
irin
g,
pow
er e
quip
men
t foot print dia
gra
m,e
tc
as p
er req
uirem
ent. S
upply
of 6 set
s of
final
har
d c
opy o
f th
e ap
pro
ved
circu
it
dia
gra
ms an
d the
docu
men
ts m
entioned
above
in a
mm
onia
prints
alo
ng w
ith
conta
ct a
nal
ysi
s in
A2, size
as re
quired
with 1
set
of prints o
n tra
cing film
of 90
mic
rons th
ick a
nd a
soft c
opy o
n
com
pac
t disc
(CD
) to
be
supplied
.
(Arran
gin
g rex
in c
loth
bound b
ookle
ts
and b
indin
g for la
rge
and sm
all si
zes of
dra
win
gs)
.
No.
75
75
75
225
600
Six
hundre
d
135000
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 51 o
f 118
79
Circu
it d
iagra
ms issu
ed b
y the
Rai
lway
s
( of A
-2 siz
e ) ar
e to b
e ta
ken
on
repro
duct
ion tra
cing film
and m
anual
ly
ente
ring the
rela
y c
onta
ct n
um
ber
and
oth
er req
uired
circu
it d
etai
ls if an
y.(
Rep
roduct
ion tra
cing film
and o
ther
consu
mab
les ar
e to
be
arra
nged
by the
contrac
tor.)
Per
shee
t of
A-2
siz
e
50
50
50
150
132
One
hundre
d
and thirty
tw
o
19800
80
Instal
lation o
f 2 w
ire
DTM
F S
elec
tive
Cal
ling T
elep
hone
with p
ow
er supply
.
No.
4
4
4
12
500
Fiv
e hundre
d
6000
81
Strai
ght th
rough / d
eriv
atio
n w
ith o
ut
tran
sform
er jo
ints: Installat
ion Ther
mo
shrinkab
le join
ting k
its fo
r stra
ight th
rough /
der
ivat
ion join
ts for LC g
ate,
pum
p h
ouse
s
etc
wher
e V
F tra
nsf
orm
ers ar
e n
ot re
quired
.
This incl
udes
tap
pin
g o
f nom
inat
ed Q
uad
at
a sp
ecific
loca
tion show
n b
y the
Rai
lway
Engin
eer at
site
without usi
ng tra
nsf
orm
er to
the
jelly fie
ld c
able
alrea
dy lai
d. A
ll m
etrei
al
incl
udin
g v
alco
tap
es e
xce
pt
ther
mosh
rinkab
le join
ting k
it shal
l be
supplied
by the
contrac
tor. (R
efer
Annexure
for in
stru
ctio
ns on c
able
join
ting).
Join
t 3
3
3
9
848
Eig
ht hundre
d
and forty e
ight
7632
82
Supply
and fix
ing o
f 20 p
air CT b
ox o
f
WA
GO
ter
min
als an
d ter
min
atio
n o
f
jelly fille
d c
able
as per
det
ails
giv
en b
y
engin
eer at
site
for LC g
ates
/ P
um
p
house
. The
CT b
ox a
fter
ter
min
atio
n
shal
l be
seal
ed b
y p
ouring P
araf
fin w
ax..
2
2
2
6
1896
One
thousa
nd
eight hundre
d
and n
inet
y six
11376
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 52 o
f 118
83
Inst
alla
tion a
nd c
om
mis
sionin
g o
f 4
Wire
way
sta
tion c
ontrol eq
uip
men
t as
det
aile
d b
elow
: a)
The
way
sta
tion
equip
men
t &
Pow
er supply
unit a
re to
be
mounte
d o
n a
rac
k a
s per
Drg
.No.
CO
RE/S
&T/A
LD
/SK
/436/9
5. b
) The
inte
rnal
wirin
g should
be
wired
bet
wee
n
VF R
epea
ter/ V
F T
ransf
orm
er b
ay a
nd
MS A
ngle
rac
k then
to b
e ex
tended
to
Dy.S
S/A
SM
Tab
le a
s per
dra
win
g
show
n in the
sket
ch (A
ll the
wirin
g
mat
eria
ls a
re to b
e pro
vid
ed b
y the
contrac
tor).
Nos
1
1
1
3
2065
Tw
o thousa
nd
sixty
fiv
e
6195
84
Instal
lation, w
irin
g, te
stin
g a
nd
com
mis
sionin
g o
f IP
S/D
C-D
C C
onver
ters
.
Wires
/cab
les sh
all be
supplied
by R
lys.
Char
gin
g o
f bat
tery
is co
ver
ed e
lsew
her
e.
Min
or item
s like
casi
ng/c
appin
g w
her
e
required
to b
e su
pplied
by c
ontrac
tor.
Gro
uting a
nd m
asonry
work
of th
e IP
S to b
e
done.
ear
thin
g o
f IP
S incl
uded
as per
site
requirem
ent ea
rthin
g to
be
done
cover
ed
separ
atel
y.w
ork
incl
udes
installat
ion o
f
char
ged
bat
teries
and thei
r w
irin
g w
ith IPS.
No.
1
1
1
3
13000
Thirte
en
thousa
nd
39000
85
Pro
vis
ion o
f co
ncr
ete
stru
cture
of size
500m
mx500m
mx450m
m for ea
rth p
it
and c
over
ing it w
ith c
oncr
ete
cover
of
size
500m
mx500m
mx30m
m thic
k.
No
4
4
4
12
296.3
5
Tw
o h
undre
d
and n
inet
y six
and p
aise
thirty
five
3556
86
Cas
ting o
f fo
undat
ion, su
pply
& e
rect
ion
of la
ttic
e ty
pe
trip
od tow
ers of G
I 15
met
ers of hei
ght as
per
spec
encl
ose
d.
Pro
vis
ion o
f ea
rth e
lect
rode
nea
r th
e
tow
er a
nd c
onnec
t th
e sa
me
to tow
er
whic
h is to
be
erec
ted a
bove
the
stat
ion
buildin
g. Cem
ent sh
all be
supplied
by
No
1
1
1
3
24500
Tw
enty
four
thousa
nd fiv
e
hundre
d
73500
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 53 o
f 118
Rly
s. w
ork
incl
udes
instal
lation o
f th
e
ante
nna,
dra
win
g the
cable
and
instal
lation o
f th
e bat
tery
and 2
5W
set
and c
om
mis
sionin
g the
system
. 25W
set
,
cable
, an
tenna,
bat
tery
will be
supplied
by R
lys.
87
Pro
visio
n o
f one
skille
d a
nd 2
un-s
kille
d
staf
f ro
und the
clock
to a
ttend to tes
ting
trouble
of th
e in
stal
lation a
long w
ith JE/S
SE
afte
r th
e in
stal
lation h
as b
een b
rought in
to
com
mis
sionin
g. The
work
incl
udes
routine
mai
nte
nance
, fa
ilure
res
tora
tion a
s per
the
direc
tion o
f th
e JE
/SSE.
per
month
3
3
3
9
38867
Thirty
eig
ht
thousa
nd e
ight
hundre
d a
nd
sixty
seven
349803
88
Fab
rica
tion, fixin
g o
f re
quired
configura
tion
of key in p
oin
t m
achin
e fo
r gro
upin
g o
f
cran
k h
andle
of poin
t m
achin
es.
No
6
6
6
18
75
Sev
enty
fiv
e 1350
89
Fab
rica
tion a
nd fix
ing o
f pai
nte
d sta
tion
work
ing o
rder
dia
gra
m a
s per
SW
OD
\Tra
ck B
ondin
g D
iagra
m. The
dia
gra
m
should
be
pai
nte
d o
n d
ecola
m shee
t
fixed
on p
lyw
ood shee
t of size
.4 fee
t x
2.5
fee
t of 6m
m thic
k let
tering in
diffe
rent co
lours
of pai
nt en
amel
with
wooden
fra
me
all ar
ound a
s direc
ted b
y
the
site
in c
har
ge.
( A
ll m
ater
ials
are
to
be
arra
nged
by the
contrac
tor.)s
hal
l be
mad
e on fle
xi sh
eet w
ith g
ood res
olu
tion
dig
ital
Nos
2
2
2
6
1500
One
thousa
nd
five
hundre
d
9000
90
Supply
and fix
ing o
f A
lpah
ebat
ic a
nd
num
bure
d fer
rule
s on 1
6/0
.2m
m w
ires
bef
ore
sold
erin
g a
s per
the
nom
ercl
ature
of
contrac
t an
d a
s per
instru
ctio
ns of en
gin
eer
inch
arge(
Pac
ket
consi
sts of 100 far
rule
s).
Pac
ket
120
120
120
360
134
One
hundre
d
and thirty
four
48240
B/S
G/C
N/1
3/P
o,S
at,N
du
Pag
e 54 o
f 118
91
Supply
& Inst
alla
tion o
f Four ch
annel
Ear
th lea
kag
e det
ecto
rs a
s per
RD
SO
spec
ific
atio
n N
o. 256/2
002. The
mat
eria
l
has
to b
e in
spec
ted b
y R
DSO
a)
110 v
olts A
C
Nos
1
1
1
3
37875
Thirty
seven
thousa
nd e
ight
hundre
d a
nd
seventy
fiv
e
113625
b) 24 v
olts D
C
Nos
2
2
2
6
37875
Thirty
seven
thousa
nd e
ight
hundre
d a
nd
seventy
fiv
e
227250
c)
110 v
olts D
C
Nos
1
1
1
3
37875
Thirty
seven
thousa
nd e
ight
hundre
d a
nd
seventy
fiv
e
113625
TOTAL FOR SCHDULE 'B'
59,02,553.98
Total of SCHEDULE A
1,40,99,097
GRAND TOTAL
2,00,01,650.98/-
Say 2,00,01,651/-
Rupees two crores one thousand six hundred and fifty one
B/SG/CN/13/Po,Sat,Ndu
Page 55 of 118
SOUTH CENTRAL RAILWAY
ABSTRACT SUMMARY and TENDER’S QUOTE
Name of workProvision of Panel Interlocking with MACLS at "POTLAPADU, SATYAVALLI & NUDURUPADU" stations - Permanent in connection with provision of new crossing stations on GNT-NDL
section of Guntur division of SCRly
Tender Notice No. B/SG/CN/S&T/09-10/12-14 , dated 22nd February 2010.
Tenderer’s Offer as at PAR/
ABOVE/BELOW
( Percent excess or percent below the
Estimated Amount)
Schedule
Estimated Amount
(Rs.)
In figures In words
Schedule A
( supply portion)
Rs.1,40,99,097/-
(Rupees One core
forty laks ninety nine
thousand and ninety
seven only)
Schedule B
(Labour Portion)
Rs 59,02,554/-
(Rupees fifty nine lakhs
two thousand five
hundred and fifty four
only)
Tenderers to note:
1. Tenderers are requested to quote only percentage of their rates in comparison with the
estimated rates.
2. Tenderers should quote their rates for Supply & Labour portion (Schedule A & B) separately
in terms of percentage only.
3. The rates quoted in any other manner will make the tender invalid.
Example
If the tenderer intends to quote their rates on par with estimated rates, they have to write
‘RATES ON PAR’.
If the tenderer intends to quote their rates above estimated rates, they have to write
“(+) ----------------%”.in figures and “ (Plus) --------------- percentage” in words
If the tenderer intends to quote their rates below estimated rates, they have to write “
(-) --------------%”. In figures and “ (minus) ------------------- percentage” in words
Signature of the Tenderer
B/SG/CN/13/Po,Sat,Ndu
Page 56 of 118
PART-I
REGULATIONS AND GENERAL CONDTIONS FOR TENDERS AND CONTRACTS FOR
THE GUIDANCE OF CONTRACTORS FOR SIGNAL & TELECOMMUNICATION
WORKS
MEANING OF TERMS
1.0 DEFINITIONS
In these regulations for tenders and contracts the following terms shall have the meaning assigned
hereunder except where the context otherwise requires:
1.1 “RAILWAY” shall mean the president of the Republic of India or the Administrative Officers of
the South Central Railway or of the successor Rly. authorized to invite tenders and enter into
contracts for works on his behalf.
1.2 “GENERAL MANAGER” shall mean the Officer in Administrative charge of the whole of
South Central Railway and shall mean and include the General Manager of the successor Railway.
1.3 “CHIEF ADMINISTRATIVE OFFICER (CONSTRUCTION)” shall mean the officer in
Administrative charge of construction Organization of south Central Railway and shall mean and
include the chief Administrative Officer of the successor railway.
1.4 “CHIEF SIGNAL & TELECOM ENGINEER (CONSTRUCTION): shall mean the Officer-
in-charge of the S&T ( Construction) Department, South Central Railway and shall also include the
Chief Signal and Telecom Engineer /Project, Works or Open line and include the Chief Engineer,
Chief Engineer (Construction) or any similar designated Officers of South Central Railway or a
successor Railway.
1.5 “DEPUTY CHIEF SIGNAL & TELECOM ENGINEER (CONSTRUCTION) shall mean the
deputy Chief Signal & Telecom Engineer (Construction) of the South Central Railway or the
successor Railway.
1.6 “DIVISIONAL RAILWAY MANAGER” shall mean the Administrative Officer-in charge of a
Division of South Central Railway or of a successor Railway.
1.7 “SENIOR DIVISIONAL S&T ENGINEER /DIVISIONAL S&T ENGINEER” shall mean
the officer –in-charge of a division or district of South Central Railway.
1.8 “TENDERER” shall mean the person, the firm or company who tenders for the work with a view
to execute the work of contract with the railway and shall include their personal representatives,
successors and permitted assigns.
1.9 “LIMITED TENDERS” shall mean tenders invited from all or some contractors on the
approved list of contractors with the railway.
1.10 “OPEN TENDERS” shall mean tenders invited in Open and Public manner and with adequate
notice.
1.11 “WORKS” shall mean the works contemplated in the drawings and schedules set forth in the
tender forms and description of contract and required to be executed according to specifications.
B/SG/CN/13/Po,Sat,Ndu
Page 57 of 118
1.12 “SPECIFICATIONS’ shall mean the specifications for materials and works,
South Central Railway, issued under the authority of the Chief Signal and Telecom Engineer or as
amplified, added to or superceded by special specifications, if any, appended to or referred to the
tender forms.
1.13 “DRAWINGS” shall mean the drawings, plans and tracings or prints thereof annexed to the
tender forms or standard Drawings and forms referred to..
2.0 SINGULAR/PLURAL: Words imparting the singular number shall also include the plural vice
versa where the context requires.
3.0 INTERPRETATION
3.1 These regulations for tenders and contracts shall be read in conjunction with General
Conditions of Contract which are referred to herein as GCC and shall be subject to modifications,
additions or super session by Special Conditions, if any, annexed to the Tender/ Contract Document.
3.2 ABBREVIATIONS: The use of abbreviations is unavoidable. However the abbreviations shall
be first used along with full form of the words in parenthesis before being used independently. No
alternate interpretation is admissible.
4.0 OMISSIONS AND DESCRIPANCIES
Should a tenderer find discrepancies in, or omissions from the drawings or any of the tender forms or
should be in doubt as in their meaning, he should, at once notify the authority inviting the tenders
who may send written instructions to all Tenderers. It shall be understood that every Endeavor has
been made to avoid any error which can materially affect the basis of the tender and the successful
tenderer shall take upon himself and provide for the risk of any error which may subsequently be
discovered and shall make no subsequent claim on account thereof.
5.0 CARE IN SUBMISSION
5.1 Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual
inspection of the site and locality of the works that all conditions liable to be encountered during the
execution of this works are taken into account and that the percentage / rates he enters in the tender
forms is / are adequate and all inclusive to accord with the provisions in Clause 37 of the General
conditions of contract for the completion of works to the entire satisfaction of the Engineer.
5.2 When a firm or company of contractors tenders for the work the tender document shall be
signed by the individual legally authorized to enter into commitments on their behalf.
5.3 The Railways will not be bound by any power of attorney granted by the tenderer or by changes
in the composition of the firm made subsequent to the execution of the contract. It may, however
recognize such power of attorney and changes after obtaining proper legal advice, the cost of which
will be chargeable to the contractor.
5.4 The tenderers are required to take note of all the taxes leviable under Works Contract and quote
their rates inclusive of all taxes.
5.5 Tenders containing erasures and alterations of the tender documents are liable to be rejected.
Any corrections made by the tenderer / tenderers in his/their entries must be attested by him/them.
5.6 If the tenderer deliberately gives / tenderers deliberately give wrong information in his/their
tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the
right to reject such tender at any stage.
5.7 Tenders are required to submit the following documents along with the tender:
B/SG/CN/13/Po,Sat,Ndu
Page 58 of 118
i) EMD
ii) Certificate in support of credentials
iii) Turn over certificate
iv) DD for cost of tender in case down loaded
5.8 Any other documents specified by the Railway for the tender work.
5.9 If the tender is not accompanied by any of the documents mentioned above in para 5.7, the
tender shall be summarily rejected. No post tender correspondence will be entertained; however, if
any clarification is required by the Railway, the same may be sought from the tenderer.
5.10 The onus of establishing the credentials of the tenderer(s) from the Office records or otherwise
does not lie with the Railway. Railway shall evaluate offer only from the certificates / documents (as
referred above) submitted along with the tender offer even in case of working contractors.
5.11 Any certificates / documents offered after the tender opening shall not be given any credit and
shall not be considered for judging Eligibility.
6.0 RIGHT OF RAILWAY TO DEAL WITH TENDERS
6.1 The Railway reserves the right of not to invite tenders for any works, to invite open or limited
tenders, and when tenders are called to accept a tender in whole or in part or reject any tenders or all
tenders without assigning any reasons for any such action.
6.2 It shall not be obligatory on the Railway authority to accept the lowest tender and no tenderer /
tenderers are entitled to demand any explanation for the cause of rejection of his/their tender. No
correspondence will be entertained in this regard.
7.0 PERFORMANCE GUARANTEE (PG)
7.1 A Performance Guarantee of value equal to 5% (five percent) of the Agreement value shall be
submitted by the successful bidder after the letter of acceptance (LOA) has been issued, but before
signing of the agreement. The agreement should normally be signed within 15 days after the issue of
LOA and the Performance Guarantee shall also be submitted within this time limit. This guarantee
shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the
time for completion of work gets extended, the contractor shall get the validity of Performance
Guarantee extended to cover such extended time for completion of work plus 60 days.
7.2 FORM OF PG SUBMISSION
The successful bidder shall submit a Performance Guarantee (PG) in any of the following
forms
7.2.1 A deposit of Cash, with Divisional Cashier (pay)/Vijayawada, Guntur, Guntakal,
Secunderabad, Nanded or with any station masters of South Central Railway.
7.2.2 Irrevocable Bank Guarantee,
7.2.3 Government Securities including State Loan Bonds at 5 percent below the market value,
7.2.4 Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These forms of
Performance Guarantee could be either of the State Bank of India or of any of the Nationalized
Banks.
7.2.5 Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks
7.2.6 A Deposit in the Post Office Saving Bank
B/SG/CN/13/Po,Sat,Ndu
Page 59 of 118
7.2.7 A Deposit in the form of National Savings Certificates
7.2.8 Twelve years National Defense Certificates
7.2.9 Ten years Defense Deposits
7.2.10 National Defense Bonds and
7.2.11 Unit Trust Certificates at 5 percent below market value or at the face n value which ever is
less.
7.2.12 Also FDR in favor of SrAFA/construction/vijayawada, (free from any encumbrance)
7.3 Prescribed format of Bank Guarantee to be accepted from contractors is enclosed with the
Tender Documents and it will be verified verbatim on receipt with the original document. Bank
Guarantees to be submitted by contractors shall be sent directly to the Railway Authorities by the
issuing Bank under Reg Post with Ack Due.
7.4 RELEASE OF PG : The Performance Guarantee (PG) shall be released after physical
completion of the work based on the ‘Completion Certificate” issued by the competent authority
stating that the contractor has completed the work in all respects satisfactorily.
8.0 SECURITY DEPOSIT (SD)
8.1 The scale of Security Deposit that is to be recovered from the contractor shall be asfollows as per
the extant instructions of the Railway Board vide letter No.2003/CE-I/CT/4/PT-1 dtd.12-5-2006 and
Lr No. 2007/CE-1/CT/18 Dt. 28/07/07 and 07/03/08
8.2 Security Deposit for each work should be 5% of the contract value.
8.3 The rate of recovery will be at the rate of 10% of the bill amount till the full security deposit is
recovered. While doing so, the EMD may be adjusted and the amount over and above only be
recovered.
