145
TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 1 of 140 (CHHATTISGARH STATE POWER GENERATION COMPANY LIMITED) OPEN TENDER DOCUMENT FOR Name of Work- “Supply, Installation ,Testing & Commissioning of S&T Indoor & Outdoor gears with Panel Interlocking system of Rail Infra Structure Facility for Transportation of Coal from Naila Railway Station to 2X500 MW MARWA TTPP”. TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 CONSULTANT: Signal & Telecommunication Division, RITES Bhawan, 5 th Floor, Left wing Plot No.1, Sector-29 Gurgaon-122001, (Haryana) Tel. +91-124-2818541, Fax. +91-124-2571660 Tender Document issued to: _____________________________________ (Name of Tenderer) ______________ _____________________________________ (Address of Tenderer) ____________ Signature of Officer issuing the Date of Issue: __________ Document with Designation

(CHHATTISGARH STATE POWER GENERATION ... Tender...TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 1 of 140 (CHHATTISGARH STATE POWER GENERATION COMPANY LIMITED) OPEN TENDER DOCUMENT

  • Upload
    vananh

  • View
    225

  • Download
    4

Embed Size (px)

Citation preview

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 1 of 140

(CHHATTISGARH STATE POWER GENERATION COMPANY LIMITED)

OPEN TENDER DOCUMENT

FOR

Name of Work- “Supply, Installation ,Testing & Commissioning of S&T Indoor & Outdoor gears with Panel Interlocking system of Rail Infra Structure Facility for Transportation of Coal from Naila Railway Station to 2X500 MW MARWA TTPP”.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15

CONSULTANT:

Signal & Telecommunication Division, RITES Bhawan, 5th Floor, Left wing

Plot No.1, Sector-29 Gurgaon-122001, (Haryana)

Tel. +91-124-2818541, Fax. +91-124-2571660 Tender Document issued to: _____________________________________ (Name of Tenderer) ______________ _____________________________________ (Address of Tenderer) ____________ Signature of Officer issuing the Date of Issue: __________ Document with Designation

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 2 of 140

TENDER AND CONTRACT DOCUMENT

CONTENTS

SL. No. Details Page PART – 1 (Technical Bid)

SECTION No. 1 Notice Inviting Tender and Instructions to Bidders.

4 – 56

SECTION No. 2 Tender and Contract Form 57– 60 SECTION No. 3 Special Conditions of Contract & Additional

Special Condition of Contract 61 – 78

SECTION No. 4 Proforma for schedule 79 – 84

SECTION No. 5 Technical Specifications & Drawings 85 – 140

SECTION No. 6 Deleted

PART – 2 (Financial Bid) SCHEDULE (BILL) OF QUANTITES

Percentage Rate Tender

Abstract of Cost of All Schedules

Schedule-A – (Supply of Materials)

Schedule-B – (Execution of Works)

PART – 3

GENERAL CONDITIONS OF CONTRACT

Section 7* Conditions of Contract Can be down loaded from

the web site of RITES

www.rites.com

Section 8* Clauses of ContractSection 9* RITES Safety Code Section 10* RITES Model Rules for protection of Health

and Sanitary arrangements for Workers Section 11* RITES Contractor’s Labour Regulations Section 12 Correction slips of RITES GCC issued till date 1-4 *General Condition of Contract(Compilation of Section 7 to 11) is available separately as a priced published document which may be obtained separately from RITES website @ www.rites.com

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 3 of 140

PART - 1

TECHNICAL BID

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 4 of 140

SECTION - 1

NOTICE INVITING TENDER AND

INSTRUCTIONS TO TENDERERS

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 5 of 140

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

1.0 GENERAL

1.1 Tender Notice Open Tenders are invited by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, acting for and on behalf of Chhattisgarh State Power Generation Company Limited as an Agent/Power of Attorney Holder, from working contractors (including contractors who have executed works within the last five years reckoned from the scheduled date of opening of tender) of Railways, CPWD, MES, DOT, RITES, State PWD or any other Central / State Government Undertaking, Municipal Body, Autonomous Body of Central/State Governments or Public Ltd., Co. listed on BSE/NSE for the work of “Supply, Installation ,Testing & Commissioning of S&T Indoor & Outdoor gears with Panel Interlocking system of Rail Infra Structure Facility for Transportation of Coal from Naila Railway Station to 2X500 MW MARWA TTPP”. (TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA /12/15

(Note: Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives are synonymous).

1.2 Estimated Cost of Work The work is estimated to cost Rs. 2,97,91,679 (Rupees Two Crores, Ninety Seven Lakhs, Ninety One Thousand, Six Hundred Seventy Nine Only.). This Estimate, however, is given merely as a rough guide.

1.3 Time for Completion The time allowed for completion will be 10 (Ten) months from the date of start.

Date of Start – 15 days from the date of issue of “Letter of Acceptance” or the fist date of handing over of any part of site whichever is later.

1.4 Brief Scope of Work

(i) The work includes Supply, installation, testing & commissioning of S&T Indoor & Outdoor gears of Signaling & Telecommunication system including Panel Interlocking system at in-plant yard of Marwa TTPP.

(ii) This work includes

(a) Designing of Selection table, Panel Diagram, circuit diagram, track bonding plan, Cable layout plan, Cable courage plan etc.

(b) Supply of Out door gears such as outdoor signaling cables, Signal posts, signal units, Point machines, Digital Axle Counters, Apparatus cases, Track circuit equipments etc.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 6 of 140

(c) Supply of various signaling & telecommunication In door equipments such as Relay racks, Cable Terminal Racks, Control cum Indication panel, Relays of all types, timers, flasher, indoor and cables, etc.

(d) Out door execution work such as Trenching & laying of all type of signaling cables and telecom cables. Foundation & erection of location boxes and termination of cables therein. Installation of point machines. Foundation & erection of signal post & their unit along with the wiring.

(e) In door execution work such as erection of Relay racks, cable termination racks, fixing & wiring of various relays, fuses, and surge protection devices in the relay racks. Fixing & wiring of Control cum indication panels. Installation of IPS and extension of various power supplies to the required equipments. Installation & wiring of Block Instrument.

1.5 Availability of Site

Please refer Clause No. 1.15 of “Additional Special Conditions of Contract”.

2.0 QUALIFICATION CRITERIA TO BE SATISFIED

2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed.

2.2 The Qualification Criteria to be satisfied will depend on the category of works, whether Normal or Large. Normal Works are those costing up to Rs.30 Crores each and Large Works are those costing more than Rs.30 Crores. The work for which the Tender is being invited falls under the category of Normal works.

2.3 Deleted 2.4 In this Tender Joint Venture is allowed. In case of Joint Venture, following will apply: a) If JV is successful in the Bid, the Contract will be awarded in the name of JV. The JV

Agreement should be executed within 15 days of receipt of Letter of Acceptance and the JV Agreement duly registered in accordance with law so as to be legally valid and binding on the members. The JV shall also open a Bank account in the name of JV and all payments due to the JV shall be credited by the Employer to that account only. To facilitate statutory deductions such as towards Income Tax, VAT etc. made from the amounts due to the JV being credited to the concerned Government Departments, the JV shall arrange to obtain in the name of JV, PAN/TIN etc as required.

b) Bid submitted by a Joint Venture of two or more firms as Partners/Members shall be accompanied by the following documents: i) A copy of Joint Venture MOU/Agreement duly notarized so as to be legally valid and

binding on all the Partners/Members and incorporating the following provisions (Suggested format at Annexure III):

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 7 of 140

• The Bid and, in case of a successful Bid, the Agreement shall be signed so as to

be legally binding on all Partners/Members. • One of the Partners/Members shall be nominated as being in charge and this

authorization shall be evidenced by submitting Power of Attorney signed by legally authorized signatories of all the Partners/Members.

• The Partner-in-charge/Lead Member shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners/members of the Joint Venture and the entire execution of the Contract, shall be done exclusively with the Partner in charge.

• All the partners of the Joint Venture shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms and a statement to this effect shall be included in the authorization through a Power of Attorney in favour of the Partner-in-charge/Lead Member as well as in the Bid and in the Agreement (in case of a successful bid).

• Indication of the precise responsibility of all Partners/Members of the Joint Venture in respect of planning, design, construction equipment, key personnel, work execution and financing of the Project duly indicating the percentage in financing of JV by each Partner.

• In case of `Normal Works’, the Partner-in-Charge/Lead Partner shall be responsible for 100% financing of the J.V.

• All partners/members of the JV shall comply with the provisions in the Integrity Pact and any violation of the Pact by any partner/member shall be construed as a violation by the JV.

ii) Power of Attorney in favour of the Partner-in-charge/Lead Member on the lines

mentioned in item “a” above. (Suggested format at Annexure V). 2.5 The documents to be furnished by the Bidder to prove that he is satisfying the Qualification

Criteria laid down should all be in the Bidder’s name, except in cases where though the name has changed, the owners continued to remain the same and in cases of amalgamation of entities.

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON

QUALIFICATION CRITERIA 3.1 Other than Joint Ventures

The Tenderer shall furnish a Letter of Transmittal as given in Annexure II A enclosing the documents mentioned therein/listed in para 1(a) of Annexure IA.

3.2 Joint Ventures (For Large Works)

Deleted

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 8 of 140

3.3 Joint ventures (For Normal Works) The Partner in charge / Lead Member shall furnish a Letter of Transmittal as given in Anneuxre II B (N) enclosing the documents mentioned therein/listed in para 1(c) of Annexure I A.

4.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise the Documents listed below and

addenda issued in accordance with para 7 : PART – 1:- Technical Bid Packet

(Read with Correction Slip Nos.1 to _____) Section 1 Notice Inviting Tender and Instructions to Tenderers. Section 2 Tender and Contract Form. Section 3 Special Conditions & Additional condition of contract. Section 4 Schedules A to F Section 5 Technical Specifications & Drawings Section 6 Deleted

PART – 2:- Financial Bid Packet

Abstract of Cost of All Schedules Schedule-A – (Supply of Materials) Schedule-B – (Execution of Works)

PART – 3:- General Conditions of Contract

(Read with latest correction slip) Section 7 Conditions of Contract Section 8 Clauses of Contract Section 9 RITES Safety Code Section 10 RITES Model Rules for protection of Health and Sanitary arrangements for

Workers Section 11 RITES Contractor’s Labour Regulations Section 12 Correction slips for RITES GCC issued till date

4.2 General Conditions of Contract (Compilation of Sections 7 to 11) with up to date correction

slips are also available in RITES website <www.rites.com>

5.0 ISSUE OF TENDER DOCUMENT 5.1 A complete set of Tender Document (Technical and Financial Bid) described in Para 4.1

above can be seen in the office of the Group General Manager/S&T, 5th floor, Left Wing, RITES BHAWAN, Plot-1, Sector-29,Gurgaon-122001 (Haryana) Telephone No. 0124-2828546/2818960 between hours of 11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public Holidays.

5.2 One set of Tender Document may be purchased from the office of Group General Manager

(S&T), 5th Floor, Left wing, RITES Bhawan, from 27.06.2013 to 11.07.2013 for a non

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 9 of 140

refundable cost per set of Rs.5,000/- (Rupees Five Thousand only) in the form of Demand Draft/ Pay Order/ Banker’s cheque drawn on any Scheduled Bank payable at Gurgaon in favour of RITES Ltd., on submission of an application.

5.3 Tender Documents including drawings can also be downloaded from RITES Website

(www.rites.com) and in such a case, the Tenderer shall deposit the cost of tender documents along with submission of tender, failing which his tender shall not be opened. The cost of tender documents shall be deposited in the form of a separate Banker’s cheque / Demand Draft / Pay Order and enclosed in the envelope containing the Earnest Money Deposit. The amendments / clarifications to the Tender documents will also be available on the above website.

5.4 Tender Documents downloaded from RITES website shall be considered valid for

participating in the tender process. During the scrutiny of downloaded tender document, if any modification / correction etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a Tenderer is liable to be rejected. In case the bid of a Tenderer who has downloaded the document from website is accepted the contract shall be executed in the original / manual tender document issued by the concerned RITES officer.

5.5 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document may notify DGM/S&T in writing or by telefax/ or by E-mail at the following Postal Address/ Fax No./E-mail address: RITES Bhawan, Plot no.1, Sector 29, Gurgaon-122001, Fax No. 0124-2818557, E-mail: [email protected]

In cases where Pre-Bid Meeting is not proposed to be held, request for clarifications including request for Extension of Time for submission of Bid, if any, must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Details of such questions raised and clarifications furnished will be uploaded in RITES website without identifying the names of the Bidders who had raised the questions. Any modification of the Tender Document arising out of such clarifications will also be uploaded on RITES website only. In cases where Pre-Bid Meeting is proposed to be held, provisions in para 6.0 below may be referred to.

6.0 PRE-BID MEETING

No Pre bid meeting will be held for the subject tender.

7.0 AMENDMENT OF TENDER DOCUMENT 7.1 Before the deadline for submission of tenders, the Tender Document may be modified by

RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will however be stopped 7 days prior to the deadline for submission of tenders as finally stipulated.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 10 of 140

7.2 Addendum/corrigendum, if any, will be hosted on website only and shall become a part of the tender document. All Tenderers are advised to see the website for addendum/ corrigendum to the tender document which may be uploaded upto 7 days prior to the deadline for submission of Tender as finally stipulated.

7.3 To give prospective Tenderers reasonable time in which to take the addenda/ corrigenda into

account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by RITES Ltd.

8.0 TENDER VALIDITY 8.1 The Tender shall be valid for a period of 90 days from the due date for submission of Tender

or any extended date as indicated in sub para below. 8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to the

expiry of the original time limit for Tender Validity, the Employer may request that the Tenderers may extend the period of validity for a specified additional period. The request and the tenderer’s response shall be made in writing. A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Financial Bid to a higher amount but will be required to extend the validity of the Earnest Money for the period of the extension.

9.0 EARNEST MONEY 9.1 The Tender should be accompanied by Earnest Money of Rs.2,98,000 (Rupees Two Lakh

Ninety Eight Thousand only) in any of the forms given below:- Banker’s Cheque / Pay Order/ Demand Draft payable at Gurgaon, drawn in favour of RITES Ltd. 9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be rejected by

the Employer as non-responsive. 9.3 Refund of Earnest Money a) Two Packet System

The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be returned without interest soon after scrutiny of Technical Bid has been completed by the Employer subject to provisions of Para 9.4 (b). The Earnest Money of the Tenderers whose Technical Bid is found acceptable but Financial Bid is rejected will be returned without interest within 28 days of the end of Tender Validity Period subject to provisions of Para 9.4 (b). b) Single Packet System After evaluation of the Financial Bids, the Earnest Money of unsuccessful Tenderers will be returned without interest within 28 days of the end of Tender Validity Period subject to provisions of Para 9.4 (b).

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 11 of 140

c) The Earnest Money shall be refunded through only Electronic Fund Transfer. The

tenderer shall submit RTGS/NEFT mandate form as per proforma given in Annexure IX duly filled in.

d) In case of both Two Packet and Single Packet System, the Earnest Money of the successful Tenderer, without any interest, will be adjusted as a part of the Security Deposit payable in terms of provisions in the General Conditions of Contract (Clause 1A of Clauses of Contract).

9.4 The Earnest Money is liable to be forfeited

a) If after bid opening, but before expiry of bid validity or issue of Letter of Acceptance, whichever is earlier, any Tenderer i) withdraws his tender or ii) Makes any modification in the terms and conditions of the tender which are

not acceptable to the Employer.

b) In case any statement/information/document furnished by the Tenderer is found to be incorrect or false.

c) In the case of a successful Tenderer, if the Tenderer

i) Fails to furnish the Performance Guarantee within the period specified under

Clause 1 of “Clauses of Contract”. or

ii) Fails to commence the work without valid reasons within the period as specified in Schedule F after the date of issue of Letter of Acceptance or from the first date of handing over of the site, whichever is later.

In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be allowed to participate in the retendering process of the work.

10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document as amended from time to time as indicated in Para 7.0 above. Alternatives or any modifications shall render the Tender invalid.

11.0 SUBMISSION OF TENDER 11.1 Two Packet System and Single Packet System (a) Two Packet System The tenderer shall submit the Tender in original in two packets as under:-

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 12 of 140

PACKET A: - TECHNICAL BID Envelope 1 Earnest Money along with mandate form as per Annexure IX

& Cost of Tender Document if the bid is submitted on the document downloaded from RITES website

Envelope 2 “Authority to Sign”, ‘Integrity Pact’ (when applicable) and Qualification Information along with all enclosures / documents as per Letter of Transmittal/ Checklist given in Annexure II A/ II B (L)/IIB(N). As regards “Authority to Sign” Para 11.2 below may be referred to. As regards ‘Integrity Pact’, para 11.7 below may be referred to.

Technical Bid (Part 1 and Part 3) (Refer Para 4.1) including signature on Tender Form (Section 2) duly witnessed after filling up blanks therein. Each page of the above documents including all Drawings should bear the dated initials of the Tenderer along with the seal of the Company, in token of confirmation of having understood the Contents.

PACKET B: - FINANCIAL BID Envelope 3 Schedule/Bill of Quantities.

Each page of the Financial Bid (Part 2 – Refer Para 4.1) should be signed by the Tenderer along with the seal of the company. In the last page of Financial Bid, at the end, the Tenderer should sign in full with the name of the Company, Seal of the Company and Date.

All rates and amounts, whether in figures and words, must be written in indelible ink. Each Correction, Cutting, Addition and overwriting should be initialed by the Tenderer.

The rate quoted by the renderer should be (+/-)%, above/below the estimated cost given in BOQ.

Instructions contained in subsequent Para 17.6 (a) on “Item rate tender” and 17.6 (b) on “Percentage rate tender” may be carefully studied and complied with.

b) Deleted 11.2 Authority to Sign

a) If the applicant is an individual, he should sign above his full type written name and current address.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 13 of 140

b) If the applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by the person holding Power of Attorney for the firm in the Format at Annexure IV.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure IV.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure V. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure IV.

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind: i) There shall be no additions or alterations except those to comply with the instructions

issued by the Employer or as necessary to correct errors, if any, made by the Tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the Financial offer will however be accepted.

iii) The Employer reserves the right to accept or reject any conditional rebate/discounts. While evaluating the Bid Price, the conditional rebates/discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

11.4 Sealing and Marking of Tenders 11.4.1 Two Packet System

(a) PACKET A – TECHNICAL BID

Envelopes 1 & 2 as described in Para 11.1 (a) above should be sealed separately superscribing “Technical Bid” with Envelope Number, Name of the work and Name of the tenderer. In addition, the following should also be superscribed on the respective envelopes. Envelope 1 i) Earnest Money ii) Cost of Tender Document if the Bid is submitted on

the document downloaded from RITES website. Envelope 2 i) Authority to Sign, ‘Integrity Pact’ (when applicable as

per para 11.7 below) and Qualification Information/

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 14 of 140

documents as per checklist in Annexure IIA / IIB(L)/ II B (N).

ii) Technical Bid including Drawings

Both the envelopes should be put in a packet which should be sealed. The following should be superscribed on the packet: i) Packet A – Technical Bid ii) Name of the Work iii) Name of the Tenderer

(b) PACKET B – FINANCIAL BID

Envelope 3 – Financial Bid should be put in Packet B which should be sealed. The following should be superscribed on the packet. iv) Packet B - Financial Bid

v) Name of the work

vi) Name of the tenderer

(c) Both packets A and B should be put inside an outer envelope and sealed. This envelope

should be superscribed with the following details:

i) Tender for (Name of work) ii) Tender number

iii) Date and time of opening of Tender

iv) From (Name of Tenderer)

v) Addressed to ---- Group General Manager/S&T, 5th Floor, Left Wing,

RITES Bhawan, Plot-1, Sector-29, Gurgaon-122001 (Haryana). 11.4.2 Single Packet System

Two envelopes of Technical Bid and one of Financial Bid shall be made out as stipulated in Para 11.4.1 (a) and (b) above with the Name of the work and Name of the Tenderer superscribed on each of the envelopes. All the three envelopes shall be put in a Single Packet which shall be superscribed in the same manner as given in Para 11.4.1 (c) above.

11.4.3 If the envelopes and packets are not superscribed and sealed as indicated in Paras 11.4.1/ 11.4.2 above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 15 of 140

11.5 Deadline for submission of Tender 11.5.1 Tenders must be received by the Employer at the following address not later than 12.00 Hrs.

on 12.07.2013 In the event of the specified date for the submission of the Tender being declared a holiday due to Strike/Bandh or on any account by the Employer, the Tenders will be received up to the appointed time on the next working day. Address for submission of Tender: Group General Manager (S&T), 5th Floor, Left Wing, RITES Bhawan, Plot-1, Sector-29, Gurgaon-122001 (Haryana).

11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Para 7.3 in which case all rights and obligations of the Employer and the Tenderer previously subject to the original deadline will be subject to new deadline.

11.6 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of Tender will be returned unopened to the Tenderer.

11.7 Integrity Pact

(i) The Bidder/Contractor is required to enter into an Integrity Pact with the Employer, in the Format at Annexure VIII. The Integrity Pact enclosed as Annexure VIII will be signed by RITES for and on behalf of Employer as its Agent/Power of Attorney Holder at the time of execution of Agreement with the successful Bidder. While submitting the Bid, the Integrity Pact shall be signed by the duly authorized signatory of the Bidder/Lead Member of JV. In case of failure to submit the Integrity Pact duly signed and witnessed, along with the Bid, the Bid is likely to be rejected.

(ii) In case of any contradiction between the Terms and Conditions of the Bid Document

and the Integrity Pact, the former will prevail. Provided always that provision of this para 11.7 – Integrity Pact, shall be applicable

only when so provided in para 11.7A below which will also stipulate the name and address of the Independent External Monitor as well as the Name, designation and address of the official nominated by the Employer to act as the Liaison Officer between the Independent External Monitor and the Engineer-in-Charge as well as the Contractor.

11.7A whether para 11.7 (Integrity Pact) shall be applicable YES If Yes, Name and Address of the Independent External Monitor (In case value of contract is Rs.10 crores or more) Name, Designation and Address of RITES’ Liaison Officer Mr. Y. K. Sharma

GGM (Airport), RITES Ltd., GURGAON.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 16 of 140

11.8 Modification and Withdrawal of Bids 11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the deadline

prescribed in para 11.5 for submission of Bids. 11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and delivered in

accordance with paras 11.1, 11.2 and 11.4 with the outer envelopes additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate.

The envelopes for modifications on ‘Technical Bid’ and ‘Financial Bid’ shall be submitted in separate sealed envelopes and marked as ‘Modifications of Technical Bid’ or ‘Modifications of Financial Bid’ as the case may be.

11.8.3 No bid may be modified after the deadline for submission of Bids except as indicated below.

If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid after the deadline for submission of Bids, such offer will not be considered for Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on his original offer without considering the suo moto offer, the rebate / discount offered will be taken into account for incorporation in the Contract Agreement.

11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above, after the

deadline for submission of Bids shall result in forfeiture of the Earnest Money. 12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF APPLICATIONS 12.1 The Employer/RITES will open all the Tenders received (except those received late or

delayed)as described in para 12.2/12.3 below, in the presence of the Tenderers or their representatives who choose to attend at 12.15 Hrs. on 12.07.2013 in the office of GGM/S&T/RITES/GURGAON. In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day.

12.2 Two Packet System (a) (i) The PACKET A will be opened and Envelope 1 containing Earnest Money and Cost of

Tender Document (where Bid is submitted in the document downloaded from RITES website) of all the Tenderers will be opened first and checked. If the Earnest Money furnished is not for the stipulated amount or is not in an acceptable form and where applicable, the cost of Tender Document has not been enclosed for the correct amount and in an acceptable form, the Envelope 2 of PACKET A (TECHNICAL BID) and PACKET B will be returned to the Tenderer concerned unopened at the time of opening of the Tender itself. The Envelopes 2 of PACKET A (TECHNICAL BID) of other Tenderers who have furnished Earnest Money of correct amount in acceptable form and where applicable the cost of Tender Document for the correct amount and in an acceptable form will then be opened. The Tenderer’s name, the presence of Earnest Money and Authority to sign and such other details as the Employer may consider appropriate will be announced by the Employer at the time of opening of Packet A.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 17 of 140

PACKET B (FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted for evaluation will be checked to see if the seals are intact. All such PACKETS B will be put in an envelope and sealed. The Employer’s official opening the Tender will sign on this envelope and will also take the signatures of preferably atleast two Tenderers or their representatives present. This envelope will be kept in safe custody by the Employer.

(b) The Employer will scrutinise the Technical Bids accepted for evaluation to determine whether

each Tenderer

(i) has submitted `Authority to sign’ as per para 11.2 above and Integrity Pact (where applicable) duly signed and witnessed as per para 11.7 above;

(ii) meets the Qualification Criteria stipulated in Para 2.0; and (iii) Conforms to all terms, conditions and specifications of the Tender Document without

any modifications or conditions. (c) If required, the Employer may ask any such Tenderer for clarifications on his Technical Bid.

The request for clarification and the response from the Tenderer will be in writing. If a Tenderer does not submit the clarification/document requested, by the date and time set in the Employer’s request for clarification, the bid of such Tenderer is likely to be rejected. Tenderers whose Technical Bids are not found acceptable will be advised of the same and their Earnest Money and PACKET B (FINANCIAL BID) will be returned unopened. Tenderers whose Technical Bids are found acceptable will be advised accordingly and will also be intimated in writing of the time and date and place where and when the PACKET B (Financial Bid) will be opened.

(d) At the appointed place, time and date, in the presence of the Tenderers or their representatives

who choose to be present, the Employer will open the envelopes containing the PACKET B (FINANCIAL BID). The Tenderer’s name, the tender amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer.

12.3 Deleted

13.0 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their Tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their Tender. A Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The Tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a Tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 18 of 140

issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work.

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the Tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such Tender is likely to be rejected.

(ii) The competent authority on behalf of the Employer does not bind himself to accept the

lowest or any other Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of any reason. All Tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITED

Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection.

16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS 17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted as

Associated Finance Officer between the grades of AGM(F) and JGM (F) in the concerned SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the Tenderer would render his Tender to be rejected.

No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a contractor for a period of one year after his retirement from the Employer’s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service.

17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful Tenderers shall return all the drawings given to them.

17.3 Use of correcting fluid anywhere in tender document is not permitted. Such tender is liable for rejection.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 19 of 140

17.4 a) Deleted

b) In case of percentage Rate Tender only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the Tenderer in percentage rate tender shall be accurately filled in figures and words so that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount has been indicated by the Tenderer and if discrepancy is noticed in the percentages quoted in words and figures, then the percentage which corresponds with the total amount, shall, unless otherwise proved be taken as correct. If the total amount is not worked out or if worked out, it does not correspond with the percentages written either in figures or in words, then the percentage quoted by Tenderer in words shall be taken as correct. When the percentages quoted by the Tenderer in figures and in words tally but the total amount is not worked out correctly, the percentage quoted by the Tenderes shall be taken as correct, unless proved otherwise and the total amount worked out accordingly.

17.5 Deleted 17.6 (a) Deleted

(b) In Percentage Rate Tender, the Tenderer shall quote percentage below / above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word “Rs” should be written before the figure rupees and word ‘P’ after the decimal figures (eg.) Rs.2.15 P and in case of words the word “Rupees” should precede and the word “Paisa” should be written at the end.

17.7 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess on

material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same. However, in respect of Service Tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the Contractor.

17.8 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a

Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a Partner in a Joint Venture. Any Bidder, who has submitted a Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such Tenders submitted as a Bidder and / or as a witness, liable to summary rejection.

17.9 The Contractor shall be fully responsible for all matters arising out of the Performance of the

Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of India, State Government, Local Body and any Statutory Authority.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 20 of 140

18.0 SIGNING OF CONTRACT AGREEMENT 18.1 The Tenderer whose tender has been accepted will be notified of the award by the Employer

by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity period, in the form at Annexure VI.

The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

18.2 Within the period as specified in Clause 1 of `Clause of Contract’, of the date of issue of Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance Guarantee and Additional Performance Guarantee (where applicable) in the format prescribed.

18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance.

18.4 At the same time the Employer notifies the successful Tenderer that his Tender has been accepted, the Employer will direct him to attend the Employer’s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure VII. The Agreement will however be signed only after the Contractor furnishes Performance Guarantee and Additional Performance Guarantee (where applicable) and hence, where justified, the period of 28 days stipulated above will be extended suitably.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 21 of 140

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS 1. Annual Financial Turnover

The bidder should have achieved a minimum annual financial turnover of Rs. 2,97,91,679/- in any one of the last 5 Financial Years.

Notes:

- The financial turnover will be taken as given under the head “Income” in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit.

- Closing stocks in whatsoever manner should not form part of turnover. - Weightage of 5% (compounded annually) shall be given for equating the financial turnover of

the previous years to the current year.

- For considering the Financial Years, for example for a work for which the Tender is being opened in Financial Year 2011-12, the last five Financial Years shall be 2010-11, 2009-10, 2008-09, 2007-08 and 2006-07. For a Tender opened on (say) 06.06.11 (F.Y. 2011-12), with weightage of 5% compounded annually, the weightages to be applied on the Turnover of the previous five Financial Years will be : F.Y. 2010-11 = 1.050; F.Y. 2009-10 = 1.103; F.Y. 2008-09 = 1.158; F.Y. 2007-08 = 1.216; F.Y. 2006-07 = 1.276.

- The Bidder should furnish Annual Financial Turnover for each of the last 5 Financial Years in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criterion.

- The Bidder should submit self attested copy of Auditor’s Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant Financial Year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted.

- If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the five Financial Years immediately preceding the previous Financial Year may be adopted for evaluating the credentials of the Bidder.

- In case JV is permitted the following provisions will apply:

Large Works

Deleted

Normal Works The Partner-in-charge/Lead Member shall singly meet this criterion.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 22 of 140

2. WORK EXPERIENCE a) Similar Works Experience

The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs. 1,04,27,088/- during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cutoff date shall not be considered. b) Construction Experience in Key Activities/Specialized Components - NA

Similar Works

Similar Works shall mean the work of “Supply, installation, testing & commissioning of Signalling system with Panel Interlocking/Route Relay Interlocking/Electronic Interlocking”

Notes: - A weightage of 5% (compounded annually from the date of completion of the work to the

submission of the Bid) shall be given for equating the value of works of the previous years to the current year.

- Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

- The Bidder should submit the details of such similar completed works as per the format at Proforma-1 enclosed.

- Works carried out by another Contractor on behalf of the Bidder on a back to back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.

- Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations/ Public Sector Undertakings/ Autonomous bodies of Central/State Governments / Municipal bodies/ Public Ltd. Cos. listed on stock exchange in India or abroad shall only be accepted for assessing the eligibility of a Tenderer.

- In case JV is permitted the following provisions will apply: Large Works

Deleted

Normal Works The Partner-in-charge/Lead Member shall singly meet this criterion.

b) Construction Experience in key activities/specified components

Deleted

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 23 of 140

3. SOLVENCY CERTIFICATE

A Solvency Certificate of minimum solvency of Rs. 1,19,16,672 (suggested format at Proforma 2) from a Scheduled Bank issued not earlier than 6 months from the last date for submission of tender is required to be submitted by the bidder.

Notes:

- The certificate so produced by the Bidder may be got verified from the issuing Bank.

- In case JV is permitted the following provisions will apply:

Large Works Deleted Normal Work

The Partner-in-charge/Lead Member shall singly meet this criterion.

4. PROFITABILITY

The applicant firm shall be a profit (net) making firm and shall have made profit in each of the last two Financial Years and in at-least one out of the three Financial Years immediately preceding the last two Financial Years.

The Bidder should furnish figures of net profit of last 5 years in a tabular form and submit attested copies of Auditor’s Reports along with audited Balance Sheets and Profit and Loss Statements for the last Five Financial Years. In case the firm is profit making for the last three Financial Years continuously, the Bidder may submit the above documents for last three Financial Years only. Specific reference with page no. of document which proves satisfaction of this Qualifying Criterion should be indicated in the tabular statement.

5. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN CASE OF

BOTH LARGE AND NORMAL WORKS

a) Sub-Contractor’s Experiences and Resources Sub-Contractors’ Experiences and Resources will not be taken into account in

determining the Bidder’s compliance with the qualifying criteria. b) Experiences and Resources of the Parent Company and other subsidiary

companies

If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, the Experience and Resources of its subsidiaries will be taken into consideration.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 24 of 140

6. DECLARATION BY THE BIDDER

Even though the Bidders may meet the above qualifying criteria, they are subject to be disqualified if they have

a) Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. In such a case, besides Tenderer’s liability to action under para 9.4 of Instructions to Tenderers, the Tenderer is liable to face the penalty of banning of business dealings with him by RITES.

b) Records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

c) Their business banned or suspended by any Central/State Government Department/ Public Undertaking or Enterprise of Central/State Government and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Proforma 3 enclosed.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 25 of 140

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED

DURING THE LAST 5 YEARS

S. No.

Client's Name and

Address

Name of the Work &

Location

Scope of work

carried out by

the Bidder

Agreement / Letter of Award No.

and date

Contract Value Date of start Date of Completion Reasons for delay in

completion if any

Ref. of document (with page

no.) in support of meeting

Qualification Criterion

Awarded Actual on completion

As per LOA/ Agreement

Actual

SEAL AND SIGNATURE OF THE BIDDER

Note: 1. In support of having completed above works, attach self attested copies of the completion

certificate from the owner/client or Executing Agency / Consultant appointed by owner / Client indicating the name of work, the description of work done by the Bidder, date of start, date of completion (contractual & actual) and contract value as awarded and as executed by the Bidder . “Contract Value” shall mean gross value of the completed work including cost of materials supplied by the owner/client but excluding those supplied free of cost.

2. Such Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations/Public Sector Undertakings/Autonomous bodies of Central or State Government/Municipal Bodies/Public Ltd. Co. listed on BSE/NSE shall only be accepted for assessing the eligibility of a Tenderer. In case of a Certificate from a Public Limited Co., the Bidder should also submit documentary proof that the Public Ltd. Co., was listed on stock exchange in India or abroad when the work was executed for it.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 26 of 140

3. Information must be furnished for works carried out by the Bidder in his own name or proportionate share as member of a Joint Venture. In the latter case details of contract value including extent of financial participation by partners in that work should be furnished.

4. If a Bidder has got a work executed through a Subcontractor on a back to back basis, the

Bidder cannot include such a work for his satisfying the Qualification Criterion even if the Client has issued a Completion Certificate in favour of that Bidder.

5. Use a separate sheet for each partner in case of a Joint Venture. 6. Only similar works completed during the last 5 years prior to the last stipulated date for

submission of Bid, which meet the Qualification Criterion need be included in this list.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 27 of 140

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s ____________________, having their registered office at _____________, a customer of our Bank, is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. ___________. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers.

Signature with date Senior Bank Manager (Name of Officer issuing the Certificate)

Name, address & Seal of the Bank/ Branch

Note: Banker’s Certificate should be on letter head of the Bank.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 28 of 140

Proforma 3

DECLARATION BY THE BIDDER

(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)

This is to certify that We, M/s. __________________________, in submission of this offer confirm that:- i) We have not made any misleading or false representation in the forms, statements and

attachments in proof of the qualification requirements; ii) We do not have records of poor performance such as abandoning the work, not properly

completing the contract, inordinate delays in completion, litigation history or financial failures etc.

iii) No Central / State Government Department/ Public Sector Undertaking or Enterprise of

Central / State Government have banned/suspended business dealings with us as on date. iv) We have submitted all the supporting documents and furnished the relevant details as per

prescribed format. v) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not

include any work which has been carried out by us through a Subcontractor on a back to back basis.

vi) The information and documents submitted with the Tender and those to be submitted

subsequently by way of clarifications / making good deficient documents are correct and we are fully responsible for the correctness of the information and documents submitted by us.

vii) We understand that in case any statement/information/document furnished by us or to be

furnished by us in connection with this offer, is found to be incorrect or false, our EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

Signing this document

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 29 of 140

ANNEXURE I A

CHECK LIST OF DOCUMENTS TO BE SUBMITTED 1. a) BY BIDDERS OTHER THAN JOINT VENTURES

i) Annual Financial Turnover

- Annual financial turnover for each of the last 5 Financial Years in tabular form. - Self attested copies of Auditor’s Report along with the Balance Sheet and

Profit and Loss Statement for the relevant Financial Year in which the minimum criterion is met (Refer Notes under Para 1 of Annexure I).

ii) Work Experience

- Similar Work Experience : Proforma 1 of Annexure I with details of 1, 2 or 3 works as the case may be, which satisfy requisite qualification criterion with self attested copies of supporting document (Refer Para 2a of Annexure I).

- Construction Experience in Key Activities/Specialized Components - NA

iii) Solvency Certificate.

Suggested format at Proforma 2 of Annexure I (Refer Para 3 of Annexure I)

iv) Profitability

- Net profit of last 5 Financial Years in tabular form. - Self attested copies of Auditor’s Report along with the Balance Sheets and

Profit and Loss Statements for last 5 or 3 Financial Years, as the case may be (Refer Para 4 of Annexure I).

v) Declaration by Bidder Proforma 3 (Refer Para 6 of Annexure I)

vi) Integrity Pact (where applicable): duly signed and witnessed in the format at

Annexure VIII (Refer para 11.7 of NIT & Instructions to Tenderers).

b) BY JOINT VENTURE PARTNERS FOR “LARGE WORKS”

Deleted

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 30 of 140

c) BY JOINT VENTURE PARTNERS FOR “NORMAL WORKS”

(1) By Partner-in-Charge/Lead Member

i) JV MOU/Agreement (Refer Para 2.4 of NIT & Instructions to Tenderers) ii) Power of Attorney (Refer Para 2.4 of NIT & Instructions to Tenderers) iii) Annual Turnover: As in a(i) above – to meet 100 % of requirement as per criterion iv) Work Experience

Similar Work Experience : As in (a) (ii) above – to meet 100% of requirement as per criterion

Construction Experience in Key activities/specialized components: As in (a) (ii) above - NA

v) Solvency Certificate : As per (a) (iii) above – To the extent of 100% financial participation

vi) Profitability : As in (a) (iv) above. vii) Declaration by Bidder: As in (a) (v) above. viii) Integrity Pact : : duly signed and witnessed, as in (a) (vi) above.

(2) By Partners other than Partner-in-Charge/Lead Member

i) Work Experience : Construction experience in Key Activities/ Specialized Components :

As in (a) (ii) above - NA ii) Declaration by Bidder: As in (a) (v) above.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 31 of 140

ANNEXURE II A

QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS

--LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES (On letter head of the Applicant)

From To _____________ RITES Ltd.._________ (Authority Inviting Tender) Sir,

Sub: Submission of Qualification information /documents as per Checklist. 1. I/We hereby submit the following documents in support of my/our satisfying the

Qualification Criteria laid down for the work:- a) Self attested copy of a certificate, confirming that the applicant is a working contractor or

has executed any work within the last five years reckoned from the date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking, Municipal Body, Autonomous Body of Central or State Government or Public Limited Company listed on NSE/BSE.

b) Annual Financial Turnover

(i) Annual financial turnover for each of the last 5 Financial Years in a tabular form. (ii) Self attested copy of Auditor’s Report along with the Balance Sheet and Profit and

Loss Statement and Schedules for the relevant Financial Year in which the minimum criterion is met, with calculations in support of the same.

c) Work Experience i) Similar Work Experience :- In Proforma 1 with details of 1 / 2 / 3 works as

applicable and self attested copies of supporting documents as mentioned therein.

ii) Construction experience in key activities / specialized components: Tabular Statement giving contract wise quantities executed in last 5 years with

documentary proof. d) Solvency Certificate - Proforma 2. e) Profitability - Net profit of last 5 financial years in tabular form with self attested

copies of Profit and Loss Statements for the last 5 or 3 Financial Years as applicable.