8.4 RELEASE OF SD: The security deposit shall be released only after the expiry of the
maintenance/ warranty period and after passing the final bill after ensuring no liability from
contractor to Railway against unequivocal ‘No Claim Certificate’ from contractor.
9.0 USE OF PG/SD IN CASE OF FAILURE OF CONTRACTOR
9.1 Wherever the contract is rescinded due to failure of the contractor the Security Deposit (SD)
shall be forfeited and the Performance Guarantee (PG) shall be en cashed and the balance work shall
be got done independently without risk and cost of the failed contractor. The failed contractor shall be
debarred from participating in the tender for executing the balance work. If the failed contractor is a
JV or a partnership firm, then every member/ partner of such a firm shall be debarred from
participating in the tender for the balance work either in his/her individual capacity or as a partner of
any other JV/partnership firm.
9.2 ENCASHMENT OF PG: The Engineer shall not make a claim under the Performance
Guarantee except for amounts to which the President of India is entitled under the contract (not
withstanding and / or without prejudice to any other provisions in the contract agreement).
Encashment shall be done also in the event of
9.2.1.Failure by the contractor to extend the validity of the Performance Guarantee as described
herein above, in which event the Engineer may en cash the full amount of the Performance
Guarantee.
B/SG/CN/13/Po,Sat,Ndu
Page 60 of 118
9.2.2 Failure by the contractor to pay President of India any amount due, either as
agreed by the contractor or determined under any of the Clauses / Conditions of the agreement, within
30 days of the services of notice to this effect by Engineer.
9.2.3 The contract being determined or rescinded under provision of the GCC the Performance
Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India as
explained in previous paras.
9.3 Security deposit will be recovered only from the running bills of the contract and no other mode
of collecting S.D. such as in the form of instruments like Bank guarantee, fixed deposit receipts etc.
shall be accepted towards security deposit.
9.4 However after the work is Physically completed as decided based on completion certificate
issued by competent authority the SD in cash form can be converted into FDR/Irrevocable Bank
Guarantee if so requested by Contractor . The competent authority is the authority signing the
Contract Agreement (CA) not below the rank of JA grade officer of Railway.
10.0 INTERESTS
No interests or compensation for depreciation from railway to contractor is admissible against
the amounts held by Railways under Earnest Money, Security Deposit , Performance Guarantee or
Retention money. Except in case of EMD, the contractor shall apply for refund/conversion of his
amounts/instruments immediately after the same fall due as per extant instructions and agreement
conditions.
11.0 EXECUTION OF CONTRACT DOCUMENTS
11.1 The tenderer whose tender is accepted shall be required to appear in the office of the Dy. Chief
Signal & Telecomm. Engineer (Con.), Vijayawada, in person or if a firm or corporation a duly
authorized representatives shall also appear to execute the contract documents within seven days
after notice that such documents are ready. Failure to do so shall constitute a breach of the agreement
effected by the acceptance of tender in which case the full value of the earnest money accompanying
shall stand forfeited without prejudice to any other or remedies.
11.2 In the event of any tenderer whose tender is accepted shall refuse to execute the contract
documents as herein before provided, the Railway may determine that such tenderer has
abandoned the contract and there upon his tender and the acceptance thereof shall be treated as
cancelled and the Railway shall be entitled to forfeit the full amount of Earnest Money for such
default.
12.0 FORM OF CONTRACT DOCUMENTS
Every contract shall be completed in respect of the documents it shall constitute. Not less than 5
copies of the contract documents shall be signed by the competent authority and the contractor and
one copy given to the contractor.
13.0 FORM OF QUOTATION OF RATES
13.1 The tender should be submitted in prescribed form annexed hereto. The quotations will be
subject to the General Instructions contained in pages of Schedule of Rates and quantities to which
the tenderer’s special attention is drawn. Tenderers are required to quote separate percentages for
Schedule A( supply portion) and Schedule B( Labour portion) which will be uniformly applied to all
items of respective schedules. The rates/percentage must be clearly written in figures and in words.
13.2 Quoting any other manner other than prescribed will make the offer liable to rejection.
B/SG/CN/13/Po,Sat,Ndu
Page 61 of 118
14.0 ACCESS TO DOCUMENTS
14.1 The drawings for the works can be seen in the office of the Dy. Chief Signal & Telecom.
Engineer, (Construction) / Vijayawada at any time during office hours.
14.2 General Conditions of contract and specifications for materials and works of south Central
Railway can be seen in the office of the Dy. Chief Signal & Telecom. Engineer, (Construction)
S.C.Railway/ Vijayawada or had on payment at the rates fixed for each book from time to time.
15.0 The quantities shown in the attached schedule are given as guidance and are approximate only
and are subject to variation according to the needs of the Railway. The Railway accepts no
responsibility for their accuracy, and the railway does not guarantee work under each item of
schedule.
16.0 VALIDITY OF OFFER : The tenderer shall hold the offer open till such date as may be
specified in the tender. He will not resile from his offer or modify the terms and conditions thereof in
a manner not acceptable to the Railways. He is also required to extend the same if requested by
Railways for a reasonable amount of time.
17.0 If a tenderer expires after the submission of his tender or after the acceptance of his tender, the
railway shall deem such tender is cancelled. If a partner of a firm expires after the submission of their
tender or after the acceptance of their tender, the Railway shall deem such tender as cancelled, unless
the firm retains its character.
18.0 Non-compliance with any of the condition set forth herein above is liable to result in the tender
being rejected.
19.0 NEGOTIATION OF RATES QUOTED
19.1 Should the Railway decide to negotiate with a view to bring down the rates, the tenderer called
for negotiations should furnish the form of declaration as given in para 19.2 before commencement
of negotiations.
19.2 I/We---------------------------------------------------do declare that in the event of failure of
contemplated negotiations relating to Tender No.-------------------------------opened on -------------------
my original tender shall remain open for acceptance on its original terms and conditions.
19.3 This stipulation applies to both initial negotiations and negotiations for variations.
20.0 Stipulations as per GCC with latest amendments regarding employment of Retired
Government officials or Contractor being a relative of any Railway official shall be complied with.
21.0 FORCE MAJEURE
If at any time, during the continuance of this contract, the performance, in whole or in part, by
either party, of any obligation under this contract shall be prevented or delayed by reasons of any war,
Hostility, Acts of the public enemy, Civil Commotion, Sabotage, Fire, Floods, Earthquake,
Explosions, Epidemics, Quarantine restrictions, Strikes, Lockouts, any statutory rules, regulations,
order of requisition issued by any Government Department or competent authority or Acts of God
(hereinafter referred to as event) then, provided notice of happening of any such event is given by
either party to the other within twenty one days from the date of occurrence there of neither party
shall by reason of such event to entitled to terminate this contract nor shall either party have any
claim for damage against the other in respect of such non-performance or delay in performance and
the obligations under the contract. Work shall be resumed as soon as practicable after such event has
come to an end or ceased to exist, provided further that if the performance in whole or part of any
B/SG/CN/13/Po,Sat,Ndu
Page 62 of 118
obligation under this contract is prevented or delayed by reason of any such event
beyond a period as agreed to by the Railways and the contractor after any event or 68 days in the
absence of such an agreement whichever more either party may as its option terminate the contract,
provided also that if the contract is so terminated under this clause the Railway may at the time of
such termination take over from the contractor all works executed or works under execution.
22.0 ESCALATION CLAUSES
22.1 WAGE ESCALATION: Railway is not agreeable to any wage escalation.
22.2 PRICE ESCALATION: Railway is not agreeable to any material price escalation. Price
Variation Clause (PVC) is not applicable to this contract.
23.0 INSURANCE The contractor shall take out and keep in force a policy or policies of insurance against all
liabilities of the contractor towards accidents and injuries/death of employees engaged by him and
for all materials supplied to him till the time of handing over to the Railway the completed
works. Railways shall not have any liability in this regard.
24.0 TAXES - CENTRAL, STATE, LOCAL
24.1 All rates mentioned in Schedules are deemed to be inclusive of all Taxes, inclusive of Sales
Tax and Excise Duty, Royalty, Octroi, etc., payable by the contractor to the Government or any other
authority.
24.2 DEDUCTION OF INCOME TAX AT SOURCE: In terms of Section 194-C inserted by the
Finance Act, 1972, in the Income-Tax Act, 1961, the Railway shall, at the time of arranging payments
to the contractor and/or sub-contractor (in the case of sub-contractor only when the Railway is
responsible for payment of consideration to him under the contract) for carrying out any work
(including supply of labour for carrying out any work) under the contract, be entitled to deduct
Income-Tax at source on income comprised in the sum of such payment.The deductions towards
income-tax to be made at source from the payment due to non-residents shall continue to be governed
by Section 195 of the Income-Tax Act 1961 or as per latest amended provision.
24.3 MODAVAT CLAUSE: The price to be quoted by the Tenderers should take into account the
availed on inputs under the MODAVAT Scheme introduced with effect from 1st March, 1986. The
Tenderers should given declaration that any sets off in respect of duties on inputs as admissible under
law is being totally and unconditionally passed on to the purchaser in the price quoted by him.
24.4 SIGNEARAGE: Since the quantities of Sand used in Signal and Telecom works are
negligible, the same is normally sourced from secondary market. Hence signerage charges need not
be paid in such cases . But the Contractor shall ensure that the person/agency from whom he is
sourcing sand is legally paying the charges to state government. However the Tenderer (Contractor)
shall be liable to pay taxes (through deduction at source) as per the latest rule position as per the
Central/ State Government policy applicable to the contract works and procurements from time to
time and no compensation will be admissible from Railway.
24.5 BUILDING CESS
The tenderer shall abide by the building and construction workers act and cess. The same as per
extant rules of state/central government shall be deducted from the bill.
B/SG/CN/13/Po,Sat,Ndu
Page 63 of 118
25.0. ATTENDING DEFECTS The contractor shall rectify defects that may arise in the work done by him noticed for a period of one
month after completion of work whether such defects are due to bad workmanship on the part of the
contractor or otherwise. Should any dispute arise as to the correctness of the defects pointed out, the
Engineer’s decision in this regard shall be final and binding.
26.0 SAFETY PROVISION OF CARRYING OUT WORKS - PROTECTION TO WORKERS
26.1 The contractor shall take all precautionary measures in order to ensure protection of his own
personnel moving about or working on the Railway premises and Railway men and
passengers/citizens at work premises and shall have to conform to the rules and Regulations of the
government.
26.2 He shall follow all the provisions in this regard as laid down in General Conditions of
Contract (GCC) of Railway.
27.0 SAFETY OF TRAINS AND RAILWAY ASSETS
27.1 The contractor shall see that no damage is caused to Railway signalling and transmission wires
existing cables, station installations, communication lines, electric devices, trains or any kind, fencing
as well as any rolling stock and in general to all Railway installations and equipments.
27.2 If any damage is caused to or suffered to any Railway property by or as a consequence of the
acts or unlawful omissions of the contractor, its employees and workmen or other person connected
with it, the necessary repairs or replacements, shall be effected by the Railway at the risk and cost of
the contractor. The said expenses shall be recovered from the amounts due and payable to the
contractor or by other appropriate process.
27.3 All costs, damages and expenses which the Railway may have incurred or suffered and which
are recoverable from the contractor under the terms of this contract or the relevant law may in the
discretion of the Railways be recovered by deducting the requisite amounts from any amounts due
and payable or refundable to the contractor on any account whatsoever by legal proceedings. Railway
reserves that right to make recoveries as per GCC from other sources also.
28.0 SERVICE ROADS: The contractor will be permitted to make use of existing service roads
free of cost subject to clause of the General Conditions of contract.
29.0 ROYALTIES AND PATENT RIGHTS: The contractor shall defray the cost of the Royalties
fees and other payment in respect of patents, patent rights and licenses which may be payable to
patentee, licenser or other person or corporation and shall obtain all necessary licensees. As per
relevant provisions of GCC. He indemnifies Railways against any breaches and consequent litigation.
30.0 TIME LIMITATION Subject to any requirement in the contract as to completion of any portion or portions of the
work before completion of the whole, the contractor shall fully and finally complete the whole of the
work comprised, in the contract by the date entered in the contract, provided that if any modifications
have been ordered which, in the opinion of the Railway's Engineer, have materially increased the
magnitude of the work, such extension of the contracted date of completion may be granted as shall
appear to the Railway's Engineer to be reasonable in the circumstances provided moreover that the
B/SG/CN/13/Po,Sat,Ndu
Page 64 of 118
contractor shall be responsible for requesting such extension of the date as he
may consider necessary as soon as a case thereof shall and in any case not less than one month before
the expiry of the original date fixed for completion of the work.
31.0 DELAYS AND EXTENSION OF TIME
Extension of time will be governed by the Clause 17 of GCC and relevant Special conditions of the
contract.
32.0 NIGHT WORKS: The provision in Clause 23 of the General Conditions of the contract should
be noted regarding execution of work between sun set and sun rise. If the Railway is, however,
satisfied that the work is not likely to be completed in time except by resorting to work in the nights
by special order the contractor would be required to carryout the work even at night, without
conferring any right on the contractor for claiming for extra payment for introducing work in the
night time.
33.0 COMPLIANCE OF LABOUR LAWS
33.1 The contractor shall not employ Labour below the age of 18 years.
33.2 The contractor shall abide by the Rules and Regulations of the Contract Labour (Regulation
and Abolition) Act, 1970 with General Rules, 1975, amended upto date.
33.3 The unit is registered as a Principal Employer for contractual works vide Registration No.7/97,
dated 27-3-97 of the Assistant Labour Commissioner /Labour Enforcement Officer (Central), C.G.O.
Complex, Industrial Estate, Auto Nagar, Vijayawada (A.P) and therefore, it is obligatory on the
contractor to submit the number of workmen working etc., as per Item 33.2 above within 7 days from
the date of issue of letter of acceptance. He shall give Railways proof there to for record.
33.4 The wages for workmen engaged by the contractor shall be paid directly without the intervention
of any Jamedar or Thekedar and that no amount by way of commission otherwise is deducted or
recovered by any person from the wages of the workmen.
33.5 All the provision of relevant Labour laws shall be strictly observed by the contractor.
Nonobservance of any such provisions or denials of rights and benefits to which they are normally
entitled shall be viewed seriously and action shall be taken against defaulting contractor
33.6 The tenderer shall abide by the building and construction workers act and cess @ 1% excluding
material cost which shall be deducted from the bill
34.0 DISASTER MANAGEMENT
Vehicles and equipments of contractors can be drafted by Railway Administration in case of
accidents / natural calmatives involving human lives.
B/SG/CN/13/Po,Sat,Ndu
Page 65 of 118
35.0 PROJECT MANAGEMENT
A tentative Project planning chart for this work is appended below for the guidance of the tenderer.
This shall form the basis for monitoring the progress
Sl.No Milestone Date
1.
Mobilization D to D+10th day
2 Placing of orders for supply portion of materials D+10 to D+20
3 Inspection of materials D+50 to D+60
4 Supply of materials D+60 to D+75
5 Cable Trench Joint Marking D+10 to D+20 day
6 Cable Trenching and Laying D+20 to D+60th day
7 Location Box and Signal
Erection D+75 to D+105
8 Location Box and Signal
Termination and Wiring D+90 to D+120
9 Track Circuit and Pre NI
Points works D+90 to D+120
10 Erection of New Rack D+75 to D+90
11 Fixing of Relays in Old and
New Racks and wiring D+90 to D+135
12 Panel erection and wiring D+120 to D+150
13 Installation and commissioning of power supply
arrangements D+90 to D+120
14 Simulation Arrangements D+120 to D+150
15 Relay Room Testing D+135 to D+160
16 NI and Commissioning of station D+160 to D+180
Note: ‘D’ is the date on which Site/drawings are made available.
36.0 Method Statement The tenderer shall submit method statement along with their offer. The method statement shall
contain the organization set up, working systems to be adopted by the contractor during the
operation of the contract. Details of methodology for planning, execution, monitoring and completion
of the project to suit the nature of the work and shall comply fully with the best practices, current
safety and other regulations. It shall also spell out all the resources, risks involved and mitigation
strategies. Details of telephones and other communication arrangements between railway and
contractor and personnel associated with the work shall be furnished. The method statement given in
Annexure ‘IX’ shall be filled by the contractor and signed. Any other information may be covered in
the covering letter.
36.1. A review of the work shall be done at a point of time about 40-50% in TIME and around 40-
50% of physical progress.
B/SG/CN/13/Po,Sat,Ndu
Page 66 of 118
36.2 Project Management Chart (Mile stones) can be modified with Consent of Railways if at a latter
date any delays occur due to railway reasons or unforeseen constraints or conditions encountered at
site. The tenderer shall visit site and create understanding about work. He can also visit
Dy.CSTE/C/Vijayawada’s office and get clarifications.
36.3 Extensions shall be based on the compliance to the Above Programme.
36.4 Any tenderer who fails in first two milestones for his reasons shall be considered for termination
as per extant rules and the Contractor shall forego SD/PG and any other securities in case railway
finds enough merit for termination.
36.5 Whenever an extension is granted, the Project Planning Mile Stones shall be redrawn and got
approved by Railways.
36.6 Railways reserve the right to seek modification of the Project Management Chart and Method
Statement at any point of Time.
36.7 Tenders not accompanying method statement are liable to be rejected
37.0 GENERAL CONDITIONS OF CONTRACT(GCC)
37.1 All the Clauses in the General Conditions of Contract are applicable to this tender as per
“General Conditions of Contract” (GCC) for Works of the South Central Railway, as amended from
time to time up to date. The GCC is considered as part of the Contract Agreement.
37.2 Wherever a Special condition is stipulated in the notice or Tender Document negating , adding
or modifying the relevant condition in GCC, the Special condition of the Tender will override the
General condition.
37.3 A copy of the book-let incorporating the above “General Conditions of Contract” may be
perused in the office of the Chief Signal & Telecom. Engineer/Construction or CAO/Construction or
DyCSTE/Construction, Vijayawada of South Central Railway, Vijayawada
37.4 In submitting his tender it would be deemed that the tenderer has kept himself fully Informed
of the provisions of the General Conditions of contract including all corrections and Amendments
issued upto date.
B/SG/CN/13/Po,Sat,Ndu
Page 67 of 118
PART-II
SPECIAL CONDITIONS OF THE CONTRACT
1.0 The special conditions of contract (SCC) quoted herein in the Tender shall be supplement to the
General Conditions. In the event of any conflict or inconsistency between them the special conditions
of the contract, contained herein shall prevail. The standard general conditions of the contract for use
in connection with Civil Engineering works of South Central Railway as amended up to date will
form part of the contract agreement and for all purposes shall be treated as if the same have been
incorporated herein. The contractor can obtain a copy of the General Conditions of the contract for
Civil Engineering works from the Chief Administrative Officer (Construction), South Central
Railway, Secunderabad, or any other Railway Civil Engineer dealing with contracts.
2.0 SCOPE OF WORK
2.1 The scope of work as per the tender is broadly for supply of materials and installation of both
indoor and out door equipment and commissioning of the station as per signal interlocking plan
supplied by railway in connection with provision of Panel Interlocking with MACLS at `Nandipalli`
in Guntur division of SCRly
2.2 Materials that are to be supplied by the Contractor for the execution of work are detailed under
the supply portion of the schedule-A and labour portion of the work is contained under Schedule-B.
Quantities mentioned in the schedule are approximate and likely to vary according to the actual
requirements depending upon the site conditions and may be taken as a guide for the Tenderer.
2.3 The contractor have to quote their rates including all items listed in the schedule of supply and
labour duly taking market rates and site conditions into account for carrying out the works as per
Schedule.
2.4 The Railway reserves the right to supply its own materials if the contractor fails to supply
within a reasonable period and the contractor will execute the labour portion as directed by the
Engineer. Thus if the material is used from Railway Stocks due to non supply from contractor; a
deduction of 21.5% of the contracted amount for the corresponding item for quantity used for the
work but defaulted by Contractor as applicable at the time of execution will be made from
contractor’s bills. The Engineer’s interpretation regarding Quantities used is final.
MISCELLANEOUS AND CONSUMABLE STORES
Railway shall supply only the following material from their stocks as per site requirement.
Under ground cables
Point machines
Integrated Power supply (IPS)
LED Signal aspects
Relays required but not covered in Schedule.
CLS parts , Location Boxes and Mechanical LC gate components if not covered in Schedules
Contractor shall supply contracted material as per Supply schedule and the same will be re-issued
to him as per site requirement. It shall be the responsibility of the contractor to arrange all
B/SG/CN/13/Po,Sat,Ndu
Page 68 of 118
miscellaneous consumable stores such as oils, lubricants, screws and other
fastenings, solder materials, threads, tools, LED’s etc. required for execution of work. The contractor
shall keep this in mind while quoting.
Sand/steel/ ballast and any other items which are required to execute the items in Schedule but
not covered specifically in Schedule as per requirement shall be arranged by the contractor at the site
at his own expenses. Railway track ballast shall not be used.
The contractor will have to procure all the tools required and shall satisfy the Engineer that he has
procured all the necessary tools required of good quality.
Material with RDSO approved sources shall be procured from them (preferably from part-I
sources) and got inspected by RDSO. All material shall be got inspected by RDSO/RITES/Consignee
or any other prescribed agency as per contract. Source shall be got approved for all major items.
The quantities required to complete the work are estimated roughly and if any extra quantities are
found to be necessary, the same shall be supplied by the contractor at Railway's cost.
Whatever has been supplied by the contractor according to their quotation, even if found in
excess shall remain the property of the Railways.
It will not be binding for the Railway Administration to give all the items of works at the station
on contract and Railway Administration may decide to do any or all the items of supply/execution
involved at the station departmentally without assigning any reason for the same. Also the
Administration may give for some items of work at the same station to different Tenderers without
assigning reasons.
4.0 EXECUTIVE AUTHORITY IN CHARGE OF THE WORK
4.1 The Deputy Chief Signal & Telecom. Engineer, (Construction), South Central Railway,
Vijayawada, will be the Engineer -in-charge of this work. He shall nominate a field officer who shall
be the Executive engineer for the work and shall coordinate for day-to-day execution of the work any
clarifications or instructions given by the said Engineer/executive engineer shall be final and binding
on the contractor.
4.2 Regarding alterations to the contents of the contract or any other matter connected with the
contract, the Chief Signal & Telecom. Engineer (Con )SC or Dy. Chief Signal & Telecom. Engineer
(Construction), South Central Railway, Vijayawada, will be the final authority and his decision shall
be final and binding on the contractor.
4.3 Sr.AFA/Construction , South Central Railway, Vijayawada will be the Accounts Officer-in-
charge of payment etc., under this contract.
5.0 DRAWINGS , DOCUMENTS, DIMENSIONS
5.1 The contractor shall carry out at his expense any alterations of the works due to any
discrepancies, errors or omissions in the drawings or other particulars. Any approval given by the
Railway for this purpose shall in no way absolve the contractor from any or all responsibilities for the
correct functioning of the equipment. In this regard the responsibility rests with the contractor in all
respects.
B/SG/CN/13/Po,Sat,Ndu
Page 69 of 118
5.2 ALL DOCUMENTS TO BE IN ENGLISH: All documents to be submitted in connection
with this contract shall be written in English.
5.3 Dimensions, weight etc., shall be dealt in metric (MKS) system.
5.4 Drawings such as Signaling plan (tentative or final) will be made available by the office of
Dy.Chief signal & telecom Engineer (Construction), Vijayawada in charge of the work. These
drawings are indicative and there may be changes in the same during actual execution.
5.5 Copies of IRS drawing and specifications according to which the works are to be executed,
have to be obtained by the Tenderer direct from the Director General, RDSO, S&T wing, Alambagh,
Lucknow.
5.6 The specification for the materials to be supplied by the Railway shall be as per Tender
document.
6.0 CONTRACTORS DRAWINGS
6.1 Any work done by the contractor prior to approval of the contractor's drawings will be done at
the risk of the contractor unless previously authorized in writing by the Railway.
6.2 The Tenderer shall be responsible for the correctness of the drawings furnished by him. The
contractor shall carry out any alteration of works due to any discrepancies, error or omission in the
drawing or other particulars submitted by him. Any approval given by the Railway for this purpose
shall in no way absolve the Tenderer from his responsibilities.
6.3 After the contract is awarded, the contractor shall furnish to the Railway as required prints of
contractor's drawings that form as essential part thereof. No change shall be made in any approved
drawing without written consent of the Railway.
6.4 After the completion of the execution of the contract the contractor shall submit to the Railway
corrected Linen/Polyester Tracings of drawings furnished by him and copies of final drawings as per
provisions of schedule.
6.5 In the event of any breach of the aforesaid condition the contractor shall, in addition to
throwing himself open to action for contravention of terms the agreement and/or for criminal breach
of trust, be liable to account to the Railway for all moneys, advantages or profits resulting or which in
the usual course would have resulted by reason of such breach.
6.6 The Cable route plan (at least tentative) shall be finalized and submitted to Railway before
Claiming payment for trench and cable laying.
7.0 CLARIFICATION REQUIRED BY THE TENDERER: Any clarification required by the
Tenderer may be obtained from Dy. Chief Signal and Telecom. Engineer (Construction), South
Central Railway, Vijayawada.
9.0 FUTURE DEVELOPMENTS: If during the period of contract, there have been any
developments resulting in improvements or advancements, technical or mechanical in regard to the
equipments to be installed, erected, its designs, or fabrications, the contractor shall make available to
B/SG/CN/13/Po,Sat,Ndu
Page 70 of 118
the Railway all information bearing on the same, in the light of such information the
Railway may modify the orders to its advantage of these developments on the basis of mutually
agreed terms.
10.0 EXECUTION OF WORK
10.1 After issue of LOA, the Railways shall draw with the contractor for the work, activity wise
targets and shall be signed jointly and shall be issued to the contractor. Normally the orders for
supply of material shall be placed within two weeks of the issue of LOA and the site work shall start
within 1 week from the date of issue of LOA if site is ready.
10.2 Materials to be supplied by the Contractor for use in the work shall be got inspected by the
nominated inspecting authority of the Railway.
10.3 The contractor is required to submit to this office, names and photographs of the agent so
employed by him for the work, for the issue of Identity Cards to enable them to move about in
Railway premises to take delivery of the materials from S&T /CON/Stores depots at Vijayawada or at
site. Necessary intimation shall be given in advance for the issue of a new Identity Card in case there
is a change of the Artisan staff/agents and the validity of the Identity Cards shall be limited to the
contract under execution.
10.4 The contractor shall be responsible for checking before taking delivery whenever the
materials are taken by him as to whether the same are in good condition.
10.5 The Materials shall be issued as per field requirement and orders of Engineer. The contractor
shall furnish indemnity Bond for a sum of equal to the cost of materials proposed to be taken by him.
The quantity of materials that shall be given by the Railway at any time shall not exceed the value of
Indemnity Bond that is furnished by the Contractor.
10.6 Materials issued to the contractor shall be used solely and economically for the purpose of
work covered by this contract only. The materials shall be used in such quantities and proportions as
are indicated in Schedule or in the relevant specification or drawings or as approved by the Engineer
whose decision thereon shall be final. Wastage or damage to such materials in any manner shall be
avoided.
10.7 The contractor shall be liable to render full accountal for all the materials issued by the
Railway. If any quantity of Railway materials is consumed in excess or wasted or damaged or lost or
otherwise not satisfactorily accounted for, recovery shall be made from the contractor at twice the
issued rate prevailing at the time of last issue of the materials consumed in excess or wasted or
damaged or lost or not satisfactorily accounted for.
10.8 Any demurrage or other charges due on account of detention of wagon, in loading or
unloading will also be recovered from the contractor.
10.9 The description of items is given as a guide and approximately only and is subject to
variation according to the needs of the Railway. The Railway accepts no responsibility for their
accuracy. Further, the Railway does not guarantee work under each item of the Schedule.
10.10 The contractor shall return other left over/unused materials to the nominated Stores certified
by Inspector in charge of the work.
10.11 During the execution of the works the contractor or his representative shall not leave the site
where the works are being carried out. At the site of work, the contractor shall always make available
one representative who shall be approved by the Railway Administration and who shall be invested
with adequate powers and facilities such as personal transport and mobile phone by the contractor so
B/SG/CN/13/Po,Sat,Ndu
Page 71 of 118
that orders or instructions given to the said Representative by the Railway
Administration in writing could be considered as duly given or conveyed to the contractor himself.
10.12 The contractor shall take proper written acknowledgement from the Engineer's representative
for all the materials required by him, at the respective Stores Depot through the Inspector-in-charge of
the works.
11.0 SITE FACILITIES
11.1 The quoted rates would be deemed to include charges for any and all site facilities that are
considered necessary for execution of the work unless otherwise indicated in the contract.
11.2 Land that can conveniently be spared will be made available by the Railway free of charge
for the use of contractor for his field office, stores depots, workshops and temporary accommodation
of his staff. The extent of land can be made available may be ascertained by inspection at site.
11.3 No assurance can be given regarding the availability and sparing of land. Also the
vulnerability of such land to flooding during the high floods cannot be assured or ensured by
Railways. The Railway undertakes no responsibility or liability in this regard and the Contractor
should take sufficient protective measures against such eventualities at his cost. .
11.4 ELECRTICITY : Since the power consumption for Signal and Telecom works is nominal
for the purposes of General lighting, drilling of small holes, soldering etc Railways will extend this
facility wherever feasible free of Cost to the contractor. However Railways do not undertake the
responsibility to ensure Electrical connection and/or un interrupted power supply. Contractor is
required to make his own arrangements for electrical/ generator supply to ensure smooth progress
when Railways is unable to make arrangements for supply.
12.0 TIME OF COMPLETION
12.1 Time is the essence of the contract. The work shall be completed within Six calendar months
from the date of issue of letter of acceptance.
12.2 In the event of failure of the part of the contractor for maintaining the progress
thoroughly/commensurate progress with reference to time limit given in contract, the Railway
reserves the right to terminate or to withdraw the whole balance work or part thereof at the discretion
of the Engineer-in-charge The Security deposit and Performance Guarantees shall be forfeited by
them as per relevant Clauses.
12.3 EXTENSION
11.3.1 Extension of time of completion will be governed by clause 17 of General Conditions of
Contract.
11.3.2 However, while granting the extension of time under clause 17(B) of GCC, a token penalty as
deemed fit based on the circumstances of the case can be imposed on the contractor without prejudice
to other rights of Railway Administration as provided under GCC.
13.0 AVOIDING INFRINGEMENTS
B/SG/CN/13/Po,Sat,Ndu
Page 72 of 118
13.1 When the work is required to be carried out on the track itself or as close to
the track as may pose a hazard to rail traffic, the work shall be carried out under the supervision of an
authorized Railway representative, Signal Inspector or Chief Signal Inspector.
13.2 Suitable steps shall also be taken to prevent transport vehicles, excavators and such other
machinery gaining access near the track so as to threaten the safety to running trains by fencing or
such other suitable measures.
13.3 Road vehicles shall ply six meters (6 Mtrs.) clear of center of tracks. All vehicle movements
at a distance less than 6 Mtrs. And more than 3.5 Mtrs. Shall be done under the supervision of
Railway Employee nominated by the Engineer-in-charge. Cost of such supervision shall be at
Railway’s cost. No vehicle/machinery can be allowed to work closer than 3.5 Mtrs. From track
center except under traffic block.
13.4 Special care should be taken while turning or reversing of the road vehicles so that they do
not infringe moving dimensions even momentarily. Night working of vehicles where in escapable
shall be according to the measures specifically communicated by Railway Engineer.
13.5 Similar precautions are to be taken while working over the track such as on ROBs and FOBs.
14.0 EXCAVATION WORKS
14.1 Advance joint survey with open line, Construction and M/S Railtel representatives and safe
cable route/foundation spot identified, before excavation work is started so as to avoid damages to
cables and pipelines etc.
14.2 Extra precaution is to be exercised while using mechanical excavators (ie JCB, Proclainer
etc).
14.3 When excavation is done for trenching, foundations etc, care shall be taken to ensure
supervision of Railway and/or M/S Railtel Corporation’s representatives to avoid damages existing
signal, telecom, OFC or electrical cables and pipelines etc. Penalty will be imposed and deductions
made from contractor’s bills or other means as per GCC if work is done without supervision as above
and damage is caused to Railway properties by such acts.
15.0 NIGHT WORKING
15.1 The Provision in clause-23 of general condition of contract should be noted regarding
execution of the work between the sun-set and-rise. If the Railway is how ever satisfied that the
work is not likely to be completed in time except by resorting to night work, by special order the
contractor should be required to carry out the work even at night without conferring any right to
contractor for claiming for extra payment for introducing night work.
15.2 Contractor shall provide adequate flood lighting arrangements for night working. Night
working also shall be done to meet the tight targets.
15.3 Overnight working in new Relay rooms and other locations not involving train/ personnel
safety may however be done if so desired by Railway under Railway supervision.
16.0 STORAGE OF PETROLEUM: No petroleum spirit within the meaning of the Indian
Petroleum Act shall be stored at site or adjacent land until the approval of the Railway and necessary
license under the Act has been obtained by the contractor. Small quantities as admissible under law
and necessary to carryout the work however may be kept in a safe place.
B/SG/CN/13/Po,Sat,Ndu
Page 73 of 118
17.0 PAYMENTS: Contractor is entitled to “On account Payments” from
time to time after adequate supplies / works are rendered by him.
17.1 Schedule ‘A’ (SUPPLY PORTION)
17.1.1 90% Payment for these materials shall be paid on receipt of materials at the Railway
Construction Stores at Vijayawada or at other nominated site and on production of Inspection Report
of the materials by RDSO/RITES/Railways representative as laid down in the Inspection Clause.
17.1.2 The 10% of retention money retained on supply of materials will be paid after commissioning
on certification by Engineer in charge of the work that the material so supplied are in good working
condition.
17.1.3 When whole or part of a particular material supplied is rendered surplus as per site
conditions, the relevant payment of 10% retention money can be released by the Railway based on
certification by the Engineer/Site Engineer.
17.2 Schedule ‘B’ (LABOUR PORTION)
17.2.1 The contractor shall be entitled to be paid from time to time by way of "On Account"
payments only for such works as in the opinion of the Engineer he has executed in terms of the
contract, provided that the work under each item is carried out to the specified standards. Payment
will be made for completed certified portion of the work.
17.2.2 Subsequent "On Account" payments shall be made appropriate to the progress of works. All
payments due on the Engineer's representative certificate of measurements shall be subject to any
deductions which may be under these provisions.
17.3 'On Account' payments made to the contractor shall be without prejudice to the final making
up of the accounts (except where measurements are specifically noted In the measurement book is
Final measurements and such have been signed by the contractor) and shall in no respect be
considered or used as if evidence of any particular quantity, of work having been executed nor of the
manner of its execution being satisfactory.
17.4 "The Contractor shall supply the materials to consignee i.e., HC/ Stores/S&T/CN/Vijayawada
or any other Depot, nominated by Railways.
17.5 The contractor shall submit bills/gate passes/ invoices for the materials purchased by them to
supply the same to Railways at the time of supplying the materials to nominated Railway Stores
Depot.
17.6 Each on account bill/Final Bill shall invariably be accompanied by the Joint material
statement (materials drawn from the stores vs. material utilized at site on the work for which materials
have been drawn from Railway store).
18.0 INSPECTION OF MATERIALS
18.1 All Electrical and power equipments with RDSO approved/ recommended sources should be
procured from RDSO approved/recommended firms to approved IRS specifications and should be
inspected by RDSO. Further, items which do not have RDSO specification or for which RDSO has
B/SG/CN/13/Po,Sat,Ndu
Page 74 of 118
not approved any sources or where RDSO does not inspect certain materials as a
matter of their policy the inspection shall be carried out by RITES /Authorized Railway
representative.
18.2 Payment of RDSO/RITES Charges : For the Signaling/Telecom and other materials to be
inspected by the RDSO/RITES, the Contractor shall pay to RDSO/RITES inspection charges as per
extant rules directly to RDSO/RITES. All the inspection charges shall be borne by the contractor.
19.0 FACILITIES FOR TEST AND EXAMINATION
19.1 The contractor shall provide without extra charge all materials, equipments, tools and labour
of every kind which RDSO/RITES may consider necessary for any test and examinations which they
shall require to be made on the Contractor's premises and shall pay all costs attended thereupon.
19.2 In cases where Railway feel the need to carryout certain tests on the works/ material executed
by the contractor to establish quality, such inspection may be outsourced by Railways from any lab/
university/ individual expert etc and the charges of such a Testing will have to be born by the
contractor.
19.3 The contractor shall also provide and delivery free of charge at such places as the
RDSO/RITES may nominate such materials as they require.
19.4 The contractor may be required to produce test certificate from the manufacturer
wherever called for by the Engineer-in-charge.
19.5 If a product upon arrival at destination, does not meet the requirement of the specification, it
may be rejected.
19.6 Facilities must be given by the contractor to the Railway or their nominee for inspection of
stores, manufacturer and fabrication.
20.0 CERTIFICATE OF INSPECTION AND APPROVAL: No stores will be considered
ready for delivery until RDSO/RITES have certified in writing they have been inspected and
approved by them.
21.0 GUARANTEE
21.1 The contractor shall guarantee satisfactory working of the installation erected by him for a
period of 12 calendar months beginning from the date of issue of completion certificate as stated in
the clause 47 of the general conditions of contract.
21.2 During this period, the contractor shall provide all materials/tools and other required
equipments available and shall carryout at his own expense all modifications, additions and
substitutions that may be considered for satisfactory working of the contract work done or equipments
supplied by him. Final decision in respect of unsatisfactory work or equipment or fault use of design
or workmanship etc., shall rest with the Chief Signal & Telecom. Engineer, (Construction), South
Central Railway, Vijayawada, and the same shall be binding on the contractor.
21.3 During the aforesaid period of guarantee, the contractor shall be liable at his own cost for all
repairs or replacements of any part that may be found defective of the contract work or equipment
B/SG/CN/13/Po,Sat,Ndu
Page 75 of 118
supplied by them irrespective of whether any defect arose as a result of faulty design,
material, workmanship, installation or otherwise provided that such defective parts as not repaired at
site, are promptly removed to the contractor works for repairs if so required by him and such
defective parts should be replaced by him by new ones in order to remove the defects at his own
expense. In case minor repairs are carried out by the Railway at site, the cost of such repairs plus the
departmental charges shall be borne by the contractor.
21.4 The Guarantee does not include any liability to day to day maintenance of asset’s created or
any other defect arising out of external interference, lightning or disuse by Railways.
21.5 In support of this guarantee, the Security Deposit furnished shall also cover a period of
guarantee for 12 months from the date of issue of completion certificate. If the security deposit is
paid in cash or in the form of Govt. Securities, the same shall be paid to the contractor after the expiry
of the period of Guarantee/ maintenance as specified.
22.0 MAINTENANCE PERIOD: The section shall be maintained after completion, for a
period of 90 days by the Contractor and he shall make good of any defect imperfections, Shrinkages
or Faults, which may appear, at his own cost during the Maintenance Period.
23.0 DEDUCTION OF INCOME TAX, VAT and BUILDING CESS AT SOURCE
23.1 In terms new section 194-C inserted by the Finance Act 1972, in the Income Tax Act 1961,
the Railway shall at the time of arranging payments to the contractor for carrying out any work
(including supply of labour for carrying out any work) under the contract, be entitled to deduct
Income Tax at source on Income comprised in the sum of each payments as per extant rules.
23.2 The deductions towards Income Tax to be made at source from the payments due to
nonresidents shall continue to be governed by Section 195 of I.T. Act 1961.
23.3 Value Added Tax(VAT) as applicable as per the extant rules of state government shall be
deducted on the gross value of the bills.
23.4 Building construction workers welfare cess @ 1%of labour portion or as applicable shall be
deducted on the gross value of the bills.
23.0 Technical Personnel
Contractor shall employ following technical personnel for the supervision of the works.