2. In addition the following supporting documents are also enclosed. a) Self attested copy of Partnership Deed/Memorandum and Articles of Association of

the Firm. b) Self attested copies of PAN/TAN issued by the Income Tax Department.

c) Declaration – Proforma 3

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 32 of 140

d) Self attested copy of Sales Tax, Works Contract Tax, and Service Tax Registration Certificate (as applicable).

e) Self attested copy of Registration under Labour Laws, like PF, ESI etc. f) Self attested copy of ISO 9000 Certificate (if any) g) Integrity Pact (where applicable): duly signed and witnessed.

3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation, whether

mentioned in the enclosed documents or not, to verify our competence and general reputation. 4. I also enclose written Power of Attorney of the signatory of the Tender on behalf of the

Tenderer.

Yours faithfully, Encl: As in Paras 1, 2 & 4

Signature of Applicant With Name _________________

Date with seal

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 33 of 140

ANNEXURE II B (L)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS – LETTER OF TRANSMITTAL BY JOINT VENTURE

Deleted

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 34 of 140

ANNEXURE II B (N)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS - LETTER OF TRANSMITTAL BY JOINT VENTURE

(FOR NORMAL WORKS COSTING BETWEEN Rs.1 CRORE and Rs.30 CRORES) (To be signed by the Lead Member in his Letter Head)

From To ___________________________ RITES Ltd.________________ (AUTHORITY INVITING TENDER) Sir, Subject: Submission of Qualification Information/ documents as per Checklist. As the Lead Member of the Joint Venture, I/We hereby submit the following documents in support of our JV: Details pertaining to JV a) Self certified copy of the Joint Venture Agreement / Memorandum of Understanding. b) Power of Attorney in my/our favour as the Lead Member executed by the authorized

representatives of all the members. c) Self attested copy of a certificate, confirming that each Member of JV is a working contractor

or has executed any work within the last five years reckoned from the date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking, Municipal Body, Autonomous Body of Central or State Government or Public Limited Company listed on NSE/BSE.

d) Self attested copy of Sales Tax, Works Contract Tax, Service Registration Certificate (as applicable).

e) Self attested copy of Registration under Labour Laws, like PF, ESI etc. f) Self attested copy of ISO 9000 Certificate ( if any) g) Integrity Pact (where applicable) duly signed and witnessed. Details pertaining to Lead Member (i) Qualification Criteria a) Annual Turnover - Annual financial turnover for each of the last 5 Financial Years in a tabular form.

- Self attested copy of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement and Schedules for the relevant Financial Year in which the minimum criterion is met, with calculations in support of the same.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 35 of 140

b) Work Experience

- Similar Works Experience: - In Proforma 1 with details of 1 / 2 / 3 works as

applicable and self attested copies of supporting documents as mentioned therein. - Construction experience in key activities/ specialised components:-

NA c) Solvency Certificate - Proforma 2. d) Profitability -Net profit of last 5 Financial years in a tabular form with self attested copies of

Profit and Loss Statements for the last 5 or 3 Financial Years as applicable. ii) Other supporting documents a) Declaration – Proforma 3 b) Self attested copy of PAN/TAN issued by the Income Tax Department. 2) I/We also enclose the following documents pertaining to each of the other Partners of J.V.

duly signed by the Authorized representative of each Partner/Member of J.V. i) Qualification Criteria - Work experience - Construction experience in key activities/ specialised components:-

As per para i (b) - NA ii) Other Supporting Documents

Self attested copy of Partnership Deed/ Memorandum and Articles of Association of the firm. 3) I/We authorize you to approach any Bank, Individual, Employer, Firm or Corporation

whether mentioned in the enclosed documents or not, to verify the competence and general reputation of each Member of our JV.

4) I also enclose written Power of Attorney of the signatory of the Tender on behalf of the Tenderer.

Yours faithfully, Encl: As in Paras 1, 2 & 4

Signature of Applicant with Name

Date and Seal

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 36 of 140

ANNEXURE III

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE

(On each firm’s Letter Head)

From _______________ _______________ To RITES Ltd _______________ Dear Sir, Re: RITES Tender Notice No.________________ dated _______ for_____ (Name of Work) We wish to conform that our company / firm (delete as appropriate) has formed a Consortium with _____ (insert names of all other members of the group) for purposes associated with your Tender No.__________ (Members who are not the Lead Member of the Consortium should add the following paragraph) * * The Consortium is led by _________ (insert name of the Lead Member) whom we hereby authorize to act as leader on our behalf for the purposes of submission of Bid for ____ (name of work) and to incur liabilities and receive instructions for and on behalf of any and all the partners of the Joint Venture/Members of the Consortium. For this purpose we have executed a Power of Attorney in favour of ______ (name of the Lead Member) (Member who is the Lead Member of the Consortium should add the following paragraph)** ** In this Consortium we act as Lead Member and for the purposes of bidding for the work, represent the Consortium. Till the award of work, the Lead Partner shall furnish Bid bond and all other bonds/guarantees to the Employer on behalf of the Joint Venture, which shall be legally binding on all the partners of the Joint Venture. In the event of our Consortium being awarded the contract we agree to be jointly with ________ (insert names of all other members of the Consortium) and severally liable to RITES, its successors and assigns for all obligations, liabilities, duties and responsibilities arising from or imposed by the contract subsequently entered into between RITES and our Consortium. The precise responsibility of the Lead Member and other Members of the Consortium in respect of planning, design, construction equipment, key personnel, work execution and financing of the Work

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 37 of 140

including Percentage of financial participation by each Member will be as indicated in the Annexure. These shall not be varied/ modified subsequently without your prior approval. We further agree that entire execution of the contract shall be carried out exclusively through the Lead Member. In case our Bid is successful, the Joint Venture Agreement incorporating the above provisions will be executed within 15 days of receipt of Letter of Acceptance from you and shall be registered at the place where the Agreement will be signed, so as to be legally valid and binding on all Members of the Consortium. We agree that the Joint Venture Agreement shall be valid during the entire currency of the Contract including the period of extension if any, and the maintenance period after the work is completed. We further confirm that we shall open a Bank Account in the name of JV and all payments due to the JV shall be made by you by crediting to that Account. To facilitate statutory deductions such as towards Income Tax and VAT made from the amounts due to us against our bills, being credited to the concerned Government departments, we shall obtain PAN/TIN number etc. as required and advise you the details before claming our first on-account bill. We affirm that the Integrity Pact with the Employer in the format at Annexure VIII (if applicable) shall be signed by the Lead Member duly witnessed, on behalf of the Joint Venture/Consortium. All Members including the Lead Member shall comply with the provision in the Integrity Pact and any violation of the Integrity Pact by any Member shall be construed as violation by the Joint Venture/Consortium. Encl: Annexure. Yours faithfully, Signature ____________ (Name of Signatory)___________ (Capacity of signatory)_________ Seal Witness 1 Witness 2 Name Name Address Address Occupation Occupation

Note : 1. To be executed by each Member of the Consortium individually.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 38 of 140

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently employed with us and holding the position of ______ and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work _____ (name of work), including signing and submission of application / proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding, till the Contract Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us. (Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of ___________, _________ and ___________. Dated this the _____ day of ______ 20 (Signature and name of authorized signatory being given Power of Attorney) ___________ (Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for the Company) (* Strike out whichever is not applicable) Seal of firm/ Company Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation:

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 39 of 140

Notes: - In case the Firm / Company is a Member of a Consortium/ JV, the authorized signatory has to

be the one employed by the Lead Member. - The mode of execution of the Power of Attorney should be in accordance with the procedure,

if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 40 of 140

ANNEXURE V

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM / JOINT VENTURE

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the Power of Attorney) Whereas ______ RITES Ltd. has invited bids for _______ (Name of work) for and on behalf of ________ as an Agent /Power of Attorney Holder. Whereas, the Members of the Consortium comprising of M/s.________, M/s.______, M/s.______ and M/s._______ (the respective names and addresses of the registered offices to be given) are interested in bidding for the work and implementing the same in accordance with the terms and conditions contained in the bid documents. Whereas, it is necessary for the members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do, for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the work. NOW THIS POWER OF ATTORNEY WITNESSETH THAT We, M/s._________ , M/s ________ and M/s_________hereby designate M/s. ______ being one of the members of the Consortium, as the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium’s bid for the work, including submission of application proposal, participating in meetings, responding to queries, submission of information/documents and generally to represent the Consortium in all its dealings with RITES or any other Government Agency or any person, in connection with the work until culmination of the process of bidding till the contract agreement is entered into with RITES and thereafter till the expiry of the contract agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us/Consortium. Dated this the ________ day of _______ 20 _______________ (Signature and Name in Block letters of *All the Partners of the firm / * Authorised Signatory for the Company) ____________ (* Strike out whichever is not applicable) Seal of firm / Company

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 41 of 140

Witness 1 Witness 2 Name: Name: Address: Address: Occupation: Occupation: Notes: - To be executed by all the members individually, in case of a Consortium. - The mode of execution of the Power of Attorney should be in accordance with the procedure,

if any laid down by the applicable law and the charter documents of the executant (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 42 of 140

ANNEXURE VI

(FORM OF LETTER OF ACCEPTANCE)

(By REGD POST / ACK.DUE)

(On the letter head of RITES)

NO. : RITES/ Dated :

To

_________________aggregate

(Name & Address of the Contractor)

Dear Sirs,

Sub: TENDER No. FOR THE WORK OF

Ref: Your Tender dated _________________ and letters dated _____________

and this office letter Nos. ___________ dated___________ in reply to the same.

This is to notify you that your Tender for the work under reference has been accepted by the Competent Authority of RITES LIMITED for a total Contract Price of Rs. _______ (Rupees _____________only) in its capacity as an Agent /Power of Attorney Holder acting for and on behalf of ______ (the Employer). Pursuant to Clause 1 of the Contract, you are required to furnish irrevocable Performance Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price and an Additional Performance Guarantee for an amount of Rs. ------------ (if applicable). The Guarantee Bonds aggregating for an amount of Rs.______________ are required to be submitted within ___ days of issue of this Letter of Acceptance. Bank Guarantees issued by the following Banks will not be acceptable _____________________ (Names of Banks _________) The time of ________months allowed for execution of the work will be reckoned from the date of start as defined in Schedule F or from the first day of the handing over of the site, whichever is later, in accordance with phasing, if any, indicated in tender document. You are requested to contact _________ (complete designation and address of the Project Coordinator) for carrying out the contract. You are also requested to attend this office within Twenty Eight days from the date of issue of this letter for execution of the formal agreement. It may be noted that no payment shall be made for any work carried out by you till the Agreement is executed and till such time the Performance Guarantee and Additional Performance Guarantee (where applicable) has/have been submitted by you.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 43 of 140

This Letter of Acceptance is being sent to you in duplicate and you are requested to return without delay one copy of the letter duly signed and stamped, as a token of your acknowledgement. Kindly note that this Letter of Acceptance thereof shall constitute a binding Contract between us pending execution of formal Agreement. Your letters as well as this office letters referred to above shall form part of the Contract.

Yours faithfully,

RITES LIMITED

Agent / Power of Attorney Holder

For and on behalf of______ (The Employer)

Copy to :

1. ___________ (The Employer) for information.

(To be included on the Original sent to the Contractor)

2. Project Coordinator (Complete designation and address)

3. Associated Finance (Not in original)

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 44 of 140

ANNEXURE VII

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE) Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between RITES Ltd. a Government of India Enterprise and a Company registered under Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing through ____________, RITES LIMITED acting for and on behalf of and as an Agent /Power of Attorney Holder of _____ hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s.______ hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz.___________ (brief description of the work) and has by Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ______ (Rupees ______________ only) NOW THIS AGREEMENT WITNESSETH as follows:- 1. In this Agreement words and expressions shall have the same meaning as are respectively

assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents in conjunction with addenda/ corrigenda to Tender Documents shall

be deemed to form and be read and construed as part of this agreement viz.

The Letter of Acceptance dated______. Priced Schedule (Bill) of Quantities Notice Inviting Tender and Instructions to Tenderers. RITES Tender and Contract Form Special Conditions Schedules A to F. Technical Specifications Drawings Amendments to Tender Documents (List enclosed) General Conditions of Contract (read with Correction Slip Nos. 1 to --) comprising of

(i) Conditions of Contract (ii) Clauses of Contract (iii) RITES Safety Code (iv) RITES - Model Rules for the protection of Health and Sanitary

arrangements for Workers (v) RITES – Contractor’s Labour Regulations.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 45 of 140

3. In consideration of the payment to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay to the Contractor in consideration of the execution,

completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED BY ____________________________ In the capacity of _____ On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name & Designation) 1. 2.

______________________________ representing RITES LIMITED In the capacity of Agent / Power of Attorney Holder For and on behalf of _________

(The Employer) In the presence of Witnesses (Signature, Name & Designation) 1. 2.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 46 of 140

ANNEXURE VIII

INTEGRITY PACT Between

RITES Ltd. acting for and on behalf of and as an Agent / Power of Attorney Holder of ____________hereinafter called the “Employer” AND

____________ hereinafter referred to as "The Bidder/Contractor" Preamble The Employer intends to award, under laid down organizational procedures, contract/s for ______________. The Employer values full compliance with all relevant laws and regulations, and economic use of resources, and of fairness and transparency in his relations with the Bidder/s and/or contractor/s. In order to achieve these goals, the Employer will appoint an Independent External Monitor (IEM) who will monitor the Tender process and execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Employer

(1) The Employer commits himself to take all measures necessary to prevent corruption and to observe the following principles:-

1. No employee of the Employer, personally or through family members, will in

connection with the tender or for the execution of the contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

2. The Employer will, during the tender process, treat all Bidders with equity and reason.

The Employer will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.

3. The Employer will exclude from the process all known prejudiced persons.

(2) If the Employer obtains information on the conduct of any of his employees which is a

criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption) Act, or if there be a substantive suspicion in this regard, the Employer will inform its Chief Vigilance Officer and in addition can initiate disciplinary action.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 47 of 140

Section 2 – Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

1. The Bidder/Contractor will not directly or through any other person or firm, offer,

promise or give to any of the Employer’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions, to restrict competitiveness or to introduce cartelization in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant IPC/PC Act;

further the Bidder/ Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Employer as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and all payments he

has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder/ Contractor will not instigate third persons to commit offences outlined above or be

an accessory to such offences.

Section 3-Disqualification from tender process and exclusion from future contracts

If the Bidder/Contractor, before award or during execution has committed a transgression through a violation of Section 2 above, or in any other form such as to put his reliability or credibility in question, the Employer is entitled to disqualify the Bidder/Contractor from the tender process or take action as per the procedure mentioned in the "Guideline on banning of business dealing” annexed and marked as Annexure "A".

Section 4- Compensation for Damages

(1) If the Employer has disqualified in terms of the provisions in Section 3, the Bidder/Contractor from the tender process prior to the award of contract, the Employer is entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid Security.

(2) If the Employer has terminated the contract during execution in terms of the provisions under

Section 3, the Employer shall be entitled to demand and recover from the Contractor the

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 48 of 140

damages equivalent to Earnest Money Deposit, Security Deposits already recovered and Performance Guarantee, which shall be absolutely at the disposal of the Employer.

Section -5 Previous transgression

(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3 years with

any other Company in any country conforming to the Anti-Corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder/Contractor makes incorrect statement on this subject, he can be disqualified

from the tender process or action can be taken as per the procedure mentioned in "Guideline on banning of business dealing".

Section -6 Equal treatment of all Bidders/Contractors/Sub-Contractors

(1) The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if permitted

under the conditions/ clauses of the contract) a commitment to act in conformity with this Integrity Pact and to submit it to the Employer before signing the contract.

(2) The Bidder/ Contractor confirms that any violation by any of his partners/sub-contractors to

act in conformity with the provisions of this Integrity Pact can be construed as a violation by the Bidder/Contractor himself, leading to possible Termination of Contract in terms of Section 4.

(3) The Employer will disqualify from the tender process all bidders who do not sign this Pact or

violate its provisions.

Section 7- Criminal charges against violating Bidders/Contractors/Sub-Contractors

If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/Sub-Contractor, or of an employee or a representative or an associate of a Bidder, Contractor or Sub-Contractor, which constitutes corruption, or if the Employer has substantive suspicion in this regard, the Employer will inform the same to its Chief Vigilance Officer.

Section -8 Independent External Monitor/Monitors

(1) The Employer shall appoint competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and will perform his functions neutrally and independently. He will report to the CMD/RITES Ltd.

(3) The Bidder/Contractor accepts that the Monitor has the right of access without restriction to all Project documentation of the Employer including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Partners/Sub-Contractors. The Monitor is under contractual obligation to treat the

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 49 of 140

information and documents of the Bidder/Contractor/Partners/Sub-Contractor with confidentiality.

(4) The Employer will provide to the Monitor sufficient information about all meetings among

the parties related to the Project provided such meetings could have an impact on the contractual relations between the Employer and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices or has reason to believe that violation of the agreement by the

Employer or the Bidder/ Contractor, has taken place, he will request the Party concerned to discontinue or take corrective action, or to take any other relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner or refrain from action or tolerate action.

(6) The Monitor will submit a written report to the CMD/RITES Ltd. within 8-10 weeks from the

date of reference or intimation to him by the Employer and should the occasion arise, submit proposal for correcting problematic situations.

(7) If the Monitor has reported to the CMD/RITES Ltd. of a substantiated suspicion of an offence

under relevant IPC/PC Act, and the CMD/RITES Ltd. has not, within reasonable time, taken visible action to proceed against such offender or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

(8) The word Monitor would include both singular and plural.

Section – 9 Pact Duration This pact begins when both parties have legally signed it. It expires for the Contractor when his Security Deposit is released on completion of the Maintenance Period and for all other Tenderers six months after the Contract has been awarded. If any claim is made/lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact specified above, unless it is discharged/determined by CMD/RITES Ltd.

Section 10 Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall be as

stated in the Contract Agreement. (2) Changes and supplements as well as termination notices need to be made in writing. (3) If the Contractor is a partnership or a consortium, this agreement must be signed by the

Partner in charge/ Lead Member nominated as being in-charge and who holds the Power of Attorney signed by legally authorised signatories of all the partners/Members. The Memorandum of Understanding /Joint Venture Agreement will incorporate a provision to the

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 50 of 140

effect that all Members of the Consortium will comply with the provisions in the Integrity Pact to be signed by the Lead Member on behalf of the Consortium. Any violation of Section 2 above by any of the Partners/Members will be construed as a violation by the consortium leading to possible Termination of Contract in terms of Section 3

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of

this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

RITES Ltd. Agent / Power of Attorney Holder _________________________ _________________________ (For & on behalf of the Employer) (For the Bidder/Contractor) (Office Seal) (Office Seal) Place:………………………… Date:………………………. Witness 1: (Name & Address) ----------------------------- ----------------------------- ----------------------------- ----------------------------- Witness 2 (Name & Address) ----------------------------- ----------------------------- ----------------------------- -----------------------------

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 51 of 140

ANNEXURE-A

Guidelines on Banning of Business Dealings 1. Introduction 1.1 RITES, being a Public Sector Enterprise and ‘State’, within the meaning of Article 12 of

Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the Constitution. RITES has also to safeguard its commercial interests. It is not in the interest of RITES to deal with Agencies who commit deception, fraud or other misconduct in the execution of contracts awarded / orders issued to them. In order to ensure compliance with the constitutional mandate, it is incumbent on RITES to observe principles of natural justice before banning the business dealings with any Agency.