23.1 A supervisor shall be an Ex-railway Chief Signal Inspector or a Graduate Engineer with the
experience of minimum three years in execution of Railway Signaling works, When the cost of work
is more than Rs.50 lakhs and less than Rs.2 Crores. If the value of the work is Rs.2 crores and above,
two Graduate Engineers with a similar experience shall be deployed. One additional Graduate with
the same experience for works exceeding Rs.5 Crores shall be deployed.
23.2 Diploma Holder can also be engaged in lieu of Graduate Engineer. In such cases two Diploma
Holders for each Graduate Engineer are required to be engaged. They should have similar experience
as for Graduate Engineers.
23.3 If the cost of the work is less than Rs.50 lakhs and above Rs.20 lakhs, one Diploma Holder with
the above experience shall be engaged.
B/SG/CN/13/Po,Sat,Ndu
Page 76 of 118
23.3 The Certificate of Experience shall be from a Railway Officer not less than a JA Grade.
23.4 Technical staff stated above should be available at site to supervise the work and take
instructions from Engineer-in-charge with the necessary experience.
23.4 In case, the contractor fails to deploy Technical staff as aforesaid, a sum of Rs.15, 000/- per
month for each month of default in case of Graduate Engineer and Rs.8, 000/- in case of Diploma
Holders will be recovered from the bills.
23.5 The period of deployment of Technical staff covers from the date of issue of letter of
acceptance till completed works handed over to Railways.
23.6 Competent workmen and sub-supervisors with knowledge of basic safety rules shall be
employed for execution of the works under the overall supervision of the above work contractor’s
Engineer.
23.7 The contractor on his part will have to employ labour in full strength commensurate with the
working. He will also arrange matching materials and equipment to complete the job most
expeditiously so as to ensure that the work is completed within the stipulated period.
23.8 Also a supervisor/ representative shall be nominated by contractor on the works who will be
authorized to receive and acknowledge materials issued by the Railways and take all orders issued by
the Inspecting Officer of the Railway.
23.9 The Engineer (ADSTE/DSTE) or the Supervisor directly working under him shall personally
advise all the site Supervisors and other workmen regarding safety precautions and satisfy himself
that they have understood the same. A Competency Certificate shall be issued in favor of the
Counseled Contractor Supervisor(s) (valid for the work only) by the SE/SSE and the same
countersigned by the ASTE/DSTE in charge of the work as per the pro forma given in Annexure VIII
24.0 SPECIFICATIONS OF CONTRACT
24.1 The alignment of cable path, location of signals, location boxes will be decided by the
Railways.
24.2 Contractor shall strictly adhere to the drawings, instructions and specifications in regard to any
extra clearance in the Railway yards, distance from the centre of the track diversion of cable, extra
depth required for foundation etc.
24.3 Technical conditions for various works contemplated in the contract, are enclosed for reference.
24.4 The Railway reserve the right to alter the drawings. If due to change in drawings or design or
any other reason, there by variations either increase or decrease in quantities, payment will be made
only for the actual quantities executed at the accepted rates. If there be sufficient cause, the Railway
may grant extension of the date of completion suitably. Such circumstances shall, in no way, affect
or vitiate the contract or alter the character thereof or entitle the contractor to damage or
compensation therefore.
25.0 VARIATIONS OF SCHEDULED QUANTITIES
B/SG/CN/13/Po,Sat,Ndu
Page 77 of 118
25.1 The variation of quantity up to 25% shall in no degree affect the validity of the
contract and it shall be performed by the contractor as provided there in and be subject to the same
conditions, stipulations and obligations originally included and approved for in specification and
drawing and the amounts to be paid therefore, shall be calculated in accordance with the accepted
rates of the Schedule.
25.2 In the event of any reduction in the quantity to be supplied or work to be executed for any
reason whatsoever the contractor shall not be entitled to any compensation but shall be paid only
for the actual amount of work done or quantity of supply made in accordance with accepted rates
of Schedule.
25.3 In case of increase in quantity of an individual item by more than 25% of the agreement
quantity is considered as unavoidable, the same shall be got executed by floating a fresh tender. If
floating a fresh tender is considered not practicable, negotiations may be held with the existing
contractor for arriving at reasonable rates for additional quantities in excess of 125% of agreement
quantity.
25.4 The contractor is bound to notify the Engineer-in-charge at least 7 days before the necessity
arises for the execution of any item in excess of 25% of the quantity provided in the agreement.
25.5 The rates for items in excess of 25% of the agreement quantity shall be decided by mutual
discussion in a meeting between the Railway and the contractor well in advance of the execution of
the quantities involved, if in the opinion of the Railway such quantities are also to be executed by the
same contractor.
25.6 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed
for other items). A minor value item for this purpose is defined as an item whose agreement value is
less than 1% of the total agreement value.
B/SG/CN/13/Po,Sat,Ndu
Page 78 of 118
PART-III
DETAILED TECHNICAL SPECIFICATIONS
1. GENERAL
1.1 The detailed specification for the work which are to be carried out by the Contractor are as
stipulated hereunder. Not withstanding what ever contained in the specifications, the field
supervisor/Executive engineer for the work shall decide as per site conditions and shall be binding on
the contractor. In case of any dispute regarding soil condition/type of trenching and other conditions
the decision of the Engineer for the work shall be final and binding.
1.2 The work shall be carried out according to the drawings approved by the Railways and shall
conform to the provision of Codes, Signal Engineering Manual Part-I &II, RE Manual, Block Manual
and Schedule of dimensions are deemed to be a part of the Contract Agreement. The contractor shall
be solely responsible for the proper execution of the work as per specification.
2.0 Tool Kit Shall Consist of
All Common Tools Shall be of Gedore/Taparia Make or Superior and Shall be got approved
by Engineer before Supply.
1 Standard Tool Bag (CANVAS) - 1 No. (Model Will be Got approved
by DyCSTE)
2 Digital Multimeter Philips, Rishab or Fluke equivalent to or superior
to Rish-18S-ir – 1 No
Soldering Iron (Make "Soldern/Philips) - 60W/230V (to be kept at
equipment room) - 1 No
4 Screw Driver set of 6 pieces (Taparia Make) - 1 No
5 Cutting plier 6" (Taparia ) - 1 No.
6 Side Cutter (wire cutter) 6" (Taparia ) - 1 No.
7 Nose plier 6" (Taparia) - 1 No.
8 Wire stripper (Taparia ) - 1 No.
9 Fibre tape 3 meters - 1 No
10 Scale 6" (for tongue rail opening) -1 No (S.S.material)
11 Pop spanner wrench 6mm to 22mm (auto adjustable spanner) Taparia
make -1 No
12 Pop spanner wrench 10 mm to 30 mm (auto adjustable spanner)
Taparia make -1 No
13 Pop spanner wrench 15mm to 41mm (auto adjustable spanner)
Taparia make -1 No
14 Hacksaw frame with blade 6", 4" width (for cutting cable) - 1 No.
15 Hammer 3.0 lbs 1 No.
16 Chisel 6" (for cutting bond wire) - 1 No.
17 Poker 8" (for removing bond wire, bond pin )- 1 No.
18 Screw Driver Heavy duty 12" with plastic handle (for opening of
detector contacts (Taparia ) - 1No.
19 Test piece (Pt wedge piece) – 2 No.
B/SG/CN/13/Po,Sat,Ndu
Page 79 of 118
20 Multi colour/Mono torch light ( preferable LED rechargeable type) - 1
No.
21 Universal key - 1 No.
22 Box spanner for 6 way terminals (13mm) (for opening ARA
terminals) - 1 No.
23 Nylon brush (for cleaning purpose) - 1 No.
24 Sealing Plier - 1 No.
25 Crimping Tool (1.5 to 16 Sq.mm) - 1 No.
26 Feeler gauge - 1 Set
27 TSR Meter (for testing condition of track circuit) - 1 No.
28 Wooden Block (60mm x 60mm) (for providing between Tongue rail &
Stock rail during maintenance) - 1 No.
29 Track shorting clips - 1 No.
30 Tester - 1 No.
31 Flat file 12" length x 1" width - 1 No.
3.0 DG Set: Supply of factory assembled and performance tested DG set Air cooled self start 10
KVA single phase with required BHP diesel engine with facility to start and stop operation.
Engine/alternator 10KVA of Kiloskar make or equivalent mounted on a fabricated iron base channel
vibration free with acoustic enclosure with 75dB(A) insertion loss along with battery for self start of
standard/AMCO/Exide make. All mounting type panel with push button assembly. The DG set shall
comply with CPCB norms notified vide GSR 371(E) dtd 17/2/05 and its amendments (at serial No.94
paras 1&3) as amended by GSR 448(E) dtd. 12/7/04 and GSR 520(E) dtd.12/8/04. Facility to charge
the DG battery in DG idle condition through 230V external local supply to be made available in the
DG set.
4.0 Solar Panel: Solar panel of RDSO approved make (as applicable)/ recommended source shall be
supplied as per the Following Specification:
a) Solar modules - 12V 80Wp as per RDSO specification IRS S84/92 amend 2 or latest.
b) Solar charge controller - 110V, 40 amp to RDSO/SPN/187/2004 or latest suitable for
LMLA batteries wall mountable. Should be supplied with spares as mentioned in the IRS
specification 187/2004 or latest.
c) 10 module mounting structures as per drawing. Structures to be powder coated with
facility to change the angle of inclination.
d) Array junction box
e) Copper cable,2cX10sq.mm,1cX25sq.mm
f) Super earthing kit
g) Installation kit
Note: All nuts and bolts to be galvanized. Should be supplied with required manuals.
5.0 Central Monitoring Unit : Shall be of HP/IBM/COMPAQ make or superior consisting of
a. Pentium IV, 3 GHz or higher speed processor, S3 - Pro savage chipset or better,
b. 8GB RAM, 6MB cache, 320GB HDD, 16xDVD R/W
c. 4 USB ports (with at least 2 in front), Serial Ports – 1, Parallel port - 1
d. 19" TFT color monitor,
e. LAN card, sound card, Optical mouse and key board, wireless LAN card
B/SG/CN/13/Po,Sat,Ndu
Page 80 of 118
f. 0.5 KVA UPS (with 30 minutes back-up), Windows
XP professional/Windows 2000 professional, software pre-loaded with license
g. 500 GB external USB hard drive.
6.0 CABLE LAYING
6.1 CABLE PLAN: Cable plan with distribution chart for each cable shall be prepared jointly by
contractor and Railway for each station leaving adequate spare conductors overall as laid down in
S36/87 i.e., 20% of working conductors on overall shall be left spare upto outer most points and 10%
beyond outer most points.
6.2 CABLE TRENCH
6.2.1 Excavation of cable trench shall be made in all kinds of soils including clearing roots of trees,
rocks etc., to a depth of 1.0M and to a width of not less than 0.30 Mtr providing proper protection as
required by Railways while crossing power cables, pipe lines etc., The bottom of the Trench shall be
leveled and got rid of any sharp materials. Trenches shall be straight as far as possible and steep
angles shall be avoided. Railways will indicate alignment of the main cable route as well as
track/road crossings.
6.2.2 Through Signaling / Power cables shall be laid as close to the track as possible. The cable track
separation distance both within station limits and in the block section generally be about 6 Meters.
They shall be laid as close to the railway land boundary as possible.
6.2.3 Whenever the cable route is very near or over the embankment due to non-availability of space,
the route marking shall be given in consultation with Railway Civil Engineering Officials. IN these
stretches the contractor shall complete the work in minimum possible time.
6.2.4 The progress of trenching, availability of cable, bricks, pipes etc., shall be closely co-ordinate
to ensure that the trenches remain open for minimum possible time.
6.2.5 Whenever the track crossing is to be done, the same shall be done in least possible time in the
presence of Railway Civil Engineering Representative.
6.2.6 It is desirable that the excavation of trenches is not done in long lengths and does not remain
uncovered overnight. It is preferable that trenches are dug, cable laid and refilling done on the same
day.
6.2.7 Th e cable trench depth shall be full except where local conditions of soil prevent same. The
decision of Engineer in this regard is final. However in all cases where depth is less than 800mm;
protective measures are to be undertaken. Wherever rock formation/ foundations, pipes or cables are
experienced and trenching cannot be done to a depth of even 800mm, the trench shall be dug as far as
possible and protective measures taken to avoid damages of cable as decided by the Railway's
representative. The relevant item of Schedule shall be operated.
6.2.8 In all such cases of lower depth, the Railway supervisor shall record the reasons for such low
depth in the site register. Payment of trenching shall be made proportionate to the depth of trench and
no payment shall be made for any extra excavation carried out of additional depth or width of the
trench out in the slopes etc.
6.2.9 Proportionate payment shall be allowed where the required depth cannot be achieved due to
geographical contours.
6.2.10 Whenever a depth of less than 800mm is necessitated due to site conditions, concreting shall
be done over the cable for a depth of 200mm for protection. This shall be 100mm in case of
involvement of rock cutting. The work shall be done as per standard drawings.
B/SG/CN/13/Po,Sat,Ndu
Page 81 of 118
6.2.11 SK/SC/CN/8/84 (B)… Normal trench
6.2.12 SK/CN/New-1 … Direct on ground rock
6.2.13 SK/CN/New-2 …. Rock faced at about 300 mm depth
6.2.14 SK/SC/CN/New-3 .. Rock faced at about 300-550 mm
6.2.15 SK/SC/CN/New-4 Rock faced at about 550-800
6.2.16 SK/SC/CN/8/84 (A)…Power cable Brick separation
6.2.17 However the minimum depth shall not be less than 300mm for laying RCC/ GI pipes in hard
morum/ rocky soil. Whenever rocky soil is experienced, concreting has to be done for a depth of
150mm after laying the able to protect them. Payment for GI/RCC pipe shall be made separately or
supplied by Railways.
6.2.18 During excavation of the trenches, the earth should not be thrown on the ballast. The side of
the trenches, away from the track should throw the earth. Complete excavated earth shall be back
filled in the trench after laying the cable and rammed well.
6.2.19 spreading of river sand in the excavated cable trench to a depth of 75mm and after laying of
underground Signaling cables/power cable as per the cable plan covering the cable, with river sand to
a depth of 150mm. Finely sieved local soil without pebbles/stones may be used in place of sand.
7.0 Cable Laying
7.1 Provisions of para 15.10 of Part-II SEM shall be broadly followed.
7.2 Before the cables are laid, a visual inspection of cable shall be made and it shall be tested for
insulation and continuity of cores. The insulation resistance of new cable shall not be below 500 M.
ohms per KM at 20 degrees centigrade.
7.3 If there is wide disparity between insulation of different conductors, the conditions of the cable
should be thoroughly checked before permitting its use. Bedding and armoring shall be inspected to
see that there has been no damage during transit or in storage.
7.4 Cable wheels shall be used normally to mount the drums before rolling them. In case where the
Cable wheels not available or the area is not convenient for rolling the Wheel Drums along the route,
the drum shall be mounted on the axle at one end of trench and cable un-winded using adequate
number of men ensuring that the insulation of the cable is not damaged and no kink/twist is formed.
7.5 Before laying of cable in the trench, a visual inspection shall be adequate for any damage or
defect through out its length.
7.6 Normally, cable laying should be commenced only after the relay room and cable termination
box on the route at the respective stations are ready, and the cable should be fully terminated at the
relay room/apparatus cases, immediately after the cables are laid. However, if for any reasons the
cables are to be laid in advance, special care should be taken to ensure that the coiled cable near the
relay room/apparatus case is fully protected before and during final termination. The coiled cable
should be fully covered with a layer of bricks in its entire length and provided with adequate number
of cable markers. On no occasion the ends of the cable should be left unprotected.
7.7 Cable laying shall commence only after the depth and width of the trench, quality of bricks etc
are jointly inspected by the Railway Engineers representative and Contractor's representative and
approved.
7.8 Cables shall never be taken over the running tracks at the time of cable laying by the contractor
as this is likely to cause accident to trains and damage to cables. In case where the cable is required
to be transported across the tracks, the same shall be done in the presence of Railway Supervisory
B/SG/CN/13/Po,Sat,Ndu
Page 82 of 118
staff after safety precautions have been taken to post flagmen on all the sides as
may be required to stop any train approaching the site of the fouled line.
7.9 At each end of the main cable/tail cable/power cables an extra coil length of 6 to 8 meters should
be kept.
7.10 At the time of commissioning of the cables, the insulation values of the cable should again be
checked and the value obtained shall not be below 10 M. Ohms per KM at 50 degrees C. If there is
wide disparity between insulation of different conductors, the conditions of the cable should be
thoroughly checked before permitting its use. The readings shall be recorded in the register for all
cables.
7.11 The contractor shall furnish the final as made cable plan and cable route plan showing the
distance of cables from the nearest track center at every 30M interval and location of apparatus cases.
7.12 The Supply of tentative Cable Route Plan shall be a pre-requisite for releasing payment towards
trenching. The Engineer may split the Total trench (yard/ work area) into suitable no of sub locations
for release of quantities pertaining to that area.
7.13 After the signalling cable/power cables are covered with river sand as above , one layer of
country bricks of size 220mm X 100mm X 60mm approximately, shall be placed closely in breadth
wise.
7.14 Whenever power cables are to be laid along with other cables bricks are to be laid lengthwise
approximately five bricks per meter for separating power cables from other signalling cables.
7.15 Refilling of the cable trenches with the earth and placing and concreting of cable markers at an
interval of 30 M throughout the cable route and also on either side of track crossings along the cable
route shall be done. The cable marker shall be concreted to a depth of 0.3M from the top of the cable
marker in case of CI marker and 90Cms in case of Concrete marker. The grouting of CI / Concrete
marker shall be for 30 Cm to avoid theft and shall be provided with cement coping as per Drg. No.
SK/SC/CN/New-5 (Concrete markers) or SK/SG/CN/7/84 in case cI markers are used.
8.0 TRACK/ROAD CROSSINGS: Whenever signalling/power cable has to cross the track/road, it
shall be ensured that as per drawing No. SK/SC/CN/West/30/87 A or B:
8.1 The cable crosses the track/road at right angles.
8.2 The cable normally does not cross in between or inside points and crossings.
8.3 The track/road crossings to be carried out as per the drawings.
8.4 The work includes removal of ballast, cutting of trench across track/road at the places indicated
by the Railways and covering the trenches after placing RCC pipe/pipes in position.
8.5 RCC pipe/pipes shall be provided for track/road crossings.
8.6 For each track crossings, two numbers of RCC pipes each 2M long with color
shall be provided. For each road crossing, required number of RCC pipes
each 2M long with collar shall be provided depending upon the width of the
road. Payment for GI/RCC pipe shall be made separately or supplied by
Railways.
9.0 BRIDGE CROSSINGS: On Bridges, the cables are to be laid through GI pipe/trough and taken
through CC/GI pipe on either ends suitably buried on both sides of the bridges for a sufficient depth
so as to meet the bottom of the cable trench, then fixing the pipe in concrete of size 0.5m X 0.5m in
both abutments. Separate pipes/troughs shall be used for power/signalling cables. Suitable supporting
clamps shall be manufactured as required by Railways at the rate of 1 clamp/meter depending upon
the type of girder. Before fixing GI pipes, perforated holes of 5mm dia shall be drilled at an interval
of 0.3 Mtrs. to avoid theft of GI pipes. All the above works shall be carried out presence of Railway
representative only. The work shall be executed as per Drg No. SK/SC/CN/West/76/86 (for girder
Bridges and SK/SC/CN/West/12/87 for concrete slab bridges.
B/SG/CN/13/Po,Sat,Ndu
Page 83 of 118
10.0 FOUNDATIONS GENERAL: The top level of the foundation shall be in level with the
existing rail evel as far as possible. The proportion of cement, sand, ballast shall be in the proportion
of 1:3:6 for casting foundations for signals, location boxes and the proportion will be cured for a
period not less than 7 days.
10.1 Fine aggregate must consist of sand, stone, ballast not exceeding 20mm size and cement. The
sand and ballast must be clean and free from soil, clay, shells, soft or flaky materials or any vegetable.
Ballast must be washed when necessary to ensure cleanliness.
10.2 Sand used must be tidal river sand and must be free from any salts.
10.3 Water used for mixing must be clean and free from any oil, alkali and acid.
10.4 Materials for concrete must be carefully and accurately measured for every batch.
10.5 Mixing must be done in a mixing trough or a M.S. sheet, which should not be, more than half
full at the time of mixing. Two men shall use square ended shovels and not powerahs. Water must be
added by pouring water must be continuous until all materials and water are thoroughly mixed and
uniformly combined.
10.6 When batch is fully mixed, it must be used without any delay. The aggregate shall be deposited
in uniform layer not exceeding 15 Cms. Tamping and spreading of each layer to be done as to cause it
to settle thoroughly in the form and produce a dense mass.
10.7 Forms must be drenched with water before the concrete is placed against them and must
not be removed in less than 36 hours afterwards.
10.8 A template for each foundation should be prepared suiting the holes in the base of the location
box or signal post (for which foundation is cast) in order to hold the anchor bolts in position till the
foundation is cured. The template shall be removed before the top of the foundation is given fine
finishing.
10.9 The exterior surface of the foundation should be finely finished leaving 4 Cms. of thread
portion of the anchor bolt free to enable erection of signal post or location boxes. All foundations
shall be cast under the direct supervision of the Inspector-in-charge of the work. Curing must be done
for all foundation for not less than 7 days.
10.10 No payment shall be made for any extra excavation carried out in the slope and width of the
pit, including for foundations where soil is loose and pit is to be dug for more depth.
10.11 Erath work and stone pitching shall be done where the boxes/signals are laid on edges of
embankments or the height of the Location boxes heights are un reachable to maintainers. This item
shall be paid for separately.
10.12 The Following Drawings Shall be adopted for apparatus cases
Sl
No
Type of Foundation Drawing No.
1 Signal (Main CLS) SC/N/CN/62/A
2 Signal Shunt SC/N/CN/62/B
3 Road Signal CLS Type SC/N/CN/62/A
4 Location Box Full SK/CN/1/89/A
5 Location Box Half/ Quarter SK/CN/1/89/B
B/SG/CN/13/Po,Sat,Ndu
Page 84 of 118
10.13 Location box foundations are to laid in such a way that the door are parallel
track in open condition. The boxes shall be installed in rear of the Signals covered by them such that
the signal aspect can be watched while taking readings etc. The open door shall be farther than 2.36
Mtrs from centre of the nearest track.
11.0 APPARATUS CASES ( LOCATION BOXES)
11.1 The work consists of pit excavation, casting foundations with bolts of adequate size having
cement concrete of ratio of 1:3:6 with stone ballast of 30mm size as Drawing Nos specified
above.The railway will indicate the position of location of apparatus cases.
11.2 All apparatus cases/battery boxes shall be erected on concrete foundation and plumbed. It
should be clear of infringement when the doors kept open perpendicular to the track. All foundations
shall be plastered on all sides and earthwork shall be made up to the required level. All the
apparatus/battery boxes used shall be painted on inner side with white paint before fixing the shelf
planks and terminal board after a primary coating with red oxide and with Aluminium paint on outer
side after installation at site.
11.3 Wooden planks/reapers of 20 to 25mm thick to be sized and planed for fixing ARA
terminal/fuse block. Wood screws of proper size shall be used. The size of terminal boards and
shelf planks shall be as required by railway. Two holes on either side of terminal/fuse block
shall be made if required for carrying out wiring termination. Shelf plank be securely fixed in level
on suitable M.S. angle brackets. Wood polish varnish shall be applied before fixing terminal/gadgets.
11.4 The underground signaling cable shall be taken into the apparatus case/battery boxes and
properly secured by wooden clamps/cable gland plates.
11.5 The cables shall be neatly skinned, bunched and terminated. All cores of cable shall be
terminated on the terminal board at locations and in Relay rack at the required places in the order as
approved by Inspector in charge. All the power cables (Aluminum) shall be provided with
Aluminum lugs using crimping tool.
11.6 All apparatus cases shall be provided with 'E' type lock arrangements on one or both the
doors as per instructions at site. Contractor shall procure material and fabricate for fixing of 'E' type
lock if such provision did not exist on the apparatus case. Location Box, E-Type locks are covered by
a separate item of Schedule or Railway supplied.
11.7 After all the signaling cables are taken inside the apparatus case/battery box the side
opening shall be closed with masonry work and plastered. The inner side is then filled with sand and
finally the bottom is sealed with sealing compound.
11.8 Earth work and pitching shall be done in all cases of Location box erection after completing all
works of termination and testing up to such a height and width around the box such that the
technician can easily reach the contents inside. Earth work and pitching is covered under a separate
item of Schedule.
11.9 The armors of all the cables and apparatus case/battery box shall be earthed as directed by
Engineer. Excavation of a pit at a given location as per Drg. No.G/SG/09/2002 on natural soil, fixing
earth pipe covering the same with a mixture of 30 Kg. of charcoal, 30 Kg. of common salt and
earth. This includes brick masonry around the earth and cover. GI pipe of size 50mm X 3.5M with
12mm dia holes on the sides at intervals of 300mm. If more than one apparatus cases are grouped at a
place, as directed by Engineer in charge earth need not be provided separately for each apparatus
case. Railways may also go for Special type of low resistance earth as the case may be (in
installations involving BPAC etc.
11.10 However the payment for all earths shall be covered by a separate item of Schedule.
11.11 The earth resistance shall not be more than 10 ohms for conventional earth and below 1 Ohm
for Mtce free Low resistance earth. Earth resistance and date are to be painted on earth pit .
B/SG/CN/13/Po,Sat,Ndu
Page 85 of 118
11.12 Track relays, line relays point contactors, overload relays, transformers,
track feed chargers, rectifiers, charged secondary cells, track feed resistance, EKT, telephone plugs
etc., shall be fixed neatly in the apparatus case as required by Railways. The wiring shall be carried
out in a neat manner. Coil bunched and tested. The relays wherever fixed shall be fixed in such a
manner that they cannot be easily removed or tilted. Anti tilting arrangement shall be made for shelf
type relays. Details of cable terminations and wiring particulars shall be painted inside the apparatus
cases door in addition to documentation. Relay fixing arrangements shall be firm and rigid to avoid
any chance of vibration due to train movements.
11.13 All electrical equipments wherever provided shall be earthed as directed by Engineer.
Description of equipments, relay etc., shall be neatly painted inside the apparatus cases door. All the
internal wiring shall be tested from point to point in full, jointly by contractors authorized Engineer
and Railways supervisor.
11.14 Charged secondary cells if installed inside apparatus cases, shall be fixed firmly leaving
working space for taking specific gravity reading and distilled water topping. The date of installation,
capacity and serial number shall be painted on each cell and the inner side of the door.
11.15 Battery links (lead) with suitable bolts and nuts shall be used for connecting cells. Petroleum
jelly is to be applied on terminals immediately after connection. The specific gravity and voltage
reading shall be recorded in a separate register and handed over to Railway duly signed.
11.16 The Terminals are to be fixed on teak wood reapers of approx 50x20x940 mm for Full box and
50x20x470mm for half box.
11.17 Track circuit accessories, Chargers, EJBs of axle counters etc shall be mounted on horizontal
teak wood planks of 20x300x940 (or 470mm for half LB). batteries shall be mounted on hard wood
planks of 40 mm thick planks.
12.0 SIGNALS
12.1 The work includes excavation of pits and casting of signal foundations as per relevant schedule
item and standard drawings.
12.2 Signal pole shall be securely fixed to surface base and erected on signal foundation and
plumbed. The gap between the signal pole and surface base shall be filled up with lead wool or any
other approved substance to avoid tilting. Multi unit color light signal up to 2/3/4 aspect shall be
properly mounted on Signal post with or without route indicator. Soon after installation, the pole
shall be painted with Aluminum /white enamel after giving a coat of primer and the signal unit shall
also be painted as per the Standard practice.
12.3 Wherever route indicator junction type or stencil type is to be erected, it shall be mounted on
the top of the Signal pole and a large off set bracket shall be fixed with 'U' bolt of 20mm dia 2 Nos.
on the Signal pole for mounting multi unit color light signal. The tail cable shall be first terminated
on the route indicator and separate wiring shall be run to color light multi unit signal from route
indicator.
12.4 To take the wires into the Multi unit, a vertical slot of not less than 25mm X 37mm in size shall
be made on the Signal pole. Suitable protection shall be provided on the slotted pole before cable is
taken through it and care shall be taken that no damage to insulation of tail cable is caused.
12.5 All the signal aspects have to be focused properly. LED signal units may be employed where
supplied by railways.
12.6 Signal units door shall be locked using Universal locks. Universal locks are covered by a
separate item of Schedule or Railway supplied.
12.7 The cables are to be taken through the pole to the unit without damaging the insulation and
Armour then skinned and terminated.
B/SG/CN/13/Po,Sat,Ndu
Page 86 of 118
12.8 All the signal units are to be wired as per approved practice by railway. The
wiring is to be tested jointly. In case of conventional bulbs, the signal shall be focused correctly in
daytime at bright light at 90% of rated voltage.
12.9 For LED aspects, the following shall be ensured as per manufacturer’s recommendations
12.9.1 Current regulator earth should be ensured.
12.9.2 Jumper selection to be done to suit conventional/LED ECR as the case may be.
12.9.3 Jumper selection shall be such that ON aspects shall be “Non Blanking” and OFF aspects
shall be “blanking”.
12.10 The signal post shall be properly plumbed and fitted with ladder having a platform and
guarding on the top.
12.11 Necessary ladder with concreted supports as required shall be provided.
12.12 All the signal posts and signals shall be installed clear of infringements. (i.e., 2.36 Mtrs. from
the central line of the nearest track). Markers and number plates shall be fixed wherever necessary as
per signaling plan using suitable clamps. Signal number has to be painted on the "Number plate" as
well as on the door outside. All fittings are to be tightened properly. Signal unit shall be locked
properly.
12.13 Protective mesh shall be provided for all signal units. Payment is covered by a distinct item.
12.14 Necessary earthwork shall be made around each signal if required by Railways. The earth work
and pitching shall be paid separately under a different item of Schedule.
12.15 Supply of Signal accessories, post, CLS unit, LED aspect, Transformer, Ladders etc are
covered by separate item of schedule or supplied by Railways.
13.0 CALLING ON SIGNALS/POST TYPE SHUNT SIGNAL
13.1 Off set bracket shall be fixed with 'U' bolts of suitable size on signal pole for mounting calling
on signal. Vertical slotted hole not less than 25 X 50mm in size shall be provided on the signal
pole to take tail cable. Care shall be taken that no damage is caused to insulation.
14.0 POSITION LIGHT SHUNT SIGNAL GROUND TYPE
14.1 The work includes excavation of pits casting of shunt signal foundations as per Drg. NO.
SC/N/CN/62-B using Anchor bolts of size 20mm X 450mm. The position of shunt signals
will be indicated by Railways in the signaling plan.
14.2 Foundations for shunt signal should be of cement concrete with ratio of 1:3:6 using stone
ballast of 20/25mm size to be cast at location shown by the Railway's representative. The foundation
to be plastered in all sides.
14.3 The position light shunt signal shall be properly mounted on post and plumbed.
14.4 Necessary earthwork shall be made for each position light shunt signal if required by
Railway. The cables are to be taken through the post to the unit, skinned and terminated.
14.5 Position light shunt signal are to be wired as per approved practice by Railway. The wiring
is to be tested jointly. The shunt signal to be focused correctly in day time at bright light at rated
voltage. The signal units back door covers are to be locked using universal locks.
15.0 POINT MACHINES
15.1 Electrically operated point machines combined type shall be fitted in level to all points as per
signalling plan on long sleepers on extended gauge tie plate, clear of infringement as per the latest
RDSO Drg.
15.2 The point machine shall be installed after cleaning both inside and outside the machine, after
greasing/oiling to all moving parts. The point machine shall be hand operated and detection and
B/SG/CN/13/Po,Sat,Ndu
Page 87 of 118
motor-controlling contacts shall be adjusted before taking to site. All unwanted
openings shall be covered with MS sheets.
15.3 The point machines shall be fixed with proper bolts, nuts and flat/spring washers with correct
size of holes through the special sleepers to avoid lateral/longitudinal play, on extended Gauge Tie
Plate.
15.4 All point connecting rods shall be connected to point machines without any strain and with
Min. offset. All connecting rods shall be in level and correct size of bolts and nuts shall be used to
avoid longitudinal play. Any changes in the connecting roddings during installation which
necessitates welding and offsets shall be carried out by the Contractor at site. The welding shall be by
smithy process. Lengthy roddings shall be supported suitably by roller guides.
15.5 All the wooden sleepers on which the point machine is installed shall be strapped on both sides
with 50mm X 20mm M.S. strap. Necessary holes 21.5mm dia shall be used for fixing to the sleepers.
15.6 Separate junction box shall be installed clear of infringement near the point machine and the
respective cables shall be terminated. The leading in wires from the box to pint machine shall be
taken through GI pipes securely fixed respectively to machine and Junction box (coaxially
arranged). The wiring inside the point machine for motor and detector circuit shall be carried out
neatly. All the electrical wiring shall be tested for insulation and earth and all connections tightened.
PVC copper wire/cable of sufficient capacity shall be used for wiring point machines as per standard
practice approved by Railways.
15.7 Wiring between Termination box to machine shall be done using 3/20 or 3/ 0.737 wires. Cost
of wires and junction box is separately covered.
15.8 Point machines and junction boxes shall be painted and point numbers shall be painted neatly.
Wiring diagram shall be painted on the inside of the point machine cover.
15.9 Adjustment and Testing
15.9.1 The point machine shall be worked by crank handle and the housing of switch rail with the
stock rail shall be checked.
15.9.2 The point machine shall be worked both ways with proper feed without undue friction and
working current shall be recorded.
15.9.2 The point detector and lock connections are adjusted in such a way that with a 3.25mm thick
test piece obstruction placed between the switch and stock rail at 150mm from the top of switch.
15.9.3 The point does not get locked.
15.9.4 The point detection circuit is not completed (contact not made).
15.9.5 Both shall be tested independently.
16.0 SIDING CONTROL
16.1 Method - I: (Points operated by 1 Lever GF)
Erection of single lever frame near the siding points on 'A' type foundation and running rodding
between the ends of cross over points duly interposing the compensator. The facing end of the siding
points shall be provided with a hand plunger lock normally locking the points and is to be unlocked
by the key from the EKT fixed near the single lever frames. The apparatus case near the sidings
points will have to be fitted with Electric key transmitter and a magneto telephone. Trap points are to
be fitted with Trap Indicators.
16.2 Method - II: (Locally operated Points by Spring Levers):
B/SG/CN/13/Po,Sat,Ndu
Page 88 of 118
Drilling of holes on switch rails and on sleepers, fixing of switch extension pieces,
H.P. lock, setting HP lock stretcher, adjusting the opening of switches and spring along with
Permanent Way Officials. Cutting of notches on Split Lock Stretchers, filing, adjusting. Fixing of 'E'
type locks on the HP lock for succession key locking arrangement and testing the point for
obstruction test as laid down in Signal Engineering Manual.
16.3 Fixing Point/Trap indicator stand and point/trap indicator including lenses with required bolts
and nuts, washers, connecting the Point Indicator base with connecting rod to the switch rail,
adjusting the Point Indicator for correct operation as per SEM and focusing. 3 Nos. of 20mm X
200/250mm bolts are required to fix Point/Trap indicator stands onto the sleepers. If the Point
happens to be in the track circuit zone, necessary arrangements for insulating the split lock stretcher,
switch extension pieces from switch rail has to be carried out by enlarging holes on split lock
stretchers and switch extension pieces.
17.0 TRACK CIRCUITS
17.1 Track circuits shall be provided to conform to Para 8 of IRS specification S.36/69.
17.2 The work includes bonding of rail joints which shall be made with rope wire, holes are to be
drilled close to fish plates on the web of rail and the bond wires are fixed by driving channel bond
pin, tightly. In point track circuit parallel jumpers bond wires/cables shall be provided as required by
the Railways.
17.3 Four TLJ boxes (Two at track feed end and two at relay end) shall be fixed clear of
infringement and the respective track circuit tail cable 2 X 2.5 Sq.mm PVC copper conductor from
the apparatus case shall be terminated. The connection from the TLJ boxes to the rail should be
through the solid wire rope which should be fixed to the Rail by channel Bond pin both at feed and
relay ends. The GI wire from TLJ boxes to sleepers should be covered with suitable PVC coloured
sleeve and there upon neatly clipped on the sleepers to prevent shorting with nails. Insulations /
granates - PVC shall be provided on TLJ box to prevent GI wire earthing. Double lead wire shall be
provided both for feed and relay ends.
17.4 Both TLJ boxes shall be painted and track circuits shall be neatly numbered as required by
Railways.
17.5 Rail joint insulation RDSO type shall be provided with long bolts and nuts at places marked by
Railways. The required long bolts and nuts will be supplied by Railways. Every rail joint insulation
shall be tested jointly after installation. Wherever point track circuit is involved, the gauge/crossing
tie plates/stretcher bars and switch extension pieces shall be insulated. Only non-insulated gauge tie
plate/crossing plate/leading and following stretchers for the above will be supplied by the Railways.
Insulation shall be provided correctly and tested jointly. After providing insulation, it should be
inserted in the presence of Railway representative only. The switch extension pieces/'D' clamp fittings
also should be insulated. The contractor shall supply all insulations as per schedule.
17.6 Polarity bonding in point track circuit in duplicate shall be provided for each point track using
wire rope insulated and clipped to sleeper.
17.7 After completing the installation of track circuit, it shall be energized, tested, adjusted and
readings recorded in a register/track circuit history card.
17.8 Wire rope , TLBs, 2.5 Sqmm cable are supplied by railway or covered by separate schedule
items.
17.9 Exothermic bonding sourced from RDS approved / recommended firms where covered in
schedule.
17.10 Miscellaneous material like bond pins, tools, sleeves, drill bits, lugs for termination etc shall be
catered by contractor as part of labour portion of work.
B/SG/CN/13/Po,Sat,Ndu
Page 89 of 118
18.0 LIFTING BARRIER GATES
18.1 The work consists of casting foundations with cement concrete in the proportion of 1:3:6 with
approximately 40mm graded stone and river sand, plastering the exposed portion including the
portion on the sides up to a depth of 150mm below the ground level for:
i.) 2Nos. of lifting barrier pedestal using 6 Nos. of anchor bolts of size 25mm X 900mm
for each pedestal.
ii ) 2 Nos. of lifting barrier stands using 4 Nos. of 20mm X 450mm anchor bolts and
nuts for each stand.
iii) Lifting barrier winch mechanism using 4 Nos. of 20mm X 450mm anchor bolts and
nuts.
18.2 Breaking of metal/tar road and excavating duct of 300mm wide and 300mm deep, laying of
100mm G.I. pipes for transmission/rodding and closing, ramming and leveling.
18.3 Fixing of lifting barrier pedestal, booms, winch, stop posts, reflector strips, fringes if any.
Balancing the boom with sufficient number of cylindrical and flat weights by fixing them on to the
booms. Running of wire transmission duly coupling both the booms with winch. Adjusting the
transmission by providing wire adjusting screws for proper functioning for lifting barrier gate
including proper functioning of mechanical bells. Fixing of boom locking mechanisms and making
rodding connection, adjusting and testing the boom locking from ground lever frame. Fixing of 'E'
type locks on ground lever frame and winch mechanism and interlocking the same as per signalling
plan.
18.4 The foundations for Pedestal and Meeting post shall be as per standard drawings with suitable
modifications to suit the site conditions.
18.5 The boom shall be so installed that its bottom is about 800mm to 1000mm from Road level.
18.6 The minimum distance from centre of nearest track to boom shall be 5 Mtrs.
18.7 In double line sections, the booms shall be so installed that the end of the boom points in the
direction of Normal train movements.
18.8 Painting the lifting barrier with two coats of enamel paint of approved quality as given below:
18.8.1 Stands upright and others : Black
18.8.2 Boom with fringes : Black and yellow stripes 300mm wide alternatively.
18.8.3 Stop disc on the boom: Red
19.0 CABLE TERMINATION RACK
19.1 Cable termination racks shall be erected in the relay room at the required location as shown
by the Railway with suitable foundation bolts and cement concreted. The cable termination racks
shall be painted soon after installation before cable termination work is taken up. Suitable cable ducts
wherever required shall be provided to bring all outside cables to the termination rack. All the cables
are to be neatly skinned, fixed on the cable bracket and terminate in order. The cable armors and the
rack should be earthed. Internal wiring and termination particulars are to be written with paint.