1.2 Since banning of business dealings involves civil consequences for an Agency concerned, it

is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case.

2. Scope 2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies, has

been laid down in these guidelines. 2.2 It is clarified that these guidelines do not deal with the decision of the Management not to

entertain any particular Agency due to its poor / inadequate performance or for any other reason.

2.3 The banning shall be with prospective effect, i.e., future business dealings. 3. Definitions

In these Guidelines, unless the context otherwise requires: i) `Bidder / Contractor / Supplier’ in the context of these guidelines is indicated as

‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following: a) The Director shall be the ‘Competent Authority’ for the purpose of these

guidelines. CMD, RITES shall be the ‘Appellate Authority’ in respect of such cases.

b) CMD, RITES shall have overall power to take suo-moto action on any

information available or received by him and pass such order(s) as he may think appropriate, including modifying the order(s) passed by any authority under these guidelines.

iii) ‘Investigating Department’ shall mean any Department, Division or Unit investigating

into the conduct of the Agency and shall include the Vigilance Department, Central

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 52 of 140

Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate.

4. Initiation of Banning / Suspension:

Action for banning / suspension business dealings with any Agency should be initiated by the department/ unit having business dealings with them after noticing the irregularities or misconduct on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by any department,

the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department/Unit, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department.

The Investigating Department/Unit may ensure that their investigation is completed and whole process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be continued unless the

Competent Authority, having regard to the circumstances of the case, decides otherwise. 5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be

informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency before

issuing the order of suspension. However, if investigations are not complete in six months time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to the State, so

warrants; 6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by a

Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises or RITES, during the last five years;

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 53 of 140

6.3 If there is strong justification for believing that the Directors, Proprietors, Partners, owner of the Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolations, etc;

6.4 If the Agency employs a public servant dismissed / removed or employs a person convicted

for an offence involving corruption or abetment of such offence; 6.5 If business dealings with the Agency have been banned by the Govt. or any other public

sector enterprise; 6.6 If the Agency has resorted to Corrupt, fraudulent practices including mis representation of

facts; 6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on the

Company (RITES) or its official in acceptance / performances of the job under the contract; 6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in complying with

contractual stipulations; 6.9 Based on the findings of the investigation report of CBI / Police against the Agency for

malafide / unlawful acts or improper conduct on his part in matters relating to the Company (RITES) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit; 6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

7. Banning of Business Dealings 7.1 A decision to ban business dealings with any Agency shall apply throughout the Company. 7.2 If the Competent Authority is prima-facie of view that action for banning business dealings

with the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice 8.1 In case where the Competent Authority decides that action against an Agency is called for, a

show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behaviour may be appended to the show-cause notice and the Agency should be asked to submit within 30 days a written statement in its defence. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession of RITES,

necessary facility for inspection of documents may be provided.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 54 of 140

8.3 After considering the reply of the Agency and other circumstances and facts of the case, a

final decision for Company-wide banning shall be taken by the Competent Authority. The Competent Authority may consider and pass an appropriate speaking order: a) For exonerating the Agency if the charges are not established; b) For banning the business dealing with the Agency.

8.4 The decision should be communicated to the Agency concerned along with a reasoned order. If

it decided to ban business dealings, the period for which the ban would be operative may be mentioned.

9. Appeal against the Decision of the Competent Authority 9.1 The Agency may file an appeal against the order of the Competent Authority banning

business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which shall be

communicated to the Agency as well as the Competent Authority. 10. Review of the Decision by the Competent Authority

Any petition / application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or subsequent development necessitating such review.

11. Circulation of the names of Agencies with whom Business Dealings have been banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of RITES may circulate the names of Agency with whom business dealings have been banned, to the Ministry of Railways and PSUs of Railways, for such action as they deem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more

information about the Agency with whom business dealings have been banned a copy of the report of Inquiring Authority together with a copy of the order of the Competent Authority/ Appellate Authority may be supplied.

12. Restoration 12.1 The validity of the banning order shall be for a specific time & on expiry of the same, the

banning order shall be considered as "withdrawn". 12.2 In case any agency applies for restoration of business prior to the expiry of the ban order,

depending upon merits of each case, the Competent Authority which had passed the original banning orders may consider revocation of order of suspension of business/lifting the ban on business dealings at an appropriate time. Copies of the restoration orders shall be sent to all those offices where copies of Ban Orders had been sent.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 55 of 140

ANNEXURE – IX

Mandate Form To, RITES Ltd, .________________________ ._______________________ Dear Sir, Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT) We hereby authorize RITES Lt to make all our payments, including refund of Earnest Money, through Electronic Fund Transfer System ( RTGS/NEFT). The details for facilitating the payments are given below:

( TO BE FILLED IN CAPITAL LETTERS) 1 NAME OF THE BENEFICIARY 2 ADDRESS WITH PIN CODE 3 (A) TELEPHONE NO. WITH STD CODE (B) MOBILE NO. 4 BANK PARTICULARS A BANK NAME B BANK TELEPHONE NO. WITH STD CODE C BRANCH ADDRESS WITH PIN CODE D BANK FAX NO. WITH STD CODE E 11 CHARACTER IFSC CODE OF THE BANK

(EITHER ENCLOSE A CANCELLED CHEQUE OR OBTAIN BANK CETIFICATE AS APPENDED)

F BANK ACCOUNT NUMBER AS APPEARING ON THE CHEQUE BOOK

G BANK ACCOUNT TYPE ( TICK ONE) SAVING CURRENT LOAN CASH CREDIT OTHERS

H IF OTHERS, SPECIFY 5 PERMANENT ACCOUNT NUMBER ( PAN) 6 E-MAIL ADDRESS

I/We hereby declare that the particulars given above are correct an complete. If the transaction is delayed or credit is not effected at all for reasons of incomplete or incorrect information, I/We would not hold RITES Ltd responsible . Bank for such transfer will be borne by us. Date____________ SIGNATURE

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 56 of 140

(AUTHORISED SIGNATORY ) Name ___________________

BANK CETIFICIATION

It is certified that the above mentioned beneficiary holds bank account No…………………… with our branch and the Bank particulars mentioned above are correct. Date……………… SIGNATURE

(AUTHORISED SIGNATORY ) Name ___________________

OFFICIAL STAMP

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 57 of 140

SECTION - 2

TENDER AND CONTRACT FORM

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 58 of 140

SECTION 2

TENDER AND CONTRACT FORM FOR WORKS

To, Group General Manager (S&T) RITES Bhavan 1, Sector-29, GURGAON (HR)

Sub: Tender for the work of “Supply, Installation ,Testing & Commissioning of S&T Indoor & Outdoor gears with Panel Interlocking system of Rail Infra Structure Facility for Transportation of Coal from Naila Railway Station to 2X500 MW MARWA TTPP” (TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15, issued by GGM/S&T, RITES Ltd. Gurgaon)

TENDER

1. I/We have read and examined the Notice Inviting Tender and Instructions to Tenderers,

Special Conditions, Schedules A to F, Technical Specifications, Drawings, Schedule / Bill of Quantities and General Conditions of Contract as well as other documents and rules referred to in GCC and all the details contained in the Tender Document for the work.

2. I/We hereby tender for the execution and completion of the work and remedy any defects

therein, specified in the Schedule of Quantities within the time specified in Schedule “F”, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

3. We agree that our tender shall remain valid for a period of 90 days from the due date for

submission of bid or extended date as stipulated and not to make any modifications in its terms and conditions.

4. A sum of Rs. 2,98,000/-, is hereby forwarded in the form of Banker’s cheque/Pay Order

/Demand Draft issued in favour of RITES Ltd.., payable at Gurgaon as the Earnest Money. Mandate For authorizing RITES Ltd. To make all payments through RTGS/NEFT as per Annexure IX , duly filled in is enclosed.

5. If I/We withdraw my/our tender during the period of tender validity or before issue of Letter

of Acceptance which ever is earlier or make modifications in the Terms and Conditions of the Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 59 of 140

6. If I/We fail to furnish the prescribed Performance Guarantee and Additional Performance

Guarantee (if applicable) within prescribed period, I/We agree that the said Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

7. If, I/We fail to commence the work within the specified period, I/We agree that the Employer

shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money and Performance Guarantee and Additional Performance Guarantee (if applicable) absolutely.

8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both Earnest Money

& Performance Guarantee and Additional Performance Guarantee (if applicable) as aforesaid in paras 5 to 7, I/We shall be debarred from participation in re-tendering process of the work.

9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest Money

shall be retained by the Employer towards Security Deposit, to execute all the works referred to in the Tender document upon the Terms and Conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule F at rates as stipulated in relevant Clauses of contract and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clauses 12.2 and 12.3 of the tender form.

10. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer within 28

days from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is signed.

11. I/We hereby declare that I/We shall treat the tender documents, drawings and other records

connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the Employer/State.

12. I/We hereby declare that I/We have not laid down any condition/deviation to any content of

Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected.

13. I/We understand that the Employer is not bound to accept the lowest or any tender he may

receive. I/We also understand that the Employer reserves the right to accept the whole or any part of the tender and I/We shall be bound to perform the same at the rates quoted.

14. Until a formal agreement is prepared and executed, this bid together with our written

acceptance thereof shall constitute a binding contract between us and RITES.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 60 of 140

15. I am/We are signing this Tender offer in my / our capacity as one/those authorized to sign on behalf of my/our company/as one holding the Power of Attorney issued in my favour as Lead Member by the Members of the Joint Venture.

Signature of Authorized Person/s Date Name/s & Title of Signatory Name of Tenderer Postal Address Seal Witness Signature Name Postal Address Occupation

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 61 of 140

SECTION – 3

(i) SPECIAL CONDITIONS OF CONTRACT (ii) ADDITIONAL SPECIAL CONDITION

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 62 of 140

SECTION 3

SPECIAL CONDITIONS OF CONTRACT

1. The contractor should note and clearly understand that RITES Ltd. is getting the work executed on behalf of CSPGCL referred to as Owner/Employer in these documents. If any loss is sustained by RITES Ltd. /Owner the contractor will make good the same at his own cost. He shall also indemnify RITES Ltd. /Owner against any claims resulting from the negligence of any acts of omission or commission of the contractor or his agents.

2. The Special Conditions supplement the General Conditions of Contract. Where the provisions of special conditions are at variance with the General Conditions of contract and other tender/contract documents, these Special Conditions shall prevail and supersede to General Conditions of Contract/other tender/ contract documents.

3. Where there is any conflict between Instructions to tenderers, Conditions of Contract, Special Conditions of Contract, Tender forms, the schedule of works and quantities on the one hand and General Conditions of Contract on the other, the former shall prevail.

4. TERMS OF PAYMENT

4.1 Payment to the contractor shall be released by RITES Project office, Nagpur/CSPGCL.

4.2 Payment against BOQ items of supply of materials of Schedule -A.

i) 80% cost of materials shall be paid to the contractor after receipt of materials duly inspected and certification by authorized representative of RITES Ltd. on production of documents along with running bill & Bank Guarantee equal to amount payable, on non-judicial stamp paper.

ii) 10% cost of the supplied material shall be paid to the contractor after certification by authorized representative of RITES about the satisfactory installation / erection of the material in the works at site.

iii) In case, the contractor supplied the materials and installed the same at site, the contractor shall be paid 90% of the cost of materials as per the accepted rates without submission of any BG after certification by authorized representative of RITES about the satisfactory installation / erection of the material in the works at site.

iv) Balance 10% cost of materials supplied & installed at site and shall be paid to the contractor after testing & commissioning of S&T installation.

v) balance 20% cost of materials supplied but not required to be installed, shall be paid to the contractor in the final bill after testing & commissioning of S&T installation and reconciliation of materials duly certified by the authorized representatives of RITES Ltd.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 63 of 140

& and countersigned by the authorized representative of CSPGCL.

4.3 The Bank Guarantee submitted by the contractor for supply of materials shall be dealt as under –

(i) Amount of Bank Guarantee shall be treated as released for an amount equivalent to the 80 % cost of the materials installed at site.

(ii) Downward revision of BG shall be done as and when required on mutually agreed date with the contractor.

4.4 (a) Payment against BOQ items of Erection:

(i) 90% cost of erection shall be paid to the contractor on certification by the authorized representative of RITES Ltd. about satisfactory completion of erection/ installation as per item/items of BOQ.

(ii) Balance10% cost of erection shall be paid to the contractor after testing, Commissioning of the S&T system duly certified by authorized representative of RITES Ltd.

4.5 Payment of Composite Items involving Supply and installation – (i) 65% cost of such materials shall be paid to the contractor after receipt of materials duly inspected and certification by authorized representative of RITES LTD on production of documents along with running bill & Notarized Indemnity Bond executed in accordance to performa enclosed.

(ii) 25% cost of such schedule item shall be paid after successful erection/installation of the materials/equipments.

(iii) Remaining 10% cost of such schedule item shall be paid after testing, commissioning of the S&T system.

4.6 Final Bill -

On the basis of completion certificates issued jointly by the authorized representatives of RITES Ltd. & CSPGCL for all the S&T sub systems in all the sections covered in this contract, the final bill for the balance payment of each item/sub item along with final completion certificate shall be submitted by the contractor along with a “NO CLAIM CERTIFICATE”. The final completion certificate shall also be issued jointly by the authorized representatives of RITES Ltd. & CSPGCL when - • They have accepted the work wholly after conducting the acceptance tests on each item of

work. • All the released materials, if any, are handed over by the contractor correctly to CSPGCL

and stacked as advised. • Material reconciliation done and all the unused materials returned to stores in good

condition after the successful completion of installation & commissioning of whole system duly verified and reconciled by the CSPGCL & RITES Ltd. on preparation of the

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 64 of 140

final bill.

4.7 FORMAT FOR “NO CLAIM CERTIFICATE”

Payment of final bills for materials supplied shall be subject to the submission of qualified “No Claim Certificate” to be furnished by the contractor/supplier in the form, as given below: "I/we hereby admit and acknowledge that I/we have no claim or claims whatsoever against RITES Ltd./ CSPGCL under or by virtue of or arising out of the contract/Agreement No.___________ dated________ for the “…………….Name of the work” made between me/us on the one hand and the RITES Ltd./ CSPGCL of the other hand, save and except the claim more particularly specified hereunder. I/we hereby further admit that my/our only claim which now subsists against RITES Ltd./ CSPGCL under or by the virtue of arising out of the aforesaid contract in respect of ______. I/we hereby further agree and undertake not to make any claim or claims whomsoever against RITES Ltd./CSPGCL at any time after, under or by virtue or arising out of the aforesaid contract save and except the subsisting claim more particularly specified proceeding paragraph.

5. Deleted

6. SIGNING OF NO CLAIM CERTIFICATE

6.1 The contractor shall not be entitled to make any claim whatsoever against the RITES Ltd./ Owner under or by virtue of or arising out of the contract, nor shall the RITES Ltd./ Owner entertain or consider any such claim if made by the contractor after he shall have signed a “No Claim Certificate” in favour of the RITES Ltd./ Owner in such form as stipulated by the RITES Ltd./ Owner, after the works are finally measured up. The Contractor shall be debarred from disputing the correctness of any item covered by the “No Claim Certificate” or demanding a clearance to arbitration in respect thereof.

7. DEFECT LIABILITY

7.1 The Defect liability period shall be 12 months reckoned from the certified date of completion of the work. Throughout the defect liability period of 12 months sufficient resources/materials/equipments etc. will be arranged by the contractor to enable to carry out the repairs/ rectification immediately whenever a defect is pointed out by CSPGCL/ RITES Ltd.

7.2 Regular/preventive maintenance of the signaling gears shall be the responsibility of CSPGCL. Contractor shall not be responsible for the defects arising due to the lack of such regular/preventive maintenance.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 65 of 140

7.3 During Defect liability period, the contractor shall only be responsible for rectification of defects arising out of bad work man-ship/ defective materials and contractor shall replace defective material and rectify all such defects at his own cost.

7.4 In case, the contractor fails to rectify defects covered under clause 7.3 above to the satisfaction of Engineer-in-charge, then RITES Ltd. /CSPGCL reserves the right to get the rectification work done at the risk and cost of the contractor. The decision of RITES Ltd../CSPGCL in this regard shall be final and binding on the contractor and shall be beyond purview of “Arbitration”.

8. Execution of all the works in connection with Provision of Signalling & Telecommunication facilities for the tendered work shall be carried out as detailed in technical specifications attached (section-3 of tender document) and contractor shall provide any extra material at his own cost, if not covered in BoQ, to comply with requirements of technical specifications.

9. PROCUREMENT OF S&T MATERIALS

9.1 All the materials and equipments having RDSO specifications must be procured from vendors approved by RDSO. RITES will issue letters to the inspecting authority to inspect the material after source of supply of material is informed by contractor. Wherever reference is made in the Technical specification and Bill of quantities in regard to specification number and codes to be met by the goods and materials to be supplied, and work performed or tested, the provisions of the latest alteration of the relevant standards and codes in effect shall apply, unless otherwise specifically stated.

9.2 For items where no specific reference has been made to any Specifications, the following

should be adopted in the order of precedence starting from top and in all cases the latest revision of specification with up to date correction slip should be followed. i) IRS /RDSO Specifications & Guidelines. ii) Indian Standard Specifications issued by Bureau of Indian Standards. iii) BRS/IEEE/CENELAC Specifications. In case of doubt, the Engineer in Charge’s Directives may be sought.

10. INSPECTION OF MATERIALS & WORKS:

10.1 RITES will issue letters to the inspecting authority to inspect the material after source of supply of material is informed by contractor. Wherever reference is made in the Technical specification and Bill of quantities in regard to specification number and codes to be met by the goods and materials to be supplied, and work performed or tested, the provisions of the latest alteration of the relevant standards and codes in effect shall apply, unless otherwise specifically stated. Inspection Charges- Inspection charges to any of the agency shall be borne by the contractor.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 66 of 140

1. Inspection charges shall be directly paid by the contractor to the respective agency at the rates fixed by them (RDSO/RITES).

2. Inspection charges shall be directly paid to S&T/SBU/RITES at the rates fixed by RDSO for items bearing RDSO/RITES specifications and for the other items as fixed by RITES/QA div.

3. If, the inspection agency is changed due to any reason and the inspection charges of the later are more than the former, the difference shall be paid to the contractor by client. In case, the inspection charges of the later are less than the former, the difference shall be paid by the contractor to the client.

10.2 Materials put up for inspection shall be exactly for the type and quantity laid down in the schedule of works. Any variation shall require the prior approval of the RITES Ltd. before the material is manufactured or tendered for inspection.

10.3 RITES Ltd.,’s Engineer will, inspect and test the work at all stages and shall have full powers to reject all or any work that may be considered defective or inferior in quality of material/ poor workmanship or design. The contractor shall carry out such tests at his cost as are necessary in the opinion of the RITES Ltd. to ensure necessary compliance of the specifications of the contract.

10.4 All material brought to site can be erected only after inspection and acceptance by the Engineer-in-charge or his authorized representative.

10.5 During the execution of the contract, samples may be taken for the purpose of test and/or analysis under the conditions laid down in specifications, such samples to be prepared for testing and forwarded to the testing agency and shall be free of all cost of the RITES Ltd.

10.6 The contractor will be called upon to pay all the expenses incurred by the RITES Ltd./ CSPGCL in respect of any work or materials found to be defective or of inferior quality, adulterated or otherwise unacceptable.