19.2 Relay/Cable Termination rack shall be Powder Coated.
19.3 6 way terminal blocks/ Wago Type terminals as the case maybe are to be fixed on
Decolam/Hylam sheet and held rigidly by mechanical screws at CTR. The number of 6 way terminals
is to be painted serially on the C.T. rack and details of termination are painted on Decolam/Hylam
sheet and fixed in the relay room. 6-Way blocks/ Wago terminals are covered as a supply item or
supplied by Railway.
19.4 As made terminal particulars shall be prepared in linen/Polyester tracing signed and handed
over to the Railways.
B/SG/CN/13/Po,Sat,Ndu
Page 90 of 118
20.0 RELAY RACKS
20.1 The provisions of 21.15/ 21.16 of SEM part-II shall be broadly followed in relay erection and
wiring.
20.2 Relay rack frame to accommodate 2/3 way, relay rack is to be fabricated out of 2 Nos. vertical
supporting angle of 65mm X 65mm X 2075mm and bottom and top frame angle of 65mm X 65mm X
1100mm (for 2 way) or 1650mm (for 3 way). Relay rack is to be fabricated out of 40mm X 32mm X
2048mm angles in vertical position spaced 530mm apart by the flats one at the top and the other at the
bottom welded to the angle. The relay racks are fitted to the frame angle by 20 X 75mm bolts with
washers and spring washers.
20.3 The frame is held rigidly by the base assembly and electrically isolated by insulator. Angle
plates 65 X 130 X 6mm are welded to the vertical frame angle at the top to facilitate fixing of 'L'
bracket is electrically isolated by insulator. Ladder is fixed to the ladder supporting angle by 12 X
20mm bolts and nuts with washers and spring washer. The base assembly is anchored to the ground
by means of 'J' type foundation bolts 12 X 100mm with washer and spring washer. For further details
for fabrication, the drawing may be referred to. The exact requirements of wall angles and cable
ladder are to be arrived at taking the disposition of the relay racks in the relay room. The cable ladder
brackets are to be provided with plastic sleeves to avoid injury to the wires and multi core cables run
on the ladder. Alternative ladder arrangement for carrying the wires as per the instructions or
approval of inspector in charge of the work can be fixed.
20.4 Relay racks erected in the relay room shall accommodate 'Q' style/K-50 relays in different
racks is indicated in the sketch showing the disposition of rack ( 9 rows of 6 relays grouped in pairs
such that the one relay gap between such pairs for enabling examination by Technician). While
working out the relay requirements it must be ensured that at least one front and one back contact is
left as spare.
20.5 The disposition of relays in the relay rack shall have to be carried out as per the directions
of the site inspector.. A typical circuit diagram with contacts numbered will be given for guidance and
the contact numbering is to be planned accordingly taking into the account of the contact
configuration of the relays supplied by the Railways.
20.6 Important points to be kept in mind while numbering the circuit diagram.
20.7 Maintaining uniformity.
20.8 Maintain same contact for stick path in stick circuit. (A1/A2 in case of QNI relays), (81, 82 in
case of K-50 relays).
20.9 The principle of similar relays at one location shall be normally adhered to.
20.10 As far as possible, allot same contact for vital circuits.
FOR EXAMPLE
i) RR front contact used in UCR, HR circuit shall be same.
ii) UCR front contact used in HR circuit shall be same.
iii) HR front contact shall be same for lighting circuits.
iv) ASR/ASPR back contact proved in HR shall be same.
v) UCR, RR back contact used in ASR circuit shall be same.
vi) The cross protection contact used in UCR, HR, circuit shall be same i.e., RR back
contact in UCR circuit, UCR back contact in the HR circuit.
21.0 INTER CHANGEABILITY OF RELAYS:
As far as possible, the contacts shall be so allotted that definite contacts are allotted first and then the
deciding contacts so that relays of any contact configuration may be installed.
B/SG/CN/13/Po,Sat,Ndu
Page 91 of 118
FOR EXAMPLE:
i) In QNI relays, (B5, B6) (B7, B8) (C5, C6) (C7, C8) will decide the contact
configuration. These contacts are called deciding contacts. If possible these contacts
shall not be allotted. Should the above contacts be allotted, decide immediately whether
it is 12F/4B or 8F/8B and post in the contact analysis book.
ii) In case of K-50 relays, (61, 62) (63, 64) are deciding contacts for selecting 5F/3B or
4F/4B relays.
iii) In case of TMA relays (41, 42) are deciding contacts for selecting 5F/3B for 4F/4B
relays.
22.0 PICKING UP OF REPEATER RELAYS
If repeating relays over and above the relays shown in the approved circuit diagram are required to be
picked up, the following sequential proving shall be ensured
1. RPR: Front contact shall be proved in UCR circuit and back contact shall be proved in
ASR circuit. It may also be ensure that RR front/back contact is proved in positive limb
and RPR front/back contact in negative limb of UCR/ASR circuits.
2. UCPR: Front contact shall be proved in HR circuit and back contact in ASR circuit.
3. UGPR: Front contact shall be proved in Route Lamp circuit and back contact in ASR
circuit.
4. HPR: Front contact shall be proved in HG lamp circuit and back contact in ASR
circuit.
5. JSLPR: Front contact shall be proved in JSLR stick circuit and back contact shall be
proved in HR circuit.
6. CHLPR: Front contact shall be proved in stick circuit of KLCPR:CHLR and back
contact in EKT lock coil circuit. LXPPR: In case of siding and level crossing gate, if the
key transmission is directly by the operation of knob in panel, then back contact of above
repeating relays (LXPPR, KLCPR) shall be proved in LXYR, KLYR circuit).
7. CHFPR: Front contact shall be proved in EKT lock coil circuit and back contact shall
be proved in HR circuit.
8. TPPR:
i) Back contact shall be proved in TPR (Main Relay) picking up circuit.
ii) TPPR shall pick up through front contact of TPR (Main relay).
iii) TPR (Main relay) front contact shall be nominated in ASR circuit.
iv) TPR (Main Relay) back contact shall be nominated in UYR1, UYR2 circuit.
B/SG/CN/13/Po,Sat,Ndu
Page 92 of 118
v) In WLR circuit or where TPR contacts are proved for track locking,
TPR (Metal to carbon) relay contact shall be nominated. Where all other TPR's are metal
to metal relays.
9 ASPR:
i) Front contact shall be proved in WLR circuit and back contact shall be proved in HR
circuit. In WLR circuit the contacts on positive and negative should be of different
relays.
ii) ASR stick feed shall be through last repeating relay front contact in Metal to Carbon
relay circuit. In case of metal to metal relays, the main ASR should pick up through the
back contact of last repeating relay and the stick circuit should be through the first and
last relays.
iii) In UYR circuit, JSLR circuit back contact of last repeating relay of ASR shall be
nominated.
10 NWSR: Back contact shall be proved in N/R circuit.
RWSR: (i.e., W.I) and also conflicting relay pick up circuit. For example NWSR back
contact shall be proved in RWSR pick up circuit and RWKPR circuit and vice versa.
Front contact shall be proved in NWKPR/RWKPR pick up circuit.
11 NWKPR: Back contact shall be proved in N/R circuit RWKPR: (9i.e., W.1) and
conflicting relay pick up circuit front contact shall be proved in UCR./HR circuits.
12.0 Whenever the circuit is branching of through the front and back contact of the same relay, the
contacts nominated shall be of the same relay.
50 NWDRP 1
50 NWDPR 1
12.1 Frames for fixing 6 Nos. of 'Q' style relays in a row with mounting arrangements are to be
fixed to the relay rack by suitable screws/bolts and nuts. The interconnection between the Panel
and relay rack as well as between the 'Q' style relay racks, are to be carried out as per instructions
at site. Suitable mounting arrangements and fixtures are to be supplied by Contractor. There shall
be clear gaps between relays to enable seeing their contacts position by Technician.
12.2 Relay plug boards of 'Q' series relays are to be fixed to the relay rack on frames made out of
MS flat of suitable size. Not more than 48 relays are to be mounted on a rack and atleast one front
and one back contact must be left as spare in a relay. For fixing K-50 relays pre wired tag, tag
blocks have to be fixed on the relay racks.
B/SG/CN/13/Po,Sat,Ndu
Page 93 of 118
12.3 Suitable mounting arrangements for fixing non-deteriorating fuses, condensers and
resistors to suit the circuit requirements are to be fabricated on Bakelite Hylam sheet together with
necessary screws bolts and nuts.
23.0 WIRING
23.1 The provisions of 21.15/ 21.16 of SEM part-II shall be broadly followed in relay erection
and wiring.
23.2 The equipments are to be wired in relay room, Station Master's office power supply
arrangements, location box. CT box, battery box and in other locations as per circuit diagram.
23.3 Contact numbering for the relays shall be made as per the approved circuit diagram issued
by the railway and type of relay proposed to be used on the installation.
23.4 Wiring inside one rack for shelf type and plug in type (Metal to Carbon) contact relays:
23.5 Relay rack wiring housing plug in type relays conforming to BRS-930 and BRS- 931 and
shelf type relays conforming to BS-1659 shall be done with "PVC insulated unsheathed flame
retarding type single core flexible wire 1100V grade having 16/0.2mm annealed copper
conductor and nominal cross sectional area of 0.5 Sq.mm of common colour code to the specification
IS: 694" 1 or wiring these relays the above wired shall be terminated on eyelets/lugs of standard
design.
23.6 The Sequence of Wiring and Testing :
23.6.1 Erection of Relay racks
23.6.2 Fixing of Relay bases as per Disposition Chart prepared
23.6.3 Fixing of Fuses and Terminals
23.6.4 Drawing of wires from contact to contact
23.6.5 Testing including wire count wrt Wiring Diagram by Supervisor ( JE/SE/SSE)
23.6.6 Soldering after due corrections
23.6.7 Testing including wire count wrt Wiring Diagram by Supervisor ( JE/SE/SSE) of soldered
wires.
23.6.8 Testing of Wire to wire by officer ( ADSTE/ DSTE)
23.6.9 Plugging of Relays after due corrects taking care of the relay code pins for ensuring correct
contact configuration. The Clips shall be locked properly and firmly.
23.6.10 Additional/extra holes for code pin if any shall be sealed with Epoxy/ M-Seal
23.6.11 Clips shall be checked for proper insertion by inspecting from rear
23.6.12 Energization of Relays
23.6.13 Connection of Simulation panel and Panel, Block Instt etc
23.6.14 Functional Testing by Supervisor
23.6.15 Simulation Testing TOC of the installation by Officer (ADSTE/DSTE)
23.6.16 Functional Testing including correspondence with field gears
23.7 Wiring of proved type relays (Metal to metal contact):
23.8 For wiring the above relays the use of single strand tinned copper wire of 0.6mm and 1.0mm
1100V grade PVC insulated flame proof shall be used. The use of multi core cable of 100 core, 60
core, 40 core and 20 core having the above conductor dia and grade is permitted. Size of conductor
shall be chosen based on current to be carried through these conductors. The wire and cable used
shall generally conform to IS: 694.
B/SG/CN/13/Po,Sat,Ndu
Page 94 of 118
23.9 The wiring between the terminal board of the panel and the unwired tag block on the relay rack
is to be carried out using multi-core cables (40 core or 60 core) 0.6mm/1.0 mm dia annealed tinned
copper wire to IS : 694. The wiring on the ‘Q’ series relay rack is to be carried out by 16/0.2 mm dia
single core multi strand flexible A.T. copper wire to I.S. 694.
23.10 Soldering at the tag block terminals shall be made using good quality Solder and Flux. Care
must be taken to prevent dropping of excessive solder from terminal thereby causing failure/unwanted
connection or short by fusing of PVC insulation in the row below it. It is advisable to raise the wires
by mechanical means and temporarily interposing a wooden or plastic sheet between the adjacent
rows while soldering, to collect the excessive solder that may be dropping out.
23.11 After testing, the loose wires on the cable ladder shall be neatly bunched and laced with twine
black. A suitable color code for wiring shall be adopted as required by Railways.
23.12 Various supplies associated with signaling viz., 110V AC, 110V DC, 60V DC, 24V DC,
12/24V AC and 12/24V DC flashing are to be brought out to the equipment room. Necessary
measuring instruments are to be mounted on the Hylam sheet.
23.13 The incoming cables to the relay room are to be neatly arranged and fixed to the cable
supporting and guiding rack. The duct shall be filled with sand and plastered neatly to avoid entry of
mice or reptiles.
23.14 After the complete testing by the Railways representative and before commissioning the
installation, the relays shall be sealed with sealing bands and wires.
23.15 The nomenclature of each relay shall be painted both in front and rear side of each relay with
contact configuration. The relay index sheet duly painted of details of relay and their position in the
relay rack shall be manufactured out of Decolum/Novapan sheet and fixed in the relay room. All the
relays to be plugged shall be checked visually and defect if any, noticed shall be replaced duly
reporting the same to the Railways. As made relay rack wiring and contact chart of all relays shall be
prepared in linen/polyester sheets, duly signed and handed over to Railways for preparation of
handing over documents to maintenance organization.
23.16 Suitable arrangements shall be made in the relay rack for fixing condenser and resistance unit,
required for slow to release feature. Letter painting shall be made against each unit to identify circuit
to which it is used.
23.17 All circuits shall be carefully protected by individual fuses in the relay room and locations
grouped preferably to facilitate easy fault location. Fuses shall be so arranged that they can easily be
placed without causing interference to other circuits. Charts showing the arrangements of fuses and
the circuits in which they are used shall be prepared and kept in the relay room. Fuses for all
Signaling circuits shall be of the non-deteriorating type as per RDSO specification.
23.18 Fixing of EKT/HKT with Micro Switches 2 NO/2NC at gate lodge, SM's office on Teakwood
board, providing telephone at site/gate lodge/SM's office, carrying out wiring of EKT/HKT,
telephone using 16/0.2mm wire and testing as per approved circuit diagram and commissioning the
same wiring has to be neatly clipped wherever necessary.
24.0 STATION EQUIPMENT
24.1 The control panel shall be erected in the place as shown by the Inspector-in-charge of the work
on proper foundation bolts and cement concrete. Before erecting the panel, a suitable duct shall be
made for bringing the jumper cables into the control panel.
24.2 The control panel if it is Domino type shall be wired with indoor cable 40C/60C. if it is PTJ
types, shall be wired with 16/0.2 wire coils.
24.3 The Control Panel shall be protected
B/SG/CN/13/Po,Sat,Ndu
Page 95 of 118
24.4 While doing the wiring. The terminal; particulars, power supply points, tag block particulars
shall be neatly painted on the inner side of the panel. Before commencing wiring all knobs, buttons
and indicators shall be tested for proper contact and defective ones shall be replaced in the initial
stage itself.
24.5 The cable termination and internal wiring terminal particulars of control panel shall be made
out signed by contractor and handed over to Railways. The control panel shall be earthed properly.
24.6 Any modification to the panel wiring shall be done by the contractor at site, as required by the
Railways at free of cost before final commissioning.
24.7 The inter-connections arrangements includes laying of multi core hook up wire cables, inter
connection between Generator room, battery room, power rack and cable termination rack by using
sufficiently thick wires not less than 7/1.4mm PVC copper or 10 Sq.mm multi strand copper
conductor to avoid the voltage drop.
24.8 The ladder arrangements provided shall be of suitable capacity fixed neatly and firmly with
proper supports. Cable details, functions allotted to each core and terminal numbers shall be prepared
and handed over to Railways.
24.9 All connections/terminations shall be tested by the contractor and after satisfying himself and
then to be tested jointly with Railway’s representatives. Any alterations shall be carried out by the
contractor before commissioning of installation at free of cost.
24.10 Any addition/alterations in the wiring of relay racks control panel and cable termination racks,
power rack, battery room and in apparatus cases involving safety shall be carried out by the contractor
at free of cost during testing/commissioning and for a period of 3 months after commissioning of the
installation.
25.0 POWER SUPPLY ARRANGEMENTS
25.1 The Power supply arrangements are required to be broadly as per provisions of Chapter XVI of
SEM Part-2.
25.2 At power room, transformers, battery chargers, voltage stabilizers as required are to be fixed
and wiring shall be carried out.
25.3 The contractor shall manufacture a power supply panel for mounting meters, fuse etc., as
required by Railways and shall install on suitable angles and mounted to the wall, leaving sufficient
working space for maintenance as per drawing.
26.0 EQUIPMENT STANDS
26.1 Fabrication of 'L' shaped angle of size 75 Cm X 75 Cm out of MS angle 50mm X 50mm X
5mm. Fixing one end to the wall and other end on the floor using cement concrete at a spacing of
approximately 70 Cm between each angle. Leveling, aligning, drilling holes of 12mm dia for fixing
hard wood planks on angle and making platform for mounting equipment viz., chargers, transformers,
stabilizers etc., The angles are to be painted with two coats of black enamel paint. Each angle fixed
is taken as one unit.
26.2 For mounting transformer, battery chargers etc., suitable angles as above shall be grouted or
done to the wall and provided with hard wood planks 40mm to 50mm thick. The power supply
arrangements, wiring shall be carried out using sufficiently thick wires 10 Sq.mm / 3/20 multi strand
copper wire as per approved circuit diagram issued by the Railways. The voltage stabilizers shall be
installed at a suitable place as required by the Railways and arrangements shall be made to isolate and
put through the stabilizer if it becomes defective without disconnecting any leads.
B/SG/CN/13/Po,Sat,Ndu
Page 96 of 118
26.3 Ammeter by pass arrangements if required, as indicated by site Engineer shall be provided on
the panel to prevent ammeter being always in the circuit. After wiring, the power rack shall be tested
jointly, the power rack shall be energized to its rated capacity and kept in that condition for not less
than a week and any defects noticed shall be rectified by the contractor. Any alterations to power
supply arrangements shall be carried out upto the date of commissioning of the station.
26.4 The power rack shall be painted suitably and uniformly before installation. Distribution details
shall be painted on each equipment. Fixing of Ammeters, Voltmeters and HRC fuses shall be made
on Hylam of thickness not less than 6mm.
27.0 LEAD ACID / MAINTENANCE FREE BATTERIES
27.1 The charged Batteries shall be provided in the Battery room locations as per
drawing/instructions.
27.2 Charged Lead Batteries of different capacities shall be installed in the battery room on
suitable battery rack as per Railway's drawing. The battery stand shall be given anti-corrosive black
paint before installation of battery,. The cells shall be arranged neatly with sufficient working space
for maintenance.
27.3 CHARGING OF A BATTERY:
27.3.1 Proper arrangements must be provided in SSE office or at site, preferably at site.
27.3.2 For good performance of a battery, strictly manufacturer’s instructions must be followed for
preparation of electrolyte and the charging of a Battery.
27.3.3 In the absence of manufacturer’s instructions the following method shall be followed.
27.3.4 All the cells, which are to be charged, must be of same capacity.
27.4 PREPARATION OF ELECTROLYTE
27.4.1 Porcelain or Glass or Rubber or PVC or any other container with lead lining shall be taken.
METALLIC CONTAINERS SHOULD NOT BE USED.
27.4.2 Always use suitable goggles, rubber gloves and wear an apron, while working with
Electrolyte.
27.4.3 Always ADD ACID to DISTILLED WATER only, but not water to acid.
27.4.4 Mix acid and distilled water in the ratio as given below:
Sp.gr. of Conc.
H2SO4
Required Sp.gr. of
solution Dil. H2
SO4
Ratio of Acid :
distilled water
1825 1400 7:11
1825 1190 1:5
1400 1190 5:6
B/SG/CN/13/Po,Sat,Ndu
Page 97 of 118
27.4.5 With a Wooden rod (or) glass rod the solution must be stirred continuously, while adding the
acid little by little.
27.4.6 Temperature of the solution must be monitored continuously during the preparation and it
should NOT be allowed more than 450C
27.4.7 Allow the solution to cool at least for 10 to 12 Hours.
27.4.8 After cooling measure the specific gravity. It shall be 1190 to 1200 at 270C.
27.4.9 Since sp.gravity is inversely proportional to Temperature, Temperature correction must be
applied.