10.7 The completed installation at all stages shall be subjected to checks and test as decided by RITES Ltd. and the contractor shall be liable to remedy such defects as discovered during these checks and test and make good all deficiencies brought out. It will be the responsibility of the contractor to rectify any discrepancy (covered under the clause Defect liability) noticed within Defect liability period.

10.8 The contractor shall advise the RITES Ltd. 15 days in advance, the time when his portion of the work will be completed by him and be ready for inspection. The RITES Ltd. will make inspection after the advice of completion of work is received from the Contractor.

10.9 Although the contractor’s portion of the work shall be inspected by the RITES Ltd. as indicated above, it is possible that certain defects may appear at the time of installation. The contractor shall be responsible to rectify these defects to the satisfaction of the RITES Ltd.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 67 of 140

10.10 During inspection of installation by RITES LTD’ Engineer, the contractor shall make such tests as would be necessary to demonstrate to the satisfaction of the RITES Ltd. that the work as completed by him is in accordance with the specifications of the contract. The contractor shall provide such instruments and apparatus as may be necessary for making these tests.

10.11 In case of cable laying, before the cables are actually laid, Contractor’s representative and the Engineer’s representative of RITES Ltd./ CSPGCL shall jointly inspect the quality and depth of trenches, check quality of bricks and arrangements for tamped filling. The measurements of length for all these items will be suitably recorded by the Engineer’s representative who will permit the laying of cables.

10.12 Inspection Registers will be maintained by the RITES Ltd. Engineer or their representative in which the contractor will be bound to sign the entries made by the RITES Ltd. Engineer or their representative. The instructions of the RITES Ltd. engineer have to be followed. The contractor is required to take into account all the instructions given to him in the Inspection Registers and shall comply with the same within a reasonable time. The contractor shall receive all the letters etc. issued to him at site of work.

10.13 The contractor shall give the RITES Ltd. or inspecting authority nominated by RITES Ltd. clear 4 weeks notice/or more if required for inspection of material so as to ensure that the progress of works is not delayed on this account in any manner. All the letters submitted to the inspecting authority shall be given to the Engineer-in-charge after due acknowledgment from the inspecting authority.

10.14 In case any material is rejected at the site due to its not conforming to the specifications, the contractor/supplier shall arrange to remove all such materials from site at his own cost within 7 days of the receipt of the notice to do so. In case of default, removal from site shall be done by RITES Ltd. / CSPGCL at the risk and cost of the contractor/supplier.

10.15 The contractor is to arrange manpower for smooth & continuous operations of the system. No location/shift should be left unmanned at any given time.

10.16 Tools & plants of all types including various measuring instruments for restoration of gears are to be provided by the contractor.

11. INSPECTING OFFICER - POWER OF REJECTION

11.1 The RITES/ CSPGCL reserve the right to reject or alter any part of the supply by the Contractor/supplier, which in the judgment of the RITES Ltd./ CSPGCL, does not comply with the requirement of the above specifications. The decision of the RITES Ltd./ CSPGCL shall be final and conclusive for all purposes.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 68 of 140

11.2 Wherever any materials is found defective in quality or damaged in transit, the same will be rejected and the contractor/supplier should replace the same without any extra cost.

11.3 Inspecting Officer will have powers to reject the store, if

(i) They are not in accordance with the contract/ owing to the adoption of any unsatisfactory method of manufacture.

(ii) To reject any stores submitted as not being in accordance with the particulars.

(iii) To reject the whole of the installment tendered for inspection if after inspection of such portion thereof, as he may in his discretion think fit, he is satisfied that the same is unsatisfactory.

(iv) To mark the rejected stores with a rejection mark, so that they may be easily identified if re-submitted.

(v) The Inspecting officer’s decision as regards the rejection shall be final and binding on the contractor.

12. CUSTODY OF MATERIALS

a) All materials brought by the contractor for the work, even if, these have been passed by RITES and payments made therefore, will remain in the custody of the contractor till finally used & commissioned on the work and properly accounted for.

b) For this purpose, the contractor will set up his depots in the plant area at locations as directed by the site engineer of RITES. Proper record of receipt of such materials, its acceptance and payment by RITES Ltd./CSPGCL shall be maintained in such stores. When such materials are used on works (with the approval by RITES Ltd./CSPGCL), the issue will be shown against each type of materials and balance derived. Proper formats for maintaining this record will be given by RITES Ltd./CSPGCL to the contractor who will maintain the materials transaction accounts accordingly.

c) All the materials so received and stored in the depots by the contractor shall be carefully handled, stacked and maintained so that they are not damaged and used in the work in good condition. In case any materials are damaged in storing, deductions for their cost shall be made from contractor’s bills. The contractor shall be solely responsible for keeping in safe custody the RITES Ltd./CSPGCL issued material, if any & also the material procured by him for the works. The contractor shall be responsible for any damage occurring to these material during the time till the material are either his custody but not handed over to CSPGCL. Contractor will provide necessary insurance for all the materials till the work is handed over to CSPGCL. Contractor will hand over necessary insurance documents to CSPGCL The insurance cover should be valid till commissioning of the said work handed over to CSPGCL which ever is earlier.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 69 of 140

d) All these depots will be set up and maintained by the contractor at his own cost and nothing extra shall be payable on this account.

e) On completion of work, all materials brought by the contractor and paid for by RITES shall be accounted for by tallying with site measurements and all surplus materials, if any, shall be removed from the plant area by the contractor at his cost and shall be handed over to CSPGCL at the location directed by them to keep as maintenance spares.

f) Safe custody of the materials at site is the responsibility of the contractor. The work will be carried out in stages and in some cases under traffic conditions; therefore contractor is required to follow the traffic rules.

g) If any work (whether/temporary or permanent) or materials, the value of which has been included in any on account bill, is destroyed/damaged for any reasons or stolen, the same shall re-stored or replaced by the contractor at his own cost or otherwise the value of the work or materials so destroyed/damaged or stolen shall be recovered by the RITES Ltd. from any payment due to the contractor.

h) If any material is supplied by RITES Ltd./CSPGCL for use on a work on the application of a Contractor, the RITES Ltd./CSPGCL shall specify in each case the rate to be charged, which should be the market rate prevailing at the time of supply or the issue rate of RITES Ltd./CSPGCL whichever is higher.

i) In case the Contractor fails to return the unused or excess materials (over the actual requirement) on account of excess consumption, negligence materials lost, stolen or damaged in storage and transit on part of the contractor, the cost of such materials shall be recovered from the Contractors at double the rate as calculated in the above para without prejudice the provision of the relevant conditions regarding return of materials governing the contract.

j) The provisions made above are without prejudice to the right of RITES Ltd./CSPGCL to take action against the contractor under the conditions of the contract for not doing the work according to the prescribed specification.

k) The material issued to contractor but remaining unused and in perfectly good conditions at the time of completion or determination of the contract shall be returned to the Engineer-in-charge of CSPGCL at a place where directed by him.

13. Paras Clause No. 17 of GCC - CONTRACTOR LIABLE FOR DAMAGES, DEFECTS, DURING MAITENANCE PERIOD & REFUND OF SECURITY is replaced as under-

13.1 The Defect liability period shall be 12 months reckoned from the certified date of completion of the work. Also throughout the defect liability period of 12months sufficient materials/equipments etc. will be arranged by the contractor to enable to carry out the repairs/ rectification immediately whenever pointed out by CSPGCL/ RITES LTD.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 70 of 140

13.2 After the issuance of completion certificate, regular/preventive maintenance of the signaling gears shall be the responsibility of CSPGCL. Contractor shall not be responsible for the defects arising due to the lack of such regular/preventive maintenance.

13.3 During Defect liability period, the contractor shall only be responsible for rectification of defects arising out of bad work man-ship/ defective materials and shall be replaced by the contractor at his own cost.

13.4 On completion of the defect liability period, Engineer in charge shall issue a certificate stating, all the defects concerning poor workmanship / defective materials etc. as pointed out by RITES LTD/CSPGCL, during the defect liability period of 12 months, have been rectified by the contractor at his own cost including replacements of defective materials.

14. Clause 1 A of GCC - RECOVERY OF SECURITY DEPOSIT is modified as under –

i) Following is deleted in clause 1A of GCC-

“Final refund of Security Deposit will be governed by the provisions in clause 17 (Last line).

ii) (a) Following is added in clause 1A of GCC.

Security deposit shall be released /refunded to the contractor within one month after the completion of the defect liability period of 12 months from the date of completion of the entire work or the final bill has been passed , whichever is later.

(b) Security Deposit of the work will not be refunded unless the stipulations in clause 45 are complied with.

15. (i) Clause 45 A of GCC is deleted.

b. Clause 1 of GCC – (Performance guarantee) (a) The existing sub – clause (iv) may be re-numbered as (v) and the following sub –

clause (iv) may be inserted : (iv) In lieu of the Performance Guarantee and/or Adiitional Performance Guarantee, the contractor may submit Demand Draft of the like amount issued by a schedule bank.

16. Miscellaneous –

(i) The Contractor shall deemed to have inspected and examined the site and its surroundings & information available in connection therewith & to have satisfied himself as far as practicable before submitting his Tender, as to the form and nature thereof including the subsurface conditions, the extent and the nature of work and materials necessary for the completion of the work, the means of access to the site etc and in general shall be deemed to have obtained all necessary information as to risks contingencies and all other circumstances which may influence or affect his Tender.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 71 of 140

(ii) The contractor shall not allow any road vehicle belonging to him or his suppliers etc to ply in land next to the running line. If for execution of certain works road vehicles are necessary to be used in land next to the railway line, the contractor shall apply to the Engineer for permission giving the type & no. of individual vehicles, names and license particulars of the drivers, location, duration & timings for such work / movement.

(iii) The Engineer or his authorized representative will personally counsel, examine & certify the road vehicle drivers, contractor's flag men & supervisor and will give written permission giving names of road vehicle drivers, contractor's flag men and supervisor to be deployed on the work, indicating location, period and timing of the work. This permission will be subject to the following obligatory conditions:

a) Road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6 metre from the center of the nearest track. For plying of road vehicles during night hours adequate measures to be communicated in writing along with a site sketch to the contractor / contractor's representative and controlling engineers / supervisors in-charge of the work including the Engineer-in-charge.

b) Nominated vehicles and drivers will be utilized for work in the presence of at least one flagman and one supervisor certified for such work. In order to monitor the activities during night hours, the contractor shall post additional staff based on the need of the individual site

c) The vehicles shall ply 6 m clear of track any movement / work at less than 6m and up to minimum 3.5m clear of track center, shall be done only in the presence of a supervisor authorized by the Engineer. No part of the road vehicle will be allowed at less than 3.5m from track center.

d) The contractor shall remain fully responsible for ensuring safety and in case of any accident, shall bear cost of all damages to his equipment, men and also damages to CSPGCL property, its staff and public.

e) The Engineer may impose any other condition necessary for a particular work or site.

17. During the contract period, the contractor shall provide free of cost suitable road transport vehicle in good condition (not less than three years old)to RITES Ltd. Officialsfor the purpose of regular supervision and inspection of works at site by them. The vehiocle shall remain fully under the control of site – in charge of RITES Ltd. The contractor shall bear all the expenses for running the vehicle i.e fuel, ,servicing , insurance, maintenance & repairs and drivers expenses etc.

18. SECURITY MEASURES

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 72 of 140

18.1 Security arrangements for the work shall be in accordance with general requirements and the contractor shall conform to such requirements and shall be held responsible for the action or inaction on the part of his staff, employees and the staff and employees of his subcontractors.

18.2 Contractors as well as Sub Contractor's employees and representatives shall wear identification Badges (cards), uniforms. helmets, gum boots and other safety / protection gadgets / accessories to be provided by the Contractor. Badges shall identify the Contractor and show the employee's name and number and shall be worn at all times while at site

18.3 The contractor shall be responsible for security of works for the duration of the contract and shall provide and maintain continuously adequate security personnel to fulfill these obligations. The requirements of security measures shall include, but not be limited to, maintenance of Law and Order at site, provision of all lighting, guard, flagmen, and all other measures necessary for protection of works within the colonies, camps and elsewhere at site, all materials delivered to the site and all persons employed in connection with the works continuously throughout working and non-working periods including nights, Sundays and holidays, for the duration of the contract.

However, at work sites in close proximity of railway track, traffic corridors where trams, public and traffic are likely to come close to the work area, suitable barricading as proposed by contractor and approved by Engineer shall be provided.

Separate payment for provision of security services will not be made and will be deemed to be included in the rates quoted by the bidder against items of Bill of Quantities.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 73 of 140

(II) ADDITIONAL SPECIAL CONDITIONS

GENERAL 1.1.1 Chhattisgrah State Power Generation Company Ltd., (CSPGCL) is planning to set up a

Thermal Power Plant of 2x500 MW at Marwa near Champa, Distt. Janjgir-Champa.The Construction of Rail infrastructure for coal transportation to the plant has been proposed. The proposed siding taking off from Naila Railway Station in Railway network. The proposed siding will take off from Naila Railway Station in Bilaspur Division and will lead to Marwa inside the Plant. For unloading the coal into track hopper, the siding will have a MGR unloading bulb inside the plant for smooth operation.

1.2 The contractor has to work along with other agencies in and around the area allotted for his works. He should execute all his works in complete co-ordination and co-operation with all such agencies and provide access to other agencies so that at no time either his work or the work of other agencies is stopped or delayed. In case of any dispute in his regard, the decision of Engineer-in-charge or his representative will be final and binding on the Contractor. No claim for idle labour, plant and machinery under any circumstances will be entertained by CSPGCL.

1.2.1 CSPGCL has engaged RITES Ltd. as the Project Management/Construction supervision

Consultant for the Railway siding project the contractor/Agency has to work under the direct supervision of RITES Ltd.

1.3 For work close to Railway line, road telephone line, power line (both underground and

overhead) and structures, all precautions should be taken for ensuring that during the execution of the work no damage is caused to such assets and also no obstruction is caused to the movement of trains/road traffic.

1.4 SERVICE ROAD: Contractor will provide service road/roads for movement of materials as

per direction of Engineer-in-charge. Contractor will also maintain these service roads in safe and fit condition at his own cost. He will however have no authority to prevent use of such roads by CSPGCL and other bonafide contractors working at site. CSPGCL., will however, have the authority to disallow any movement on the road, which in their opinion is not in the interest of work, if the contractor fails to provide service road to the satisfaction of the Engineer-in-charge. It will be provided by the Engineer-in-charge at Contractor’s cost. However, in case any such road is not required for the purpose of the work, nothing shall be deducted from contractor’s payment on this account.

1.5 The contractor is required to execute the work in stretches/areas which are made available to

him and which may or may not be in continuous stretches. Decision of Engineer-in-charge shall be final in this regard and binding on the contractor. Contractor shall have no claim if the stretches/areas are not available for the construction / repair at the same time. Extra time where requested by the Contractor on this account shall be considered by the Engineer-in-charge on case to case basis.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 74 of 140

1.6 The contractor shall provide a detailed schedule of work along with material and labour deployment on monthly basis and revise or update the same every month.

1.7 The contractor shall procure all the materials well in advance so that there is sufficient time

for testing of the materials and clearance of the same before using in the works. Testing of the materials i.e. concrete cubes/reinforcement steel/moorum/earth/ stone/dust/cement/aggregate/ ballast and any other materials shall be carried out in Govt. Engineering College, National Test House, any other approved laboratories as directed by Engineer-in-charge and as per the frequency mentioned in QAP (Quality Assurance Plan) approved by RITES. Cost of testing of materials shall be borne by the contractor.

1.8 The contractor shall after completion of work, clear the site of all debris and left over

materials, at his own expenses to the entire satisfaction of Engineer-in-charge. 1.9 Contractor should be registered with the concerned department of Employees Provident Fund

Organization (EPFO). No payment shall be released to the contractor until and unless the contractor submits the registration certificate and up to date deposit receipt of provident fund due to be deposited by him.

1.12.1 At the time of submission of RA / Final bill a certificate shall be submitted by the contractor

regarding up date clearance of payment to his/their sub contractors, vendors, suppliers, labour contractor etc., if any.

1.12.2 Contractor shall submit to CSPGCL/RITES the entry challan of incoming materials like

cement, steel, admixture. S&T fitting etc., for verification of stores and record. 1.13 NIGHT WORK: The contractor would be required to carry out the work even at night,

without conferring any right on the contractor for claiming for extra payment for introducing night working. The decision of the Engineer-in-charge in this regard will be final and binding on the contractor. Contractor shall make his own arrangement for sufficient illumination at site. Nothing extra will be paid for doing works at night.

1.14 The contractor shall also provide, fix & be responsible for the maintenance of all stakes,

templates profiles, levels, marks, points etc., and must take all necessary precautions to prevent these being removed altered or disturbed and will be held responsible for the consequences of such removal, alteration or disturbances should the same take place and for their efficient reinstatement.

1.15 HANDING OVER OF SITE: 1.15.1 Efforts will be made by the Employer to hand over the site to the Contractor free of

encumbrance. However, in case of any delay in handing over of the site to the contractor, the Employer shall only consider suitable extension of time for the execution of the work. It should be clearly understood that the Employer shall not consider any other compensation whatsoever viz. towards idleness of contractor’s labour equipment etc.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 75 of 140

1.15.2 The Employer reserves the right to hand over the site in parts progressively to the Contractor. The Contractor will be required to do the work on such released fronts in parts without any reservation whatsoever.

1.15.3 The access roads near, to the work site may not be available at the time of Mobilisation by the

Contractor. The Contractor shall plan his work within the plant areas as per available roads at site. All drainage of works area and all other weather trucable/haulage roads as required by the Contractor shall be constructed and maintained during the construction period by the Contractor at his own cost.

1.16 The Contractor has to make temporary diversion of course of water during execution of any

work conveniently free of cost. 1.17 An experienced Surveyor should be deployed at site by the contractor along with Total

Station or equivalent equipments. Nothing extra will be paid for deploying experienced Surveyor or equipments.

1.18 Contractor shall quote rate of item including dewatering wherever required. No extra

payment shall be made for any type of dewatering during execution of the work.

1.19 The contractor will have to arrange water supply and Electricity connection at his own expense for the execution of the work.

2. The tenderer shall hold the offer open till such date as may be specified in the tender. It is

understood that the tender documents have been sold / issued to the tenderer and the tenderer is being permitted to tender in consideration of the stipulations on his part that after submitting his tender, he will not resile from his offer or modify the terms and conditions thereof, in a manner not acceptable to CSPGCL/RITES.

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

RITES/CSPGCL, shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, CSPGCL/RITES, shall deem such tender as cancelled unless the firm retains its character.

4. RITES/CSPGCL, also reserves the right to accept tender either for full quantity of work or

part thereof or divide the works amongst more than one without assigning any reason for any such action.

5. When the tender is submitted by the tenderer(s), it will be understood that the tenderer(s)

has/have gone through carefully in detail all the instructions, conditions, general and special conditions of contract and general and special instructions/ specifications for execution of the work and that the tenderer(s) has/have got himself/themselves clarified on all points and doubts and interpretations by the proper authority of CSPGCL/RITES.

6. Contractor’s store houses, yards etc., for stocking materials issued by CSPGCL, shall be

located in the site premises only at locations approved by Engineer-in-charge.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 76 of 140

7. If there is any conflict between description given in schedule of quantity and conditions mentioned in the special conditions, the schedule of quantity shall prevail.

8. Before commencing the work, joint inventory of existing materials in the track is to be taken

by the representative of CSPGCL/RITES and the contractor shall enter in the inventory register and jointly signed.

9. After handing over of the existing section to the contractor, the same section will be maintained and guarded by the contractor, till all the works are completed in all respect and handed over back to the Engineer-in-charge.

10. Rails will be supplied free of cost by the Employer as per Contract Conditions which will be

issued at any of CSPGCL’s stores Depot or in stacks from time to time during the period of work. The contractor should transport the same for use in the work by his own means of suitable transport, including loading, unloading, sorting, stacking with all lead, lift, crossing Railway tracks etc.

11. Adequate protection should be made while moving on public roads or adjacent and across

railway tracks. The rates quoted shall include cost of such items. Similarly the excess rails supplied free of cost by the Employer shall be returned to the nominated stores of the CSPGCL., No separate payment will be made extra for these items except where otherwise mentioned. The contractor shall include such expenses for items while quoting his rates for the SCHEDULE OF QUANTITIES”.

12. The contractor will be responsible for the safe custody of S&T materials till completion of the works and handing over the S&T installation. The contractor will also be responsible to account for the S&T materials issued to him and surplus if any has to be returned by him at his cost at the depot from which these were issued. For S&T materials remaining not accounted for by being used or returned to the depot, recovery will be effected from the contractor’s dues at rates to be decided by the Engineer-in-charge which will be final and binding. No wastage, breakage allowance or loss is permitted for Rails issued to the Contractor.

13. It should be clearly understood that it is entirely the contractor’s responsibility and liability to find, procure and use the required tools and plants and accessories at his own cost for efficient and methodical execution of the work. CSPGCL/RITES shall have the right to check the sufficiency or quality of the Contractor’s tools from time to time and the Contractor shall carry out all reasonable instructions of CSPGCL/RITES, in this respect.

14. In the event of any accident at the work spot, or while transporting S&T materials, if it is

established by the enquiry by Client’s representative or Railway/Local Civil Authority that the accident occurred wholly or partly due to any act tantamount to negligence on part of the contractor, he shall render himself liable for all damages and also legal proceedings.

15. Shifting of labour camp from place to place as the work advances will be at the cost of the

contractor.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 77 of 140

16. The contractor will co-operate with the Engineer-in-charge in maintaining various registers, charts and records etc., in connection with the works.

17. A separate register should also be maintained by the contractor for the deployment of contract

labour at site. The registers should be made available to Employer’s personnel, as and when required.

18. Time shall be regarded as a essence of the contract and failure on the part of contractor to complete the work by the date stipulated in the agreement and work order will entitle RITES/CSPGCL Administration to recover liquidated damages/penalty.

19. RITES/CSPGCL Administration reserves the right to alter the detailed plan and sections and

to carry out minor alterations in the plans resulting in corresponding increase or decrease in the quantity of works without being liable to pay enhanced rates for the work or to allow extra time for completion of the work.

20. No new facilities such as roads, level crossing etc., other than those already in existence will

be made available to the contractor. 21. In case any workman is found incompetent or otherwise undesirable by RITES/CSPGCL

representative at site, he should not be allowed to work under the contractor. In this matter, the opinion of the Engineer-in-charge will be final and binding on the contractor. Any variation of this requirement by the contractor shall be treated as fundamental breach of contract entitling RITES/CSPGCL, to rescind the contract by giving 7 days notice.

22. Particulars of work done during each day, with location where the work is done, will have to

be recorded in a register by the contractor’s site in charge and the register will be kept available for inspection/scrutiny by RITES/CSPGCL’ representative. A site order book will also have to be maintained where instructions regarding work to be carried out recorded by CSPGCL’ REPRESENTATIVE AT SITE/RITES representative.

23. RITES/CSPGCL’ representative shall have the right at all times to supervise the contractor’

work and instruct the contractor and the contractor shall execute the work as per the instructions without any lapse of time. For this purpose the contractor shall maintain a site Order book. Failure to comply with RITES/CSPGCL representative’ instructions shall be deemed to be a fundamental breach of contract on the part of the contractor entitling CSPGCL to rescind the contract at the contractor’s risk and cost after serving a notice of 7 days.

24. The contractor will make all arrangements for getting passes /authorities for his men

including making necessary application with photos for each labourer deployed for this work and will bear all costs, any. Housing accommodation and watering arrangements for contractor’s labour will have to be arranged by the contractor.

25. The contractor will bear all medical expenses and make immediate arrangement for medical

attention to his labour, if injured on duty. He will provide “Medical Aid” Box at site of work at his cost.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 78 of 140

26. The rates quoted shall be inclusive of all taxes such as sales tax excise duty, entry tax, toll tax, turnover tax on works contract, octroi, royalty, VAT, Labour Welfare Cess and any other tax, lavy, cess etc as applicable. However, sales tax/VAT on works contract if paid by CSPGCL/RITES directly the same amount shall be recovered from contractor’ on account bill and no exemption claims on this account shall be entertained by CSPGCL/RITES. Inspection charges and the charges for loading, transportation, unloading and stacking of materials at store should not be quoted separately. The quoted rates should remain firm till completion of the entire work.

27. The contractor shall submit royalty clearance certificate wherever applicable along with on

account bill/running account bill. If the contractor fails to submit the royalty certificate, requisite amount will be deducted as per extant Govt. rule from his bill and be deposited with the concerned department.

28. No payment will be made unless copy of the current & valid STCC or exemption certificate is

submitted prior to or along with the bills.

29. Completion Drawing. Completion drawings for the works executed shall be prepared by the contractor. Completion drawing will be prepared on tracing paper. Contractor will supply of drawings 5 copies of completion drawing along with original

tracing & soft copy with final bill. 30. It is the responsibility of contractor to obtain fitness certificate after completion of work from

South East Central Railways and any discrepancy pointed out by Railways /RITES shall be rectified by contractor at his own cost.

31. The word ‘Providing’ wherever mentioned should imply ‘supplying and providing’ both.

32. Items of work provided in this schedule but not covered in this specification shall be executed as per instruction of the Engineer-in-Charge.

33. Engineer’s decision shall be final binding on the contractor regarding clarification of items in this schedule with respect to the other sections of contract.

34. All items of work under this contract shall be executed strictly in accordance with the description of the item in the Schedule of Quantities, relevant specifications read in conjunction with the appropriate standards.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 79 of 140

SECTION - 4

PERFORMA OF SCHEDULE

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 80 of 140

SECTION 4

PERFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intendingTenderer)

SCHEDULE ‘A’

Schedule of quantities (As per Bill of Quantities attached)

(BOQ to be attached with Financial Bid)

SCHEDULE ‘B’ –

Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract)

S.No Description of items

Quantity Rates in Figures & words at which the material will be charged to the contractor

Place of Issue

1 2 3 4 5

- Not Applicable -

SCHEDULE ‘C’ –

Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract).

S.No Description Hire charges per day Place of Issue 1 2 3 4

- Not Applicable -

SCHEDULE ‘D’

Extra schedule for specific requirements/documents for the work, if any.

- Not Applicable -

SCHEDULE ‘E’ –

Schedule of components of Cement, Steel, other materials, POL, Labour etc .for price escalation. (Refer Clause 10CC of Clauses of Contract).

- Not Applicable -

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 81 of 140

SCHEDULE ‘F’

Reference to General Conditions of Contract

Name of Work:

“Supply, Installation ,Testing & Commissioning of S&T Indoor & Outdoor gears with Panel

Interlocking system of Rail Infra Structure Facility for Transportation of Coal from Naila

Railway Station to 2X500 MW MARWA TTPP”.

Estimated cost of work Rs. 2,97,91,679

Earnest money: Rs. 2,98,000

Performance Guarantee (Ref. Clause 1) 5% of Tendered value.

Security Deposit: (Refer clause 1A) 5% of Tendered value

Notice Inviting Tender and Instruction to Tenderers Officer inviting tender: GGM(S&T), RITES on behalf of M/s CSEB CONDITIONS OF CONTRACT

Definitions

2 (iv) Employer CSPGCL, Raipur represented by RITES Ltd. For & on

behalf of it as an agent/Power of Atorny holder.

2(v) Engineer-in-Charge JGM-II/S&T

2(vii) Accepting Authority GGM/S&T

2(ix) Percentage on cost of materials and labour to cover all - Not Applicable – overheads and profits. 2(x) Standard Schedule of Rates - Not Applicable – CLAUSES OF CONTRACT Clause 1

1 (i) Time allowed for submission of P.G. from the date of issue of Letter of Acceptance subject 28 days. to maximum of 15 days.

Maximum allowable extension beyond the period provided in (i) above subject to a maximum of 15 days.

7 days

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 82 of 140

Clause 2 Authority for fixing compensation under Clause 2 GGM/S&T/RITES Clause 2A Whether Clause 2A shall be applicable NO Clause 5 5.1 (a) Time allowed for execution of work The time allowed for completion will be 10 (Ten) months from the date of start.

Date of Start – 15 days from the date of issue of “Letter of Acceptance” or the fist date of handing over of any part of site whichever is later.

5.1 (b) TABLE OF MILESTONE(S)

S.No Description of Milestone

(Physical) Time allowed in days

(from date of start) Amount to be withheld in case of non achievement

of milestone 1 20 % of the contract value 2.5 month 1% of awarded cost

2 50 % of the contract value 5 month 5 % of awarded cost 3 75 % of the contract value 7.5 month 7% of awarded cost 4 100 % of the contract value 10 month 10 % of awarded cost

5A. Shifting of stipulated date of completion

Competent authority Accepting authority as specified in clause 2(vii) of conditions of the contract above.

1. The withheld amount shall be released upon achieving the milestone due on the date of releasing.

2. 100% withheld amount shall be released on commissioning.

Clause 7

Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such Not Applicable payment for being eligible to interim payment Clause 10 B Whether Clause 10 B (ii) to (v) applicable NO

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 83 of 140

Clause 10 CC Whether Clause 10CC applicable NO Clause 11 Specifications to be followed for execution As mentioned in the technical specification of work & Tender document Clause 12 Clause 12.2 Deviation Limit beyond which 12.3 & 12.5 Clauses 12.2,12.3 & 12.5shall be +/- 20% of the BOQ qty. for Sch A & Sch B Clause 16 Competent Authority for deciding reduced rates GGM/S&T/RITES Clause 18 List of mandatory machinery, tools & plants to be deployed by the Contractor at site:-

As per site requirement. Clause 25

25 (i) Appellate Authority - ED/RI (The Authority immediately above Engineer-in-charge to whom the

Engineer-in-charge report)

AS per item No. 9.2 of SOP Appointing Authority - (The Authority competent to appoint

Arbitrator as per Item 9.2 of SOP) Clause 36 (i)

Minimum Qualifications & Experience required and Discipline to which should belong

Designation Minimum Qualification

Minimum working experience

Discipline to which should belong

Number

Principal Technical Representative

B.E./Diploma 10Years/15 Years Electronics/Electrical 1

Deputy Technical Representative

Engineers Clause 36 (iv) Recovery for non-deployment of Principal Technical Representative and Deputy Technical Representative Designation Rate of Recovery per month (in Rs.) for non-deployment Principal Technical 40,000/- Per Month

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 84 of 140

Representative Deputy Technical Representative Engineer (Degree Holder) Clause 42 i)(a) Schedule/statement for determining Not Applicable theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by CPWD Clause 46 Clause 46.10 Details of temporary accommodation 1) 2 room of size ‘12X14’ with CC flooring including number of rooms and their 2) AC sheet and false ceiling sizes as well as furniture to be made 3) 1 Toilet with wash room available by the Contractor 4) Fans, plugs, sufficient quantity

5) Lighting arrangement Whether Clause 46.11.1A applicable YES Whether Clause 46.13A applicable YES Clause 46.17

City of Jurisdiction of Court Gurgaon Clause 47.2.1

Sum for which Third Party 15 % of the awarded value per occurrence Insurance to be obtained. with the number of occurrences limited to four. Clause 55

Whether clause 55 shall NO be applicable.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 85 of 140

SECTION – 5

TECHNICAL SPECIFICATIONS

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 86 of 140

List of signalling materials with their specification/drawings-

Signalling & Telecom Materials to be supplied by the contractor will be as per the following specifications/drawings with the latest revisions & amendments. Specifications and drawings may be purchased from RDSO, Lucknow.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 87 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 88 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 89 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 90 of 140

1.0 Scope of Work:

The work includes, but not limited to, Supply installation testing & commissioning of S&T Indoor & Out door gears of Signaling & Telecommunication system at in-plant yard of CSPGCL. This includes designing & supply of panel interlocking system, designing of circuit diagrams, track bonding plan etc. Supply of Signal posts, signal units, Point machines, different type of relays, different type of indoor and outdoor signalling cables, digital axle counters, apparatus cases, Relay racks, Cable Terminal Racks, various signalling & telecommunication indoor and outdoor cables, Track circuit equipments, timers, flasher Relays etc. This also includes casting of foundations for signal posts, apparatus cases, shunt signals, erection of relay rack, CT Racks, Trenching, laying of cables etc. and commissioning of entire signalling system. Scope of work shall also include installation, Trenching and laying of signalling and telecommunication cables up to Naila Y Junction station of Railways, termination of cables, installation wiring, testing and commissioning of block working including BPAC between In plant Yard and Y Junction of Naila station of Railway. The complete work shall be carried out according to the Technical specifications and drawings approved by the RITES & Railways and should confirm to the provisions of Signal Engineering Manual, Manual for special requirement of Signaling in 25KV A.C. electrified area (RE Manual) and Schedule of dimensions in the section.

2.0 CABLE LAYLING 2.1 CABLE PLAN:

A cable route plan will be drawn by the contractor prior to starting any trenching work. This route plan shall be got approved from the site engineer of RITES/CSPGCL. Cable plan with distribution chart for each cable shall be prepared for each station by the contractor leaving adequate spare conductors in each cable as laid down in para 15.3 of chapter XV of SEM (Signal Engineering Manual) part-II i.e. 20% of working conductors on each cable shall be left spare upto outer most points and 10% beyond outer most points. Provision shall also be made for additional cable conductors required for repeater relays as per 25KV AC electrified section – The similar cable layout plans shall be prepared for telecommunication cables. The necessary approval shall be obtained from the site engineer before start of cable laying work. Copy of this plan shall also be sent to client. A distance of approximately 10 cm must be maintained between telecommunication cable and signalling cables. The signalling cables must be separated from power cables by a row of bricks between them.

2.2 CABLE TRENCH:

Excavation of cable trench shall be made in all kinds of soils including clearing roots of trees, bushes and rocks etc., to a depth as indicated in the BOQ and proper protection shall be provided as required by Railways while crossing power cables, pipe lines etc. The bottom

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 91 of 140

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. Alignment of the main cable route as well as track/road crossings will be indicated in the cable layout plan.

(a) Signalling/Power cables shall be laid as close to the track as possible in the station limit but not less than 3 m from the nearest track centre. The cable to track separation distance both within station limits and in the block section generally not to exceed 6 metres. However outside the station limits, the cables should generally be laid at not less than 5.5 m from the centre or the nearest track.

(b) 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.

(c) Wherever if rock formation is experienced and trenching cannot be done to a depth of 1 metre, the trench shall be dug as far as possible and protective measures taken to avoid damages of cable as decided by site engineer. The drawing in this regard shall be prepared by Engineer. Payment of trenching shall be made proportionate to the depth of trench and no payment shall be made for any extra excavation carried out in the slope and width of the trench. The contractor, who supervises the excavation, shall take the shoaring materials ready on hand, so that on banks where ashes or loose materials are encountered, shoaring can be adopted. However, the minimum depth shall not be less than 300 mm for laying DWC HDPE pipe in hard morrum. Whenever rocky soil is experienced, concreting has to be done for a depth of 150 mm after laying the cables to protect them.

(d) During excavation of the trenches, the earth should not be thrown on the ballast. The earth should be thrown by the side of the trenches, away from the track. Complete excavated earth shall be back filled in the trench after laying the cable and well rammed.

(e) Wherever Power Cables are to be laid along with other cables bricks are to be laid lengthwise approximately, five bricks per metre for separating Power Cables from other Signalling/Telecom Cables.

2.3 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 shall be tested with 500V megger and it shall not be less than 500 MΩ per Km.

If there is wide disparity between insulation of different conductors, the condition of the cable should be thoroughly checked before permitting its use. Bedding and armouring shall be inspected to see that there has been no damage during transit or in storage. In case where the wheels are not available or the area is not convenient for rolling the wheels along with route, the drum shall be mounted on the axle at one end of trench and cable paved out. It should be carried out by adequate number of men ensuring that the insulation of the cable is not damaged and no kink/twist is formed. In no case shall the drum be rolled on the road for laying of cables and the cable dragged on the ground for laying purposes. DWC pipes of 6M. length shall be joined by suitable couplers. Before laying of cable, a visual inspection shall be adequate for any damage or defect through out its length.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 92 of 140

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 duly terminated at the relay room/Location Boxes, 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/Location Box 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. The cable ends shall be sealed with cable compound. All the cable terminals shall be sign written with paint describing the function.

2.4 Cable laying shall commence only after the depth and width of trench, quality of bricks are

jointly inspected by the Site Engineer and Contractor’s representative and approved. The necessary record of such approvals shall be maintained in a register.

2.5 Cable shall not be normally 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 cable. If at any time the cable has to be taken across the track either in full drums or in spread out conditions, it shall be done only in the presence of site engineer and also 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. The station master shall be informed in writing and a acknowledgement obtained for this work.

2.6 At each end of the main cable/tail cable/power cables an extra coil length of 6 to 8

metres should be kept. 2.7 At the time of commissioning of cables, the insulation values of the cable should again be

checked and the value obtained shall not be below 500 Mega Ohms per Km. If there is wide disparity between insulation of different conductors, the conditions of the cable should be thoroughly checked before permitting its use. The reading shall be recorded in the register for all cables.

2.8 The contractor, thereafter shall supply the completion cable layout/termination plan and cable

route plan showing the distance of cables from the nearest track centre at every 30 M interval and location of Location boxes. The distance of location box from nearest track centre shall be indicated.

2.9 After the signalling cable/power cables inside DWC pipes are laid in the trench, it shall be covered with loose soil as directed in para 2.3, one layer of country bricks of size 220mm x 100mm x 60mm approximately, shall be placed closely in breadth wise.

2.10 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 0.3 M from the top of the cable marker to avoid theft and shall be provided with cement coping as per Drg. No. RITES/SIG/GEN/018-98.

2.11 As unscreened signalling cables are used, the necessary arrangements are made to comply

with the instructions issued at Part ‘B’ of Special requirements of signalling in AC electrified area (1989) with latest amendments.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 93 of 140

3.0 TRACK/ROAD CROSSINGS

Wherever signalling / power cable has to cross the track / road, it shall be ensured that: 1. The cable crosses the track/road at right angles. 2. The cable normally does not cross in between or inside points and crossings. 3. The track /road crossings to be carried out as per the drawings no. RITES/SIG/GEN/028-98. 4. The work includes removal of ballast, cutting of trench across track/road at the places

indicated by the Site Engineer and covering the trenches after placing RCC pipe in position. 5. DWC pipes of 150 mm inner dia shall be provided for track/road crossings. For each

track/road crossing. Required number of DWC pipes shall be provided depending upon the width of the road/track and number of cables.

4.0 BRIDGE CROSSINGS:

On bridges, the cables are to be laid through GI pipe/trough and taken through RCC/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 and signalling cables. In case of girder bridge, suitable supporting clamps shall be manufactured and provided at the rate of 1 clamp/metre. Before fixing GI pipes, perforated holes of 12 mm dia shall be drilled at an interval of 0.3 Mts. to avoid theft of GI pipes. In case cables/cable is laid through trough, it should be filled in with cable compound/bitumen compound to prevent theft of cables. In theft prone area the Special concreting arrangement shall be developed in consultation with site engineer in both sides of the bridge from where cable leaves the pipe. The cable laid on Girder Bridges should be carried out as per Drg No. RITES/SIG/GEN/026-98 and in Arch Bridges as per Drg. No. RITES/ SIG/ GEN / 027-98.