Sp.gravity at 270C = sp.gr. at T
0C + [(T-27) X 0.7]
T = Room temp. (Electrolyte temp)
Change in specific gravity = 0.7 /0C
Specification of ACID = IS 266.
Specification of distilled water = IS 1069.
27.4.10 Clean all the new cells with distilled water and fill them with electrolyte.
27.4.11 The level of the electrolyte should be 12mm to 15 mm (1/2”) above the plates (electrodes).
27.4.12 The charger output terminal must be correctly connected to the Battery set. I.e. ‘+’ to ‘+’ and
‘-‘ to ‘-‘.
27.5 Initial Charging
27.5.1 Apply charge for 35 Hours at the Starting current rate of 4% of the AH capacity of the cells.
Starting I = capacity of cell X 0.04 amps for 35 Hrs.
27.5.2 Check specific gravity & voltage readings at every 8 Hrs.
27.5.3 Stop charging when sp.gravity becomes 1210 + 5 .
27.5.4 If the sp.gravity of a cell after charging does not improve to 1210 + 5, then a small quantity
of the electrolyte is taken out and is replaced with higher (1400) sp. gravity of electrolyte. After this,
a fresh charging cycle must be given for 2 Hrs to ensure mixing of electrolyte.
27.5.5 Discharge the battery through suitable load (lamps) till the sp.gravity reduces to 1180 to 1190
and voltage of cells to 1.8 V
27.5.6 Repeat the cycle of charge and discharge once again and then charge it finally for use.
27.6 Equalising Charging
27.6.1 After initial charging, batteries are not connected to load (not put in use) for 15 days then
equalising charge must be given.
27.6.2 If the batteries are continuously used in “FLOAT Charging” then equalising charge must be
given once in 3 months (or ) whenever required (after restoration of power supply failure )
27.6.2 Equalising charging current must given at the rate of C/10 Amp, till the voltage & sp. gravity
of the all the cells have remains constant for 3 consecutive ½ Hourly readings. (C=AH capacity of the
cell) i.e. Equalising charge (Boost mode) brings the sp. gravity of the cells to 1210+5 and voltage to
2.2V.
27.7 Apply a coat of petroleum jelly or non-oxidizing grease on the battery connections to avoid
corrosion.
B/SG/CN/13/Po,Sat,Ndu
Page 98 of 118
27.8 Close all the Vent caps and ensures that float indicators, indicates the electrolyte level, are in
proper position.
27.9 Charger o/p voltage shall normally be adjusted to the following values in case of constant
voltage type charging.
float mode 2.15V/Cell
Boost mode
Equalising Charging
2.4/Cell
Initial Charging mode 2.7 V/Cell.
Note : Specific gravity mentioned in this notes is Hydrometer reading for easy reference. In fact, if
the hydrometer reading is 1210 then the sp.gravity of the electrolyte = 1.210.
28.0 BATTERY STANDS
28.1 Fabrication and erection of battery stand out of MS angle 50mm X 50mm X 5mm in two steps
of width 25 Cm each step as per Drg SG/CN/SC/New-6. The steps are to be completely provided
with hard wood planks of size 25mm wide and 50mm thickness of suitable length fixed by bolts and
nuts at intervals of not more than 30mm between two stands. The angles and hardwood are to be
painted with acid proof black enamel paint in two coats.
28.2 Cells are to be connected with suitable links sufficient to carry full load. Immediately, after
connection, petroleum jelly shall be applied on battery terminals. The wiring shall be carried out by
10 Sq.mm multi strand copper wire. The details of batteries and the capacity, circuit, date of
installation etc., should be painted. The specific gravity and voltage reading shall be recorded for
each cell in a separate register, along with the guarantee certificate of the supplier and handed over to
Railway duly signed. A wooden stand for keeping Hydrometer shall be fixed in each battery room.
29.0 POWER PANEL: Power Board with both sides laminated Hylam sheet of 6mm thickness and
size of 0.55m X 2m to suit single relay rack is to be fixed on relay rack already erected in equipment
room and Meters as required are to be fixed.
30.0 STANDBY GENERATORS AND CHANGEOVER ARRANGEMENTS
30.1 Casting foundation with or without cushy foot and erection of 2 Nos. of 6/10/15 KVA Diesel
Generators as per the instructions of in charge Inspector at site. Generator should be provided with
exhaust pipe of 33mm dia of 3 to 5 Mtrs. length (approximately) with necessary coupling
arrangements and the pipe completely covered with asbestos rope of 20mm dia.
30.2 Fabrication of generator control panel mounting frame of size 2M X 1M with 50mm X 50mm
X 5mm angle and fabrication of shelf fixing frame with 40mm X 40mm X 5mm angle to mount
generator panel with H.W. plank of size 1M X 500mm X 30mm. The generator control mounting
frame is to be fitted with Aluminium sheet 3mm thick of size 1Mx1Mx(approximately) The frame is
to be supported to the wall by means of two end angle supports. The above power board is to be
fitted with power circuit changeover wiring diagram.
B/SG/CN/13/Po,Sat,Ndu
Page 99 of 118
1. Handle type rotary switches 2 pole 3 position 400 V 60A capacity - 1.
2. Phase selector switch single pole 3 position 60A capacity. - 3
3. AC Voltmeter 0-300V - 2.
4. Handle type rotary switch 4 pole 3 position to carry 230V 60 A - 2
5. Handle type rotary switch 2 pole 3 position to carry 230V 60 A - 2
6. Neon/LED indicator 230V- 3
30.3 Flexible PVC pipe of 1 M long of 25 mm dia is to be supplied and laid from Generators to the
power board and drawing of 10 Sq. mm wire flexible to blue, yellow colours of length of 30
Mts.(approx.) and carrying out wiring as per power supply change over diagram and as per the
instructions of SI/CSI and testing the same.
30.4 The wooden planks are to be painted with special enamel grey paint in two coats and iron frame
to be painted with black enamel paint in two coats. Necessary masonry works on walls, flooring need
to be done by the contractor. All paints of approved quality shall be arranged by the contractor. All
switches are to be purchased from reputed firms like Siemens, L&T, Crompton and meters are to be
approved quality of reputed firms like MECO,AE . SONA make shall not be accepted etc.
31.0 CRANK HANDLE INTERLOCKING: Electric key transmitter with crank handle fixed to
the key shall be installed on Acrylic sheet/Glass fronted T.W. box firmly on suitably angle supports,
in SM's room/Cabin/Battery box/apparatus cases as indicated by Railways. The wiring shall not be
exposed, EKT when fixed with crank handle, shall be ensured that proper supports, have been given
to the crank handle to avoid undue strain to the mechanism of the EKT. A push button with 2 NO/2
NC contacts of reputed make viz., L&T/Crompton make. 3 Nos. of LEDs Red, yellow and green
shall be provided inside the box to give crank handle "Out", crank handle "IN", crank handle "FREE"
indications. Providing nickel coated welded chain handle and key, locking and sealing arrangements.
37mm brass locks good quality should be provided. Carrying out wiring as per approved circuit
diagram as instructed at site by SI/CSI. (This includes necessary mounting of the box to the wall
using TW plugs and cement mortar, except cement and wires, all materials to be arranged by
contractor).
32.0 WARNING/STOP BOARD
32.1 Warning/stop boards fitted on the Rails/angle/channel shall be erected and concreted at
locations as indicated by Railway representative and as per approved signalling plan and shall be
clear of all infringement. If necessary, existing warning/stop boards shall be shifted and re-erected on
the place required by Railways.
32.2 The Warning Board shall be as per Drg No. SK/13/89, The BSLB shall be as per SK/751 Stop
Boards , Axle counter warning boards, CO Boards etc shall be as per approved Drawings.
32.3 The rail post and other fittings shall be painted as required by Railways.
33.0 EARTHING with GI Pipe Electrode: The work includes excavation of a pit at a given
location as per Drg. No. G/SG/09/2002 on natural soil, fixing earth pipe covering the same with a
mixture of 30 Kg. Of charcoal, 30 Kg. Of common salt and earth. This includes brick masonry
around the earth. GI pipe of size 50mm X 2500 X 3.5 mm thick with 12mm dia holes on the sides at
intervals of 300mm. The equipments to be earthed shall be connected to the earth pipe by means of
19 Strand Signal cable or equivalent for Relay/ Eqpt Rooms and 2C/2.5 Sqmm cables for Signals/
Location Boxes by neatly soldering at equipment end and earth pipe end. Earth resistance shall be
B/SG/CN/13/Po,Sat,Ndu
Page 100 of 118
measured and painted on the earth pipe with date. The earth resistance shall be always less than 10
ohms.
The Provisions of Para 19.88 19.103 of SEM part-II shall be broadly followed.
34.0 TELEPHONES Desk type Magneto telephone shall be fixed on the telephone stands/apparatus cases/battery
boxes. The wooden stand shall be fabricated by the contractor and firmly fixed on to the wall if
installed in station building platform/gate lodge. A suitable wooden box shall be manufactured for
telephone battery with locking arrangements and fixed near the telephone. Telephones if installed in
apparatus cases/battery boxes near the top points/siding points/home signals it shall be securely fixed
on wooden shelves. Telephone battery shall be kept in the same apparatus case/battery box. It shall
be ensured that no other gadgets shall be kept in the apparatus case/battery box and separate door
lock arrangements shall be made to protect the telephone battery if installed near home signal/top
point/siding points for traffic purpose.
35.0 BLOCK INSTRUMENTS Two numbers of token/tokenless instruments are to be installed on places indicated by Railways.
Separate jumper cables between Relay room and respective block instruments shall be laid through
cable ducts. The instruments shall be connected to the Test panel through separate cables. The cables
shall be fixed properly inside the Block counters/Block Instruments and terminated.
36.0 PAINTING All signaling equipments shall be painted in accordance with signal engineering manual chapter XI.
The coloring scheme shall be as per Annexure ’29 Para 19.106 of SEM Part-II.
37.0 CABLE MARKERS
(a) Cable stakes … ‘Black’
(b) Cable markers … ‘Black’
(c) Body … ‘Black’
(d) Figures … ‘White’
(e) Concrete Markers Telecom : Body in Orange, Letters (Engraved) : White
Note : For Cable the Lettering Shall be SCR, Signal; For Telecom the lettering shall be “ SCR, 6-
Quad or SCR OFC or SCR, OFC/6-Quad“ as the case maybe. The letters shall be of about 75mmx
35 mm size.
37.0 Indoor Painting
37.1 Painting of complete relay rack/cable termination rack and ladder and its fixtures and other
equipment installed in the relay room as per the instructions of CSI/SI and writing all cable
termination numbering particulars in rack and also on board, relay numbering, nomenclature and
other details both on relays and racks, rack numbering, particulars of condensers, and fuses,
resistances both at fixing boards as well as in the particulars board, axle counter equipment details,
cable numbering as cables. And any other details requires in Relay Room for panel interlocking
circuits by CSI/SI.
37.2 Painting equipment rack and wiring all equipment numbering details, painting of hard wood
planks provided on the equipment rack and power board racks, details of equipment fixed on power
board.
37.3 Painting of Battery Bank Titles and Particulars Summary. Boards with computer lettering on
PVC plastic Sheets of about 3-5mm shall be used in lieu of Painting on Walls.
B/SG/CN/13/Po,Sat,Ndu
Page 101 of 118
37.4 Painting numbering on secondary cells, writing circuit details in the battery room as
instructed by CSI/SI at site.
37.5 Painting generator panel particulars, instruction board to Operating staff, Generator numbers
etc., in the Generator room.
37.6 Painting all termination particulars in the panel, block instruments, EKTs, Crank Handle box,
axle counter resetting box, resetting plunger box in the SM's office/panel room.
38.0 Outdoor painting
Supply of approved quality of paint and painting the following equipments in two coats duly
scrapping the rust as directed by CSI/SI at site. Colour Scheme shall be as per SEM as
prescribed in previous paras.
38.1 Colour light signal post complete with route indicators, ladders, calling on signals, shunt signals
are to be painted both inside and outside including numbering of signals, cable termination details as
per standard practice.
38.2 GKP location boxes both inside and outside with location number, particulars of cable
termination and other equipments kept inside the location.
38.3 Track Circuits: Painting block joint numbers, feed/relay end details on rails, TLJBs, details of
feed equipments with track circuit numbers and battery with track circuit number and date of
installation.
38.4 Point Machine layout complete including point number, circuit diagram inside the cover,
junction box details point Contactor unit number in location box etc.,
38.5 Key locked points with HPLs, connecting rods, point indicator, HKT tail cable termination
particulars in the location box etc.,
39.0 TESTING AND COMMISSIONING
39.1 The different stages and procedures for testing of indoor and outdoor equipments are given
below as guidelines.
39.2 Testing and commissioning consist of final testing of selection circuits, for proper functioning
of track circuits and points, gears as per SEM, energizing and testing of power cables, stabilizers,
secondary cells for all circuits, energizing and testing of colours light signals and final commissioning
of the entire signaling arrangements for traffic use. The equipments shall be first tested by the
Railways. The equipment shall be first; tested by the contractor and then jointly with Railways,
testing charges; being borne by the contractor. The contractor shall provide test panel for testing at
his own cost. The different stages and procedures for testing of indoor and outdoor equipments are
given below as guidance.
STAGE-I
TESTING OF THE RELAY INTERLOCKING
STAGE-II
TESTING OF THE OUTDOOR GEARS, VIZ., POINTS, SIGNALS, TRACK CIRCUITS, LC
GATES ETC.,
STAGE-III
COMMISSINING OF PANEL BY CONNECTING THE OUTDOOR GEARS TO THE PANEL.
39.3 TESTING OF RELAY INTERLOCKING 39.3.1 Energization of relays by connecting the simulation panel.
B/SG/CN/13/Po,Sat,Ndu
Page 102 of 118
39.3.2 Clearing of signals on the simulation panel and carrying out the following tests (As per table
of control)
i) Negative tests
ii) Dead/Approach locking tests.
iii) route/Back locking tests.
iv) Testing of conflicting signals.
v) All other circuits viz., SM's key, CHLR, LXPR, KLCPR are provide
correctly in the respective signalling circuits.
39.4 TESTING OF OUTDOOR GEARS: Testing of outdoor gears consist of
a) Signals
b) Motor operated points
c) Track circuits
d) LC gates (Interlocking)
e) Sidings
f) Slots.
39.5 COMMISSIONING OF PANEL: Commissioning of panel consists of
a) Testing all signals from panel and correspondence of site
b) Checking the correspondence between the points and panel their panel indications.
c) Checking the correspondence between the track circuits and its panel indications.
d) Testing of sidings, its electrical transmission of EKT, panel indications.
e) Testing of LC gates, its electrical transmission of EKT, panel indications.
39.6 Testing of Relay interlocking -- Energization of Relays by connecting simulation
panel:
39.6.1 For major yards, it is preferable to energize relays, circuit wise and sheet wise, since it
involves number of routes and parallel movements. For way station, it is preferable to energize the
circuit, route wise. Before taking up the above energization, the following works shall be completed:
39.6.2 Wire to wire bell test of all sheets before soldering and after soldering.
39.6.3 Plugging of all relays as per contact configuration.
39.6.4 Power supply arrangements with batteries.
39.6.5 Connecting the simulation panel.
•••• It shall be possible to control all TPRs, NWKRs/RWKRs, CHLRs,
KLCRs, LXCPRs etc., from the simulation panel by energizing all the
relays.
•••• (ii) It is desirable to have the simulation panel adjacent to control panel
so that the panel indication can be observed simultaneously while
testing.
39.7 Simulation panel consists of two Boards:-
(A) BOARD No.1
It depicts the yard (painted) with points, track circuits, LC gates and slots. Switches are fixed
on the board to simulate the conditions of the points, track circuits, interlocked LC gages, slots etc.
Track circuit switches are fixed on the track. Point control switches are fixed nearer to the points
for small yards. For major yards the switches are grouped as point switches and track circuit
switches. Functions requiring ON and OFF switch (with make and break facility i.e., two wires only)
with facility to pick up a relay in one position and drop the same in other position. Example: Switch
B/SG/CN/13/Po,Sat,Ndu
Page 103 of 118
OFF - Track Down. - TPR dropped. Switch ON - Track pick up - TPR picked up. For controlling the
following function the above type switched shall be used
i) Track circuits
ii) Siding point
iii) Crank handle
iv) Slot
v) LC gate
Points require ON and OFF switches with facility to pickup conflicting relays (i.e., NWKR and
RWKR) in two positions. (These switches require three wires).
(B) BOARD No.2
To simulate the signals the following bulbs are used as dummy loads for the ECRs to pick up and also
to observe the aspect of the signals during testing.
ON aspect : 110V 40 W
OFF aspect : 110V 25 W
ROUTE aspect : 110V 75 W (Jn. Type route indicator)
(C ) Wiring simulation panel to the relay room side wiring at MDF
Disconnect all the links on cable termination rack. Wires from the switches are connected to the
relay room side termination. Similarly the wires from simulation panel Board No.2 consisting of
lamps are connected to the relay room side termination. Multi core 0.6mm dia cable is used for wiring
the simulation boards. To reduce the voltage drop, more conductors are used for supply taken
to the test panel and also to the negative since common return is used.
39.8 Testing and commissioning of outdoor equipments
39.8.1 Cable meggering and pairing up of conductors shall be done.
39.8.2 All the power cables shall be made through and power supply shall be extended to all
locations.
39.8.3 After the power cables are energized, check up each limb of the power cable whether any
earth fault exists using multi meter. This will indicate whether any cable conductor is faulty (i.e.,
earthed).
39.9 Testing of signals:
i) Signals shall be initially tested from the LOC box to attend to minor troubles of bulb holders,
wiring etc.,
ii) All the aspects shall be checked by giving 110 V AC feed from Loc. Box and then the test shall be
repeated by giving feed from Relay room CT rack. This shall be repeated by giving feed from relay
room CT rack. This test shall be done for each aspect, route and pilot lamp of shunt signals.
iii) Care shall be taken to ensure that no train is approaching during this test to avoid misleading
information to drivers.
iv) Ensure that signal number plate is provided and unit back door is fastened and locked properly.
Door locking is very important to prevent sun rays falling on to lenses to give phantom indications.
v) Focus the signal aspects, record the aspect voltages and ensure that it is within the permissible limit
(90% of rated voltage of the bulb).
39.10 Testing of points 39.10.1 Points Shall be tested first locally from the location box when point Contactor unit kept in
location. Before commencing this test, ensure 110V DC, 24V DC are available in location box. If it
is cross over point, it is preferable test one by one and then test both at a time.
39.10.2 Siemens points contactor unit
B/SG/CN/13/Po,Sat,Ndu
Page 104 of 118
Connect N24 V to W4, connect B24V to W1, then remove so that N/R picks up and holds, then
touch B24V to W3 to operate points from normal to reverse. All the relays in point Contactor unit
operate as required and relays in point operated from N to R. Check up whether NWKR supply to
relay room is available. For reverse to normal operation, keeping N24V in W4 touch B24V on W1
and then on W2. Point operates from reverse to normal. Check up the RWKR supply to relay room
is available.
39.10.3 Point Contractor unit with QBCA 1 Relays
Connect B24V to W3 and N24V to W4. WCR picks up. Connect B24V to W2 and N24V to W1 to
pick up RWCR to operate the point from normal to reverse. After the point operation is completed,
loop RWCR, WCR by disconnecting the supply. Check up whether outgoing RWKR supply is
available in location box. For reverse to normal operation, change the polarity on W1 and W2 and
check. Care shall be taken to check whether correct wiring is done with regard to polarity. Check up
whether the cross protection wiring is done on the electrical detector. Check up whether snubbing is
effective in case of GRS, 5E point machine. The following tests shall be carried out on Pt. Machines
a) Obstruction test.
b) Detection contact break test.
c) Out of correspondence test (in case of cross over point).
d) Track locking test (to be done when operated from panel). This test is to be done for both N to
R and R to N operations.
e) Whether point can be hand cranked with interlocked crank handle.
f) Check the correspondence between point position at site, both the ends in case of crossover and
NWKR/RWKR in relay room (to be done when tested from panel)
39.11 Track circuits
39.11.1 all the track circuits shall be energized and outgoing TPR voltage checked.