5.0 FOUNDATIONS 5.1 The top level of the foundation shall be in level with the existing rail level. The proportion of

cement, sand, ballast shall be of 1:3:6 ratio (ballast 20mmsize) for casting foundations for signals, location boxes, and the casted foundation will be cured for a period not less than 7 days.

5.2 Fine aggregate must consist of sand, stone ballast not exceeding 40mm x 40 mm size and

cement. The sand and ballast must be clean and free from soil, clay, shale, soft or flaky materials or any vegetable. Ballast must be washed when necessary to ensure cleanliness.

5.3 Sand used must be tidal river sand and must be free from any salts. 5.4 Water used for mixing must be clean and free from any oil, alkali, and acid. 5.5 Materials for concrete must be carefully and accurately measured for every batch.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 94 of 140

5.6 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 powrahs. Water must be added by pouring water continuously until all materials and water are thoroughly mixed and uniformly combined.

5.7 When batch is fully mixed, it must be used without any delay. The aggregate shall be

deposited in uniform layers 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.

5.8 Forms must be drenched with water before the concrete is placed against them and must not

be removed in less than 36 hours afterwards. 5.9 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.

5.10 The exterior surface of the foundation should be finely finished leaving 4 cms. of threaded

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 Site Engineer(s) and his representative of the work. Curing must be done for all foundation for not less than 7 days.

5.11 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. 6.0 LOCATION BOX/ APPARATUS CASE

A plan showing the location of apparatus case and their sizes will be drawn by the contractor before starting the casting the foundation of the apparatus case and it shall be got approved by the site engineer.

6.1 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 40mm size as per :

1. Drawing No.RITES/CO/S&T/003-09 (Foundation of Apparatus Full) 2. Drawing No. RITES/CO/S&T/004-09 (Foundation for Apparatus case half).

The position of Location Boxes will be finalised by the site engineer. It shall be fixed taking care that staff working on location boxes is not en-dangered from running train.

6.2 All Location Boxes/safety 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 earth work shall be made upto the required level. All the Location Box/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 aluminum paint on outer side after installation at site.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 95 of 140

6.3 6 mm thick hylam sheet to be used for fixing ARA Terminal/fuse block. Size of terminal boards and shelf planks shall be finalised by railways site Engineer. Two holes on either side of terminal/fuse block shall be made for carrying out wiring termination. Hylam sheet be securely fixed in level on suitable M.S. angle brackets.

6.4 The underground signalling cable shall be taken into the Location Box/battery boxes and

properly secured by wooden clamps/cable gland plates. 6.5 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 Site Engineer. All the power cables (aluminum) shall be provided with aluminum lugs using crimping tool.

6.6 All Location Boxes shall be provided with 'E' type lock arrangements on 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 Location box.

6.7 After all the signalling cables are taken inside the Location box/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.

6.8 All the underground cable shall be provided with punched name plates, showing total

number of cables, cross section of each core, aluminum or copper and from and to details etc., inside each Location Box.

6.9 The armours of all the cables and Location Box/battery box shall be earthed as per RE

standards. Excavation of a pit at a given location, on natural soil, fixing earth pipe covering the same with a mixture of 2 Kg. Of charcoal, 2 kg of common salt and earth shall be as per Drg. No.RITES/SIG/GEN/013-98, 014/98 & RITES/SIG/GEN/017-98 . This includes brick masonry around the earth. G.I. pipe of size 50mm x 3.05 M with 12 mm dia holes on the sides at intervals of 300mm. If more than one Location boxes are grouped at a place, one earth shall be provided for each Location box.

6.10 The earth resistance shall not be more than 10 Ohms with the normal pocess of earthing.

Earth resistance and date are to be painted on earth pit. 6.11 Track relays, line relays, point contactors, overload relays, transformers, transformer

chargers, rectifiers, charged secondary cells, track feed resistance, EKT, telephone plugs etc., shall be fixed neatly in the Location Box as required by Engineer. The wiring shall be carried out in a neat manner with 3/0.75mm PVC copper wires and terminated, bunched and tested. The relays wherever fixed shall be fixed in such a manner that they can not be easily removed or tilted. Details of cable terminations and wiring particulars shall be painted inside the Location Boxes door in addition to documentation. Contractor shall procure and fabricate M.S. flats/angle for relay fixing, inside Location Box. The design of such fabrication will be issued by Site Engineer. Relay fixing arrangements shall be firm and rigid to avoid any chance of vibration due to train movements.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 96 of 140

6.12 All electrical equipments wherever provided shall be earthed to RE Standard. Description of equipments, relay etc., shall be neatly painted inside the Location Boxes door. All the internal wiring shall be tested from Point to point in full, jointly by contractors authorized Engineer and Site Engineer/ Supervisor.

6.13 Charged secondary cells if installed inside Location Boxes, shall be fixed firmly leaving

working space for taking specific gravity reading and distilled water topping. Anti corrosive black paint to be coated inside the Location Box. Additional ventilation arrangements shall be made. The date of installation, capacity and serial number shall be painted on each cell and the inner side of the door. The record shall be maintained in a proper format for each battery set as per railways laid down practice.

6.14 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 Site Engineer duly signed as explained in para 6.13.

7.0 COLOUR LIGHT SIGNALS 7.1 The work includes excavation of pits and casting of main signal foundations, as per Drg. No.

RITES/SIG/GEN/001-98 using anchor bolt of size 915x75x24mm. as per RDSO drg. SA-116 A/M. The exact position/location of signals will be indicated/decided by site engineer. Distance of the signal post from the nearest track centre on either side shall be recorded jointly signed by the site engineer and the contractor’s representative

7.2 Foundation for Signal post should be of cement, sand, concrete in the ratio of 1:3:6 using

stone ballast of 25 mm size to be cast at location shown by Site Engineer. The foundations are to be plastered in all sides by 1:3 mix of cement and sand.

7.3 Signal post 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 colour light Signal upto 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.

7.4 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' Bolts of 20mm dia 2 Nos. on the Signal pole for mounting multi unit colour light signal. A 21.5mm through hole shall be drilled on pole just below the off set bracket and a through bolt provided to prevent the offset bracket from sliding down. The tail cable shall be first terminated on the route indicator and separate wiring (PVC 3/0.75 copper) shall be run to colour light multi unit signal from route indicator. LED lamps to be used for main signal aspects and Junction type route indicator.

7.5 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

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 97 of 140

before cable is taken through it and care shall be taken that no damage to insulation of tail cable is caused.

7.6 Voltages have to be checked at LED signal lamp and to be maintained at 90% of the rated

voltage of the LED lamp.

7.7 Signal units door shall be locked using Universal locks.

7.8 Necessary earthwork shall be done for each signal as directed by site engineer. The cables are to be taken through the pole to the unit without damaging the insulation and armour then skinned and terminated.

7.9 All the signal units are to be wired as per approved practice by railway. The wiring is to be tested jointly by contractor and RITES engineer.

7.10 The signal post shall be properly plumbed and fitted with ladder having a platform and

guarding on the top. Necessary ladder supports as required shall be provided. All the signal posts and signals shall be installed clear of infringements (i.e. 2.36 Mts. from the central line of the nearest track. Extra clearance to be catered for, to commensurate with the degree of curvature, if the, signal to be installed is situated on the curve). Markers and number plates shall be fixed wherever necessary as per signalling-plan using suitable clamps. Signal number plate shall be as per drawing no. RITES/SIG/GEN/046-08. Signal No. has to be enameled black on the "Number plate". All fittings are to be tightened properly. Signal unit shall be fixed properly. The back cover of the signal shall be crossed by white lines (X).

7.11 Earth work shall be made around the ladder foundation to Railway Standards and ladder

foundation shall be concreted. Protective mesh shall be provided on the signal units as per requirements of RE Standard as directed by site engineer. Ladder to be painted with Black paint.

8.0 CALLING ON SIGNALS/POST TYPE SHUNT SIGNAL 8.1 Off-set bracket shall be fixed with ‘U’ Bolts of suitable size on Signal pole for mounting

shunt signals and calling on signal. A 21.5mm through hole shall be drilled just below the off set bracket and through bolt of diametre 20mm shall be provided to prevent the offset bracket from sliding down. Vertical slotted hole not less than 25x50mm in size shall be provided on the Signal pole to take tail cable. Care shall be taken that no damage is caused to insulation.

9.0 POSITION LIGHT TYPE INDEPENDENT SHUNT SIGNAL (GROUND TYPE) 9.1 The work includes excavation of pits casting of shunt signal foundations as per Drg. No.

RITES/SIG/GEN/002-98, using Anchor bolts of size 305x50x20mm. 9.2 Foundations for shunt signal should be of cement, sand, concrete mix with ratio of 1:3:6

using stone ballast of 25mm size to be cast at location shown by the RITES engineer. The foundation to be plastered in all sides with 1:3 cement, sand mix.

9.3 The position light shunt signal shall be properly mounted on post and plumbed.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 98 of 140

9.4 Necessary earthwork shall be made for each Position Light Shunt Signal as directed by

RITES engineer. The cables are to be taken through the post to the unit, skinned and terminated.

9.5 Position light shunt signals are to be wired as per approved practice by Railway. The wiring

is to be tested jointly. The signal unit’s back door covers are to be locked using universal locks. Soon after installation, the pole shall be painted with a aluminum/white enamel paint after giving a coat of primer and the Signal unit shall be painted as per the Standard practice.

9.6 The position light Shunt Signals are to be earthed as per RE standard. 11.0 TRACK CIRCUITS 11.1 The work includes bonding of fish plated rail joints with 8 SWG G.I. wire. 7.2mm 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 zone track circuit parallel jumpers bond wires/cables shall be provided as directed by RITES engineer.

11.2 Two FRP TLJ boxes one at track feed end and another 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 Location Box shall be terminated. The connection from the TLJ boxes to the rail should be done by 2x2.5mm² cable which should be fixed to the Rail by soldering the copper core on the G.I. wire U-Clamp. G.I. wire U-clamp shall be fixed on the rail web by channel Bond pin both at feed and relay ends.

11.3 Both TLJ boxes shall be painted and track circuits shall be neatly numbered as per the

standard practice of North Central Railway.

11.4 Normally glued joints shall invariably be provided. Wherever glued joint is not possible, Nylon rail insulation joint type shall be provided at places marked by site engineer. 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 civil contractor. Contractor shall procure and fix suitable MS flat 10mm. thick of required size and drill suitable holes both in leading/following stretchers and MS flat for providing stretcher insulation. Contractor shall procure and provide proper size bolts and nuts, spring washers to keep firm the insulation joint against vibration. Insulation shall be provided correctly and tested jointly. After providing insulation, it should be inserted in the presence of Engineer/ Engineers representative only. The switch extension pieces/'D' clamp fittings also should be insulated. The contractor shall supply all insulations as per Schedule. In case the Civil engineering department supplies insulated gauge tie plate and stretcher bars etc., the contractor need not do the insulation job.

11.5 Polarity bonding in point track circuit in duplicate shall be provided for each point track using 8 SWG G.I. soft wire.

11.6 Any alteration to existing track circuits shall be done by the contractor at his own cost.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 99 of 140

11.7 After completing the installation of track circuit, it shall be energized, tested, adjusted and

readings recorded in a register/track circuit history cards. The bonding and jumpering plan shall be prepared for each track circuit.

11.8 The additional work like skimming of fish plates, insulation of fish plate holes etc required in

connection with provision of RDSO type nylon insulation Joint for track circuits shall be done by contractor. However fish plates shall be supplied to Contractors.

12.0 CABLE TERMINATION RACK: 12.1 Cable termination racks shall be erected in the relay room at the required location as shown

by the RITES engineer with suitable foundation bolts and cement concrete. 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 terminated in a proper order. The cable armours and the rack should be earthed. Internal wiring and termination particulars are to be written with paint.

12.2 The terminal blocks are to be fixed on suitable Hylam sheet, which is fitted to the cable

termination racks and held rigidly by machined screws. The number of 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 rack.

12.3 All the cables shall be identified by punched labels tied on each cable. Painted cable

termination index board shall be fixed in the relay room showing the terminal numbers circuit wise. As made terminal particulars shall be prepared in linen/polyester tracing signed and handed over to the Railways.

13.0 LEAD ACID LOW MAINTENANCE BATTERIES 13.1 The charged Low Maintenance Batteries shall be provided for track circuits. .

13.3 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 mm² multi strand copper wire and terminated in the terminal board in the battery room. The details of batteries and the capacity, circuit, date of installation etc., should be painted. Voltage reading shall be recorded for each cell in a separate register, along with the guarantee certificate of the supplier and handed over to the BPCL/RITES duly signed.

14.0 CRANK HANDLE INTERLOCKING

Key lock relay (KLCR) with crank handle fixed to the key shall be installed on Acrylic sheer glass fronted T.W. box firmly on suitably angles supports, in SM’s room/Cabin/Battery

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 100 of 140

box/apparatus cases as indicated by Railways. The wiring shall not be exposed. E.K.T. 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. The box shall be pasted with laminated sheet of same colour of panel on the sides and providing suitable partition will 12mm teak wood. A push button with 2 NO/2 NC contacts of reputed make viz., L&T/Crompton make or similar . 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 Site Engineer (this includes necessary mounting of the to the wall using TW plugs and cement. All material should be arranged by the contractor).

15.0 WARNING/STOP BOARD / SIGHTING BOARD 15..1 Warning/stop boards fitted on the Rails angle/channel shall be erected and concreted at

locations as indicated by Site Engineer 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. These shall be of retro-reflective design.

15..2 The rail post and other fittings shall be painted as required by Railways. 16.0 EARTHING:

Earthing shall be carried out as per provisions given in the tender schedule. The work includes excavation of a pit at a given location as per Drg. No. RITES/SIG/GEN/017-98 on natural soil, fixing earth pipe covering the same with a mixture of 2 Kg. of charcoal, 2 Kg. of common salt and earth. This includes brick masonary around the Earth. GI pipe of size 50mm x 3.5M with 12mm dia holes on the sides at intervals of 300mm. The equipment to be earthed shall be connected to the earth pipe by means of GI Wire 8 SWG by neatly soldering at equipment end and earth pipe end. Earth resistance shall be measured and painted on the earth pipe with date. The earth resistance shall be always less than 10 Ohms for all signaling gears except for ring earth for EI system which shall be equal to or less than 1 ohms. The installation of indoor/outdoor equipment must be carried out as per detailed instructions given in installation procedure issued by RDSO or indicated by Railways. The 6 quad cable shall be laid in station area for digital counter in count and out count detection points at advance starter and home signal.

17.0 Signal Lighting

All the Signals are provided with LED lamps lit on 110V AC. In case of LED lamp failure, Health Monitoring Unit (HMU) shall generate an audio visual alarm that will be provided on control panel. Typical arrangement for vital output relay driving is shown in figure below:

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 101 of 140

(2 Aspect signal lighting circuit)

(Shunt signal lighting & ECR circuit)

18.0 Point Operation

Points shall be operated by non-trailable IRS type electric point machines of rated operating voltage 110V DC. Point machine shall be of internal locking type and 143 mm. stroke, confirming to RDSO specification IRS:S-24/2002 with latest Amdt. Point machine shall be mounted on two extended PSC sleepers. 12+6 core, 1.5 mm² solid copper conductor, underground signalling cable shall be used for point operation. Point cable shall be laid from Panel to point junction box installed near point machine, and preferably not be terminated in any other apparatus case as shown in fig. – 3. Point machines shall be operated by 24 V point contactor unit located at Panel/location huts. This relay contactor unit shall consist of four metal to metal contact relays mounted on pre wired base plate; N/R relay (double wound DC neutral line relay), XR relay (DC neutral relay), W(N)R/W(R)R (mechanically interlocked relay) and WCR (heavy duty contactor).

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 102 of 140

RelayRoom/Goomty

JB

JB

[1x12C + 1x6C] OR 2x12C, 1.5 mm²copper cable as per requirement

24 Vpointgroup

1x12C + 1x6C, 1.5 mm² copper cable

Manual operation of point machine by crank handle, in case of failure of electrical operation, shall be provided. For this purpose, crank handle (CH) keys shall be provided with different ward combination for each CH group and matching sockets on the machines. CH keys shall be kept in lock condition in key lock relay units (KLCR) and issue of these keys for manual operation shall have electrical interlocking with signals.

19.0 Earthing

Ring earthing shall be provided as shown below and all the PI and power supply equipments shall be connected to equipotential room earth bar as shown in fig.-5. Maintenance free earth pits shall be used for making ring earth. The maximum earth resistance shall be less than 1 ohm.

VITAL RELAY &TERMINATION RACK EI RACK NON - VITAL

TERMINATION RACK

C.T.RACK 1 C.T.RACK 2

10 Sq.mm. Cu

WINDOW WINDOW

VITAL RELAY &TERMINATION RACK EI RACK

NOTE:

1. ALL RACKS WILL BE INSULATED FROM FLOOR2. RACKS WILL NOT BE TIED TOGETHER3. `X' DISTANCE SHOULD BE MINIMUM 10mm.

Cop

per P

late

REB

675x

50x6

mm

Typical arrangement for Equipments Earthing to REB (Room Earth Bar)

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 103 of 140

Each earth pit shall be constructed as per typical installation drawing shown in fig.-6 and all the materials required will be supplied by contractor. Earth electrode shall be in form of 6 feet long. 250 micron copper bonded steel rods joined together using a compression coupler. Earth electrode shall have a minimum dia. of 17 mm (¾ inch). A hole of 4 to 6 inch dia. shall be augured to a depth of about 6 to 9 feet and two electrodes of 6 feet each shall be joined together using a compression coupler. This electrode of 12 feet (6+6) length shall be inserted into the augured hole and RDSO approved Earth enhancing compound 10 kg shall be filled into the augured hole in slurry form and the resistance is measured. Depth will be further deepened by adding one more earth rod if the resistance is not coming less than 2 ohms. A copper bus bar of 150 mm x 25 mm x 6 mm shall be exothermically welded to earth electrode for taking the connection. All the six earth pits of ring earth shall be inter linked using electrolytic grade copper tape of size 25x3mm. to form a ring. Copper tape shall be exothermically welded with copper bus bar welded to the electrode. The interconnecting copper tape shall be buried not less than 1 foot below the ground level and this interconnecting bus bar shall also be covered with earth enhancing compound. Earth enhancing compound shall be electrically conductive and non-soluble and it should improve earth’s absorbing power and humidity retention capability. Earth enhancing compound will have resistivity of less than 4.7Ω-m.

(i) Inspection Chamber

a. 300*300*300mm(inside dimension) concrete box with smooth cement plaster finish shall be provided on the top of the pit. A steel plate of 3 to 5 mm thickness hinged cover with lockable management, painted black shall be provided to cover the earth pit.

b. One pad lock of Godrej / Link make with three keys shall be supplied for locking. c. The masonry work shall be white washed inside and outside.

d. Care shall be taken regarding level of the floor surrounding the earth so that the connector is not too deep in the masonry or projecting out of it.

e. On backside of the cover the date of test and average resistance value shall also be written with yellow paint.