39.11.2 Check whether cross protection wiring is done for TPR circuit.
39.11.3 Shunt the track circuit at various places on the track and check whether the track relay drops
every time it is shunted.(Especially near fouling marks).
39.11.4 Check the correspondence between TR and TPR in relay room.
39.11.5 Track circuit shall be adjusted properly and readings recorded.
39.11.6 TSR value shall be recorded.
39.11.7 Check whether the track circuit is protecting the fouling point,
39.11.8 Ensure that at least one polarity rail is in series connection.
39.11.9 Check up in put AC voltage to the track feed charges is sufficient and battery is getting
charged.
39.12 Check up the interlocking of LC Gates, siding points
a) Check up for the proper functioning of electrical transmission of key transmitters.
b) Check up the panel indications.
c) Connect magneto telephone communication between SM and LC gate/siding.
d) Ensure that respective signals cannot be taken OFF if LC/siding controls are not available with
SM (i.e., on panel).
e) Ensure that when the signals are taken off, respective LC gate/siding key cannot be extracted from
the EKT.
39.13 Testing of slot circuits Wherever end panels are available, inter cabin slot circuits shall be tested. Slot circuits can be tested
similar to that of signal HR circuits:
Slot circuit relay Similar relay in HR circuit
B/SG/CN/13/Po,Sat,Ndu
Page 105 of 118
a. SLRR RR
b. SLUCR UCR
c. OVSR ASR
d. OVYR HR
Negative tests, approach locking tests, back lock/route holding tests, cancellation of slots shall be
tested similar to that of any signal in the yard as given in table of control.
40.0 COMMISSIONING OF PANEL 40.1 Check up all signals aspects by directly feeding from cable termination rack (110V AC).
40.2 Check up operation of points from C.T. rack and check whether NWKR/RWKR incoming feed
is available (by connecting 24V DC to W1, W2, W3 and W4 as explained earlier).
40.3 Check up the incoming feed of TPRs in the C.T. rack. The above checking will confirm the
pairing of cable conductors.
40.4 Remove the wiring connection of simulation board on cable termination rack and make through
the links of all TPRs, WKRs and signal circuits.
40.5 First test the points from panel individually and conduct all tests discussed earlier including
track locking test, correspondence between point position and NWKR/RWKR in relay room.
40.6 Check whether all TPRs have picked up and check up the panel indication by individually by
dropping each track circuit correspond correctly.
40.7 Check whether all other required relays viz., CHLR, LXPR, KLCR have picked up.
40.8 Test all the signals from panel.
40.9 Check the correspondence between relay from and signal aspects which is most important. For
checking the aspects of home signals, distant signals, staff (not below the rank of ESM) shall be
deputed to site with walkie-talkie or Magneto telephone and check the correspondence.
40.10 Remove the signal bulb at site of every aspect and check whether indication disappears on the
panel and ECR drops in the relay room.
40.11 Open all the registers and make entries of counter numbers before handing over to operating
staff.
41.0 DOCUMENTATION
41.1 THE FOLLOWING REGISTERS SHALL BE HANBDED OVER TO OPERATING
STAFF a) Relay room key register,
b) Route cancellation/Calling On register,
c) Crank handle register,
d) Axle counter reset register,
e) Diesel oil consumption register (Generator working register)
f) Block Instt Key Register
g) Joint Insp of Points and Crossings
h) Joint Insp of Track Circuits
i) Block Line Clear Cancellation Register
j) Calling On Cancellation Register
k) PB-1 and PB-2 Counter Registers
41.2 THE FOLLOWING REGISTERS SHALL BE OPENED FOR SIGNAL
MAINTENANCE STAFF
B/SG/CN/13/Po,Sat,Ndu
Page 106 of 118
a) Track circuit history register,
b) Track circuit maintenance register,
c) LED Signal lamp replacement register,
d) Battery maintenance register,
e) Generator repair register.
f) Block joint maintenance register,
g) Axle counter Channel Level register
h) Asst Register
i) Glued Joint Register
j) Cable insulation Register
k) Consent Memo Register
l) EJ Box Channel Level Register
m) Earth resistance Register
n) Failure Memo Register
o) Point Trk CKT Bond Connections Register
p) Relay Overhauling/Insp Register
q) Work Cum Insp Register
r) Any other Registers that Railway may find necessary during Execution
In addition Contractor and ESM shall jointly ensure Sealing of equipments where required shall be
done. Entries shall be made in the signal history book regarding new S&T assets commissioned.
42.0 GENERAL
42.1 Signal and interlocking fittings; All signal and interlocking fittings should be in accordance
with I.R.S. specification No. S-10 unless otherwise specified.
42.2 All relay interlocking principles contained in IRS S-36 shall be applicable for all relay
interlocking works.
43.0 AS MADE DETAILS After commissioning of the entire installation, as made tracings of documents/plans shall be made on
tracing film to Railway standard size and also 6 copies of booklets consisting of the following
documents shall be made
1. Signaling plan.
2. As made track bonding diagram
3. As made cable plan
4. As made cable route plan
5. As made apparatus case wiring diagram, termination and cable particulars.
6. As made cable termination rack particulars.
6a. Power distribution
6b. Circuit diagram
6c. Panel termination particulars
6d. Table of control
7. Cable meggering readings
8. Copies of CRS sanction, safety certificate.
9. Relays and other equipments details (Field equipments).
10. Sighting Committee Report.
11. Relay contact particulars
12. Equipment Arrangement Plan ( Floor Diagram) of all rooms incl DySS Room
B/SG/CN/13/Po,Sat,Ndu
Page 107 of 118
44.0 DRAWINGS
The respective drawings for labour portion can be obtained from the office of the Dy.CSTE/C/BZA
on any working day.
- - - - - - -
B/SG/CN/13/Po,Sat,Ndu
Page 108 of 118
ANNEXURE I
INDEMNITY BOND FOR SUPPLY OF MATERIAL
INDEMNITY BOND
FOR SUPPLY OF MATERIALS
(TO THE CONTRACTOR)
We…………………………………………….hereby undertake that we hold in our custody for and on
behalf of the President of India acting in the premises through the Chief / Dy. Chief Signal &
Telecommunication Engineer (Construction), South Central Railway Secunderabad (hereinafter referred to
as the Purchaser) and as his property in trust of him all imported and indigenous materials which have
been handed over to us against the contract of for: Signalling arrangements in connection with
strengthening the existing sub-structure of bridge No 1017 for double line super structure across river
Tungabhadra between Mantralayam road and Matmari stations in Guntakal division vide letter of
acceptance ……………………………………… such as ……………………………… handed over to us
by the Purchaser for the purpose of execution of the said contract, until such time the materials are duly
erected or otherwise handed over to him.
We shall entirely be responsible for the safe custody and protection of the said materials against all risk till
they are duly delivered as erected equipment to the purchaser or against any loss, damage or deterioration
whatsoever in respect of the said materials which in our possession and against disposal of surplus
materials. The said materials shall at all time be open to inspection by any Officer authorized by the
District Signal & Telecommunication Engineer (Construction), South Central Railway.
Should any loss, damage or deterioration of materials occur or surplus materials disposed off and refund
becomes due the purchaser shall be entitled to recover from us the full cost and compensation determined
in terms of the contract for such loss, damage or deterioration, if any along with the amount to be
refunded, without prejudice any other remedies available to him, by deduction from any sum due/any sum
which at any time hereafter becomes due to us under the said or any other contracts.
In the event of any loss, damage or deterioration as aforesaid the assessment of such loss or damage and
the assessment of such compensation therefore would be made by the President of India or his authorized
nominee and the said assessments shall be final and binding upon us.
Dated this ………………………….day of……………….2009.
Contractor
Signature of Witnesses:
1.
2.
(Names of the witnesses in Block Letters)
B/SG/CN/13/Po,Sat,Ndu
Page 109 of 118
ANNEXURE –II
FORM OF BANK GUARANTEE BOND
To
The FA&CAO(Construction)
SC Railway, Secunderabad
BANK GUARANTEE BOND
1. In consideration of the President of India acting through the Deputy Chief Signal &
Telecommunication Engineer (Construction), South Central Railway, VIJAYAWADA-520001 (hereinafter called “the Government”) having awarded to …………….. (hereinafter called “the said
contractor”) from the demand, under the terms and conditions of Agreement/Letter of acceptance No
……………… for the work of Signalling arrangements in connection with strengthening the
existing sub-structure of bridge No 1017 for double line super structure across river Tungabhadra
between Mantralayam road and Matmari stations in Guntakal division (herein after called the
“Agreement”), and the contractor having agreed to provide a Performance Guarantee for the faithful
performance of the contract equivalent to 5% of the value of the contract ie., for Rs
………….(Rupees ………………only) to the Government.
2. We,.,…………….. (hereinafter referred to as “the Bank”) at the request of (contractor)
…………………… do hereby undertake to pay the Government an amount not exceeding Rs
……….. (Rupees ………………….. only) against any loss or damage caused to or suffered or would
be caused to or suffered by the Government by reason of any breach by the said contractor(s) of any
of the terms or conditions contained in the said Agreement.
3 We, …………., do hereby undertake to pay the amounts due and payable under this
guarantee without any demur, merely on a demand from the government stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered by the
Government by reason of any breach by the said contractor(s) of any of the terms or conditions
contained in the said agreement or by reason of the contractor(s) failure to perform the said
agreement. Any such demand made on the bank under this guarantee shall be conclusive as regards
the amount due and payable by the bank under this guarantee. However, our liability under this
guarantee is restricted to an amount not exceeding Rs ……….. (Rupees …………………….. only).
We do hereby undertake this Performance Guarantee in force till the satisfactory completion of the
work and the maintenance period is over ie., ……………. .
4. We undertake to pay to the Government any money so demanded notwithstanding any
dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before
any court or Tribunal relating thereto our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be valid discharge of our liability for payment there
under and the contractor(s)/supplier(s) shall have no claim against us for making such payment.
5 We,………., …., further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said agreement and that it
shall continue to be enforceable till all the dues of the Government under or by virtue of the said
Agreement have been fully paid and its claims satisfied or discharged or till The
FA&CAO(Construction), SC Railway, Secunderabad, certifies that the terms and conditions of the
said agreement have been fully and properly carried out by the said contractor(s) and accordingly
B/SG/CN/13/Po,Sat,Ndu
Page 110 of 118
discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on
or before the ………….., we shall be discharged from our liability under this guarantee thereafter.
6. We, ………., …… further agree with the Government that the Government shall have the
fullest liberty without our consent and without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said agreement or to extend time of performance by the
said contractor(s) from time to time or to postpone for any time or from time to time any of the
powers exercisable by the Government against the said contractor(s) and to forbear or enforce any of
the terms and conditions relating to the said agreement and we shall not be relieved from our liability
by reason of any such variation, or extension being granted to the said Contractor(s) or for any
forbearance act or omission on the part of the Government or any indulgence by the Government to
the said Contractor(s) or any such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect of so relieving us.
7. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s)/Supplier(s).
8. We, ………, lastly undertake not to revoke this guarantee during its currency except with the
previous consent of the Government in writing.
9. Notwithstanding anything contained herein, our liability under this bank guarantee, shall not
exeed Rs …………… (Rupees ………………. only). This bank guarantee shall be valid up to
……………. and we are liable to pay the guaranteed amount or any part thereof under this bank
guarantee only and only if you serve upon in a written claim or demand on or before ………...
Dated the day of ………… 2009.
For ……………..
Witness:
(Before executing the BG, the proforma may be verified from the office for the latest format)
B/SG/CN/13/Po,Sat,Ndu
Page 111 of 118
Annexure- III
PROFORMA
ENGINEERING ORGANISATION
1. ENGINEERING ORGANIZATION AVAILABLE ON HAND
Sl.No Name & Designation of
Employee
Qualification Previous
Experience
Working
From To
01. 02. 03. 04. 05.
A
B
C
z
2. ENGINEERING ORGANIZATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM
ABOVE.
Sl.No Name & Designation of
Employee
Qualification Previous
Experience
Remarks
01. 02. 03. 04. 05.
A
B
C
Z
3. ENGINEERING ORGANIZATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM
OUTSIDE.
( A SUITABLY WORDED CONSENT LETTER FROM SUCH A PERSON SHOULD BE OBTAINED
AND ENCLOSED)
Sl.No Name & Designation of
Employee
Qualification Previous
Experience
Remarks
01. 02. 03. 04. 05.
A
B
C
Z
SIGNATURE OF THE TENDERER(S):
NAME OF THE TENDERER (S):
B/SG/CN/13/Po,Sat,Ndu
Page 112 of 118
Annexure- IV
PROFORMA
PLANT & MACHINERY
1. PLANT & MACHINERY AVAILABLE ON HAND:
Sl.
No
Particulars
of
machinery,
Plant &
equipment
No. of
Units
Kind
and
make
Capacity Age and
Condition
Approx. cost in
Rs. In Lakhs
Purchase Bill No. &
Date and Registration
particulars
01. 02. 03. 04. 05. 06. 07. 08.
A.
B.
C.
Z.
2. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM ABOVE.
Sl.
No
Particulars
of
machinery,
Plant &
equipment
No. of
Units
Kind
and
make
Capacity Age and
Condition
Approx. cost in
Rs. In Lakhs
Purchase Bill No. &
Date and Registration
particulars
01. 02. 03. 04. 05. 06. 07. 08.
A.
B.
C.
Z.
3. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM OUTSIDE.
Sl.
No
Particulars
of
machinery,
Plant &
equipment
No. of
Units
Kind
and
make
Capacity Age and
Condition
Approx. cost in
Rs. In Lakhs
Purchase Bill No. &
Date and Registration
particulars
01. 02. 03. 04. 05. 06. 07. 08.
A.
B.
C.
Z.
SIGNATURE OF THE TENDERER (S):
NAME OF THE TENDERER (S):
B/SG/CN/13/Po,Sat,Ndu
Page 113 of 118
Annexure- V
EXPERIENCE CERTIFICATE
Date:
Sl.No Work Details Details
1. Name of work
2. Agreement Number, date and name of the agency
3. Agreement value in Rupees ( in words and figures)
4. Due date of completion
5. Number of Extensions granted
6. Actual date of completion of work
7. Value of Final Bill if pass (in words)
8.
Work completed but Final measurements not recorded.
a) Amount paid so far as in CC bill No.
9. Work completed. Final measurements recorded with negative
variation
a) Amount so far paid as in CC bill No.
10. Work completed. If Final measurements recorded with Positive
variation which is not sanctioned yet.
a) Original agreement value or last sanctioned agreement value
whichever is lower.
Note:
1. This certificate in this proforma is to be issued only for Completion work.
2. This certificate to be issued only by Sr.DSTE in charge of the work in open line and Dy.CSTE in
charge of the work in Construction. This type of Certificate may be obtained from Superintendent
Engineer in charge of the work from State Government / Public Sector Undertakings:
Signature:
Name of Officer:
Designation:
Address:
Office Seal:
B/SG/CN/13/Po,Sat,Ndu
Page 114 of 118
Annexure- VI
LIST OF WORKS ON HAND WITH THE TENDERER
Sl.
No
Name of
the work
Agreement
No & Date
Designation
and address of
agreement
signing
authority
Agreement
value in lakhs
Bill
amount
paid so
far in
lakhs
Due date of
completion
Number of
extensions
taken
01. 02. 03. 04. 05. 06. 07. 08.
Railway Works
A
B
C
D
E
Z
State Govt. Works
A
B
C
D
E
Z
Public Sector Undertaking works
A
B
C
D
E
Z
Signature of Tenderer:
Name of Tenderer:
B/SG/CN/13/Po,Sat,Ndu
Page 115 of 118
Annexure- VII
CERTIFICATE OF FAMILIRISATION
I/We hereby solemnly declare that I/We visited the site of the above work and have femiliarised
myself/ourselves of the working conditions there in all respects and in particular the following.
i) Topography of the area.
ii) Soil conditions at the site of work.
iii) Sources and availability of construction materials
iv) Rates for construction materials.
v) Availability of local labour, both skilled and unskilled and the prevailing labour rates.
vi) Availability of water and electricity.
vii) The existing roads and access to the site of work with regard to crossing of Existing track and
re-handlings involved in crossing of existing tracks.
viii) Availability of space for putting labour camps, offices, stores go downs, Engg. yard for
collection of required materials and stacking.
ix) The site of work is surrounded by running main lines where extensive train operations will be
there. Safety measures required before planning execution of work, it is to be studied in
detail before quoting rates.
Any other matter that may have bearing on work.
Signature of Tenderer:
Name of Tenderer:
B/SG/CN/13/Po,Sat,Ndu
Page 116 of 118
Annexure - VIII
CERTIFICATE OF COMPETENCY
Certified that Sri ………………. Signalling / Telecom. Works supervisor of M/s. ……………
……………….. has been examined regarding Safety Working in Railway areas in connection with
Work under Contract Agreement No. (s) ………………………….. His knowledge has been found
satisfactory and he is capable of supervising the work safely.
Issued by:
(Railway Supervisor’s Signature, Name and designation).
Countersigned by:
( Name & Signature of ASTE/DSTE with stamp)
B/SG/CN/13/Po,Sat,Ndu
Page 117 of 118
Annexure - IX
METHOD STATEMENT
(To be read, filled and signed by the tenderer)
1. Name of the work: Priovision of signaling arrangements in connection with new crossing
station at Nandipalli in Guntur division of SC Rly.
2. Nature of work: The work broadly involves the following components:
(a) Indoor: Indoor activities involve erection of relay racks, fixing and wiring of relays
in relay room, installation and wiring of power supply arrangements etc.,
Precautions to be taken:
All the staff involved from contractor side will be trained about railway procedures and
certification to railway officials for important technical staff of contractor will be ensured.
Staff and Equipments: Four competent trained wiring technicians, one supervisor and four
assistant wiremen will be deployed during peak work.
Adequate number of soldering irons of different ratings, electronic buzzer tester, gloves,
testers, multimeters and de-soldering equipment will be deployed. Cutting, drilling and
grinding machinery will be deployed as and when necessary. At least one petrol / kerosene
portable generator will be deployed to ensure progress of work during prolonged power
failures. Adequate lighting arrangements for field and indoor will be made as and when
necessary.
(b) Outdoor: The outdoor work broadly involves trenching, cable laying, track
crossings, foundations for signals and location boxes, pitching, erection of signals
and the LC gates, location boxes and their wiring, fixing and wiring of point
machines, wiring of track circuits etc.
Precuations to be taken: The most sensitive part of the outdoor work is the need to
protect the existing cables, other signaling gears, track and running trains. Where ever
working close to track is involved, a trained supervisor will be deployed along
with lookout persons for protecting the track and traffic .
Signature of Tenderer/Contractor
B/SG/CN/13/Po,Sat,Ndu
Page 118 of 118
Before starting the work, a joint survey will be undertaken along with
railway officials to identify safe locations for excavation and other works. When work are involved
close to track or where dense cables are available, manual digging with fifteen to twenty men will be
ensured. Only where there is adequate moving space and less risk earth excavating machinery such
as Hydraulic excavators will be deployed.
Staff and Equipments: Adequate number of staff to minimize field working will be deployed during
peak work with necessary tools such as cable tracing equipment, shutters, digging equipment and
adequate number of tools for cutting, drilling etc., will be deployed.
© List of staff/equipments proposed to be deployed during peak work.
S.No Description Type and Number (To be filled by the
tenderer)
1 Technical Supervisors as per clause 23.0 of
Special Conditions of Contract
2 Wiremen Technicians
3 Wiremen Assistants
4 Physical Labour for indoor work
5 Carpenters (when required)
6 Painters (when required)
7 Masons (for outdoor as required)
8 Mechanical Technicians (when required)
9 Physical Labour for trenching (during peak
work)
10 Number of goods carriers/autos (when
required)
11 Number of trucks (when required)
12 Soldering equipments
13 De-soldering equipments
14 Drilling machines
15 Mechanical excavators (for trenching when
required)
16 Any other equipment
I undertake to deploy adequate equipment and skilled staff to complete the work in a safe and
efficient manner.
Signature of Tenderer/Contractor