(ii) Earth Bus Bar and Connection to pit

a. The Earth electrode and the copper earth bus bar will be connected by Cadmium bronze wire as per RDSO spec RDSO/SPN/178/2003, exothermically welded to electrode at one end and the earth bus bar at other end. All the material required for Exothermic Welding shall be procure from RDSO approved sources.

b. The copper Earth bus bar will be 300*25*6 mm size with tin coating and holes for fixing it to the wall of equipment room with insulation studs.

c. All connection to the earth bus bar will be through tinned copper lug of Dowell or similar make if suitable size.

d. All nuts and bolts will be stainless steel type.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 104 of 140

(iii) Earth Enhancement Material: Earth Enhancing Material shall be electrically conductive and non-soluble. It shall :

a. have high conductivity in the electronic ground contact area and it should improve earth’s absorbing power and humidity retention capability.

b. have a resistivity of less than 4.7 ohm meter c. be non-corrosive in nature having low water solubility (0.2% max) but highly

hygroscopic: will not be eliminated by continuous treatments with water. d. be stable between -60° to +60° C temperatures. e. be possible to increase earth’s conductivity from 3-20 times. f. interact in homogeneous way when applied to the earth. g. be suitable for any kind of electrode and all kinds of grounds of different sensitivity

through the simple spill of the proper solution to the ground, which surrounds the electrode.

h. Higher doses may be necessary for optimum results in high resistance soil or rocky areas.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 105 of 140

Augured Hole4 to 6" dia

Compression gland

Earthing Enhancing Material

Copper Coated (250 microns) steel rods of3/4" dia , 6ft. length

Cement/MS Sink300mm x 300mm x 300mm

3/16" Insulated Cadmium Bronze Cable

Wall mounted Equipotential Romm earth Barmounted in equipment room on insulators

CoverB

Copper Bus Bar150mm x 25mm x 6mm

A

Exothermic weld copper bus bar to rodExothermic weld cadmium cable to busbar

A

B

Copper Tape of25 x 3mm for

Ring Earth Connection

Maintenance free earth pit

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 106 of 140

EE

EE E

EE

#27

#27

#25

Cop

per P

late

REB

675x

50x6

mm

Copper Plate REB675x50x6mm

#27

#27

PA

NE

L R

OO

ME

I RO

OM

PO

WE

R S

UPP

LYR

OO

M

#26

#26

#26

#26

#26

NO

TE:

#25

10

Sq

mm

. IN

SULA

TED

WIR

E#2

6

Cop

per t

ape

of 2

5mm

x3m

m#2

7

3/16

'' Ins

ulat

ed c

adm

ium

bro

nze

Cab

le

*

3/1

6'' I

nsul

ated

cad

miu

m b

ronz

e C

able

isus

ed in

pai

r for

redu

ndan

cy p

urpo

se.

Copper Plate REB675x50x6mm

#26

#26

Figur

e – 7

Ring

Ear

thing

for E

I Equ

ipmen

t Roo

m

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 107 of 140

20.0 Design, Installation, Testing & Commissioning of Panel Interlocking

a) The contractor should protect the control panel, while doing the wiring. The terminal; particulars, power supply points, tag block particulars should be neatly painted on the inner side of the panel. Before commencing wiring all knobs, buttons & indicators should be tested for proper contact and defective ones should be replaced in the initial stage itself.

b) The cable termination and internal wiring terminal particulars of control panel should be made out signed by the contractor and handed over to employer. The control panel should be earthed properly. Any modification to the panel wiring should be done by the contractor at site, as required by the employer at free of cost before final commissioning.

21.0 Training of PI system

Training of PI system is to be provided and it should consist of different aspects of Design, Installation, testing and maintenance of PI system. Fault diagnostic, data logging and repair should also be covered in detail. Training should cover modification in panel and trouble shooting and daily maintenance. Apart from formal class room training, hands on practical experience and visit to similar working installation should be covered in training.

22.0 Digital Axle Counter (SSDAC) System

22.1 RDSO’s specifications and instructions are to be followed strictly.

22.2 The installation of all indoor & outdoor equipments including resetting arrangement (Reset Box) must be carried out as per detailed instructions given in installation procedure issued by RDSO. The installation manual of original equipment manufacturer should be followed strictly.

22.3 Deleted

22.4 Station master should be able to reset the axle counter with permission from verification box. Wiring of verification box is also included in the scope of work.

22.5 Installation, testing and commissioning of SSDAC system along with track side equipments, wheel detection points, reset boxes etc. This includes supply and installation of housing for EJB as per IR specifications.

22.6 Supply of technical documentation, track section plan and drawing shall be done by contractor. Supply of all miscellaneous stores required for completion of work shall be supplied by contractor except 4/6 quad cables.

22.7 Axle counter system should detect presence of railway vehicle with standard wheel size within defined section of track. It should not detect push trolley, which is having smaller size wheel. System should work independent of poor track conditions and wet/ flooded track.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 108 of 140

22.8 The necessary testing of each detection point and track section shall be done as per methodology prescribed by the manufacturer and also in the specification.

22.9 The necessary register with suitable Performa shall be opened for recording of test results as well routine maintenance along with measured readings.

23.0 RELAY RACK

• Outer frame of Relay rack for fixing point group relays shall be made of MS angle iron of minimum size of 65x65x8mm.

• Mounting arrangement for 'Q' style/point group relays should be provided by MS angle iron of size 45x45x6. Size of Relay rack should be such that it can accommodate 'Q' style relays in 9 rows with 14 relays in each row.

• Relay racks should be painted by two coats of good quality enamel paint after installation in EI room/Hut.

• Arrangement to insulate the relay racks from ground should be provided.

24.0 WIRING:

24.1 The equipments are to be wired in relay room, Station Master's Office, power supply arrangements, as per circuit diagram. The necessary guide lines given have and followed by railway should be strictly followed while preparing the different wiring diagrams. The two copies of each WD should be checked by RITES.

24.2 Contact numbering for the relays should be made by the contractor as per the approved circuit diagram issued by the railway and type of relay proposed to be used on the installation.

24.3 Wiring inside one rack for shelf type and plug in type (Metal to Carbon) Contact relays, Relay rack wiring housing plug in type relays conforming to BRS-930 and BRS-931 and shelf type relays conforming to BS-1659 should be done with "PVC" insulated unsheathed flame retarding type single core flexible wire 1100V grade having 0.6/0.2mm annealed copper conductor and nominal cross sectional area of 0.5 Sq.mm of common colour code to the specification IS:694". For wiring these relays the above wires should be terminated in eyelets/lugs of Standard design.

24.4 Wiring of proved type relays (metal to metal contact) For wiring the above relays the use of single brand tinned copper wire of 0.6mm and 1.0mm/1100V grade PVC insulated flame proof should be used. The use of multi core cable of 100 cores, 60 core, 40 core and 20 core having the above conductor dia and grade is permitted. Size of conductor should be chosen based on current to be carried through these conductors. The wire and cable used should generally conform to IS: 694.

24.5 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/1.0mm dia annealed lined copper wire to IS-694. The wiring on the Q series relay rack is to be carried out by 16/0.2mm dia. single core multi strand flexible A.T. copper wire to IS: 694.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 109 of 140

24.6 Soldering at the tag block terminals should 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 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.

24.7 After testing, the loose wires on the cable ladder should be neatly bunched and laced with twine black. The contractor should adopt suitable colour code for wiring as required by the Railway's representative. Spare conductors to an extent of 10% are to be provided on the interconnecting wire runs for future developments.

24.8 Various supplies associated with signalling viz., 110V AC, 110V DC, 60V DC, 24V DC, 12/24V AC and 12/24V DC flashing are to be brought out to the relay/equipment room as per instructions.

24.9 The incoming cables to the relay room are to be neatly arranged and fixed to the cable supporting and guiding rack. The duct should be filled with sand and plastered neatly to avoid entry of mice or reptiles.

24.10 After the complete testing by the RITES representative and before commissioning the installation, the contractor should arrange necessary sealing leads and wires for sealing the relays.

24.11 The nomenclature of each relay should 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 should be manufactured out of Decolum/Novapan sheet and fixed in the relay room. All the relays to be plugged should be checked visually and defect if any, noticed should be replaced, duly reporting the same to the Railways. As made relay rack wiring and contact chart of all relays should be prepared in linen/polyester sheets, duly signed and handed over to RITES for preparation of handing over documents to maintenance organisation.

24.12 Suitable arrangements should be made in the relay rack for fixing condenser and resistance unit, required for slow to release feature. Letter painting should be made against each unit to identify circuit for which it is used.

24.13 All circuits should be carefully protected by individual fuses in the relay room and locations grouped preferably to facilitate easy fault location. Fuses should be so arranged that they can be easily be placed without causing interference of fuses and the circuits in which they are used should be prepared and kept in the relay room. Fuses for all Signalling circuits should be of the non-deteriorating type as per RDSO specification.

25.0 POWER SUPPLY SYSTEM

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 110 of 140

25.1 SMPS based Integrated power supply system (IPS) as per RDSO Specification No. RDSO/SPN/165/2004 with latest amendments should be installed at IPS Room in panel building.. Indenting description / information to be supplied by the Purchaser for the IPS as per RDSO

25.2 The IPS should be supplied with 200 AH battery bank confirming to IRS Specifications and along with mounting arrangement. IPS be supplied against item of Schedule-1 to be installed at Power room (panel building) of In-Plant Yard, its configuration based on RDSO drawing. No. SDO/IPS/SMPS/PI/RE/004 is given below:

1.5KVA230/110V, 500VA Track Circuit (UP)

230/110V, 500VA Track Circuit (DN)

2KVA

110V, 20A

COLD STAND BY

230V AC/30.21AMP.A.C. MAINS

110V DC 2KVA

2KVA 230/110V, 500VA

230/110V, 500VA110V, 20A

110V, 20A

110V, 20A

Signals (UP)INVERTOR

TRANSFORMERSFRBC

110V, 200AH ASM INDICATIONDC-DC CONVERTOR

COLD STAND BY

24-32V, 5A

24-32V, 5A

24-32V, 5A

24-32V, 5A Relay Internal

24-32V, 5A

24-32V, 5A

24-32V, 5A

Relay External

24-32V, 5A

24-32V, 5A

60-100V, 1A

60-100V, 1A

3-6V, 0.1A

3-6V, 0.1A

3-6V, 0.1A

Fuse, 20A

24-32V, 5A

24-32V, 5A

Axle Counter

230/110V, 500VA

230/110V, 500VASignals (DN)

BATTERY(VRLA)

230V AC

AVR

AVR

DC-DC CONVERTOR

12-28V, 5A

12-28V, 5APanel Indication

12-28V, 5A

12-28V, 5ABlock Local

12-28V, 1A

12-28V, 1AHKT & Magneto

Generator capacity10KVA

Block Line UP

Block Tele UP

60-100V, 1A

60-100V, 1ABlock Line DN

3-6V, 0.1ABlock Tele DN

2-12V, 5AFor Spare Cells

2-12V, 5A

For SSI (EI)

Point Machine

Fuse, 20A

25.3 All the racks of IPS should be fixed on RCC platform with anti vibrating rubber pads. Batteries should be charged and installed on battery stands.

25.4 Installation, maintenance and technical Manual of Original Equipment manufacturer shall be supplied with each IPS. Instructions in the Installation Manual of Original Equipment manufacturer (OEM) and relevant para of RDSO specification No. RDSO/SPN/165/2004 with latest amendment should be strictly followed.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 111 of 140

25.5 All the racks of IPS should be connected to REB (Room Earth Bar) by stranded copper conductor/cadmium bronze wire rope. REB should be connected to separate Maintenance Free single earthing.

25.6 Technical details of the DG Set

26.0 CRANK HANDLE INTERLOCKING

KLCR with crank handle fixed to the key should be installed on Acrylic sheer glass fronted T.W. box firmly on suitably angles supports, in SM’s room/apparatus cases as indicated by employer’s representative. The wiring should not be exposed. KLCR when fixed with crank handle should be ensured that proper supports have been given to the crank handle to avoid undue strain to the mechanism of the KLCR. The box should be pasted with laminated sheet of same colour of panel on the sides and providing suitable partition with 12mm teak wood/block board. 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 should 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.

27.0 TELEPHONES:

Electronic magneto Telephones should be provided between Panel Room, ESM and relay room. Desk type Magneto telephone should be fixed on the telephone stands/Location boxes/battery boxes. The wooden stand should be fabricated by the contractor and firmly fixed on to the wall if installed in station building platform/gate lodge. A suitable wooden box should be manufactured for telephone battery with locking arrangements and fixed near the telephone. Telephones if installed in Location boxes/battery boxes near the top points/siding points/home signals it should be securely fixed on wooden shelves. Telephone battery should

Sl. No.

Particulars Specifications

1 KVA 10 KVA 2 PHASE 1 3 ENGINE 15-18 BHP 4 VOLTAGE 220-240V 4 Hz. 50 5 RPM 1500 6 PF 0.8 7 HOUSING Sound Proof, Suitable to house the

assembly 8 DIESEL TANK 40 Liter Capacity 9 MODE OF OPERATION Push button / Remote operated

console 10 APPROVAL CPCB 11 Size of the canopy 2-2.2M X 1.3-1.5M X 1-1.2M ( Total

height with exhaust pipe 2.4-2.5M)

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 112 of 140

be kept in the same Location Box/battery box. It should be ensured that no other gadgets should be kept in the Location Box/battery box and separate door lock arrangements should be made to protect the telephone battery if installed near home signal/top point/siding points for traffic purpose. At point machine location the termination should be available for connecting a telephone with station master.

28.0 BLOCK INSTRUMENTS

The block circuit shall be made as per the approved circuit of West Central Railway with Block proving axle counters.

28.1 Earth (Ref : SEM Para : 18.6)

A separate earth shall be provided for each instrument. The earth shall be of an approved type and should be buried at depth of not less than 1.5m and at a distance not less than 2.5m from any other earth. The resistance of the earth should not be more than 10 ohms.

The length of the Earth wire shall be as short as possible and cross section of the wire not

smaller than the size of the line wire and in any case shall not be smaller than 4mm dia. The earth wire shall not have a sharp bend or spiral. Earth wire should be adequately protected from mechanical injury and be efficiently connected to the earth. All connections to the earth shall be well soldered.

28.2 Where two or more block instruments are located in the same room, they shall be fitted with bell units / bell buzzers of distinctive tones.

29.0 PAINTING of INDOOR GEARS:

All signalling equipments should be painted in accordance with signal engineering manual chapter para 19.106 (annexure-29) & 19.107.

29.1 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.

29.2 Painting numbering on secondary cells, writing circuit details in the battery room as instructed by Section Engineer at site.

29.3 Painting all termination particulars in the panel, block instruments, EKT's Crank Handle box, axle counter resetting box, resetting plunger box in the SM's Office/Panel room.

30.0 TESTING AND COMMISSIONING:

The different stages and procedures for testing of indoor and outdoor equipments are given below as guidance: - Testing and commissioning consist of testing of selection circuits, for proper functioning of track circuits, signals and points as per SEM. Energizing and testing of power cables, stabilizers, secondary cells for all circuits, energizing and testing of colors light signals and final commissioning of the entire signaling arrangements for traffic use. All the alterations for improving safety should be carried out before commissioning as required by the RITES. The equipments should be first tested by the contractor and then jointly with Site Engineer. The

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 113 of 140

contractor should provide simulation test panel for testing at his own cost. The different stage and procedures for testing of indoor and outdoor equipments are given below as guidance. However detail testing should be done in consultation with Site Engineer.

STAGE - I

TESTING OF THE RELAY INTERLOCKING (INDOOR)

STAGE - II

TESTING OF THE OUTDOOR GEARS, Viz., POINTS, SIGNALS, TRACK CIRCUITS, LC GATES ETC.

30.1 TESTING OF INTERLOCKING:

Testing of relay interlocking consist of: a) Energisation of relays by connecting the simulation panel. b) Clearing of signals on the simulation panel and carrying out the following tests as per

table of control :- i) Route test ii) Dead/Approach locking tests i) Route/Back locking tests ii) Testing of conflicting signals iii) All other circuits viz., SM's key, HLR, LXPR, KLCPR are proved correctly in

the respective signalling circuits

30.2 TESTING OF OUTDOOR GEARS

Testing of outdoor gears consists of testing all the outdoor signalling gears for correspondence and proper functioning: -

a) Signals b) Motor operated points c) Track circuits d) LC gates (Interlocked) e) Sidings f) Slots

30.3 COMMISSIONING OF PANEL

Commissioning of panel consists of: - a) Testing all points & signals from panel b) Checking the correspondence between the points and 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.

30.4 TESTING OF RELAY INTERLOCKING ENERGISATION OF RELAYS BY CONNECTING SIMULATION PANEL:

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 114 of 140

For major yards, it is preferable to energise relays, circuitwise and sheetwise, since it involves number of routes and parallel movements. For way station, it is preferable to energise the circuit, route wise. Before taking up the above energisation, the following work should be completed.

a) Wire to wire bell-test of all sheets before soldering and after soldering. b) Plugging of all relays as per contact configuration. Before plugging of relays, all

fingers are to be checked. Any finger found loose or not properly hooked is to be set right.

c) Power supply arrangement with batteries. d) Connecting the simulation panel. e) It should be possible to control all TPRs, NWKRs/RWKRs, CHLRs, KLCRs,

LXCPRs etc., from the simulation panel by energising all the relays. f) It is desirable to have the simulation panel adjacent to control panel so that the panel

indication can be observed simultaneously while testing.

30.5 SIMULATION PANEL

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 boards to simulate the conditions of the points, track circuits, interlocked LC gates, 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 OFF - Track Down - TPR dropped. Switch ON - Track pick up - TPR picked up. For controlling the following function the above type switches should 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 pick up 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 110 V 40 W OFF aspect 110 V 25 W Route aspect 110 V 75 W

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 115 of 140

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 sides 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.

30.6 TESTING OF SIGNALS

i) Signals should be initially tested from the LOC box to attend to minor troubles of bulb holders, wiring etc.,

ii) All the aspects should be checked by giving 110 V AC feed from Loc. Box and then the test should be repeated by giving feed from Relay room CT rack. This test should be done for each aspect, route and pilot lamp of shunt signals.

iii) Care should 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).

30.7 TESTING OF POINTS

I.) POINTS Should be tested first locally from the location box when point contactor unit kept in location. Before commencing this test, ensure 110 V DC, 24 V 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.

II.) SIEMENS POINTS CONTACTOR UNIT

Connect N 24 V to W4, connect B 24 V to W1, then remove so that N/R picks up and holds, then touch B24 V to W3 to operate points form 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 N 24 V in W4 touch B 24V on W1 and then on W2. Point operates from reverse to normal. Check up the RWKR supply to relay room is available.

The following tests should 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).

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 116 of 140

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).

30.8 TESTING OF SLOT CIRCUITS

Wherever end panels are available, inter cabin slot circuits should be tested. Slot circuits can be tested similar to that of signal HR circuits.

SLOT CIRCUIT RELAY SIMILAR RELAY IN HR CIRCUIT 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 should be tested similar to that of any signal in the yard as given in table of control.

30.9 COMMISSIONING OF PANEL

• Check up all signal aspects by directly feeding from cable termination rack (110 V AC). 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 & W4 as explained earlier).

• Check up the incoming feed of TPRs in the C.T. rack. The above checking will confirm the pairing of cable conductors. Remove the wiring connection of simulation board on cable termination rack and make through the links of all TPRs, WKRs and signal circuits.

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.

• Check whether all TPRs have picked up and check up the panel indication by individually by dropping each track circuit correspond correctly.

• Check whether all other required relays viz., CHLR, LXPR, KLCR have picked up.

• Test all the signals from panel.

• 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 Site Engineer) should be deputed to site with walkie-talkie or Magneto telephone and check the correspondence.

• Remove the signal lamp at site of every aspect and check whether indication disappears on the panel and ECR drops in the relay room.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 117 of 140

• Open all the registers and make entries of counter numbers before handing over to operating staff.

31.0 THE FOLLOWING REGISTERS SHOULD BE HANDED OVER TO OPERATING STAFF.

a) Relay room key register, b) Route cancellation register, c) Crank handle register, d) Axle counter reset register,

Sealing of equipments where required should be done. Entries should be made in the signal history book regarding new S&T assets commissioned.

32.0 Signal and interlocking fittings All signal and interlocking fittings should be in accordance with I.R.S. Specification No.S-10 unless other wise specified.

33.0 All relay interlocking principles contained in I.R.S. S-36 should be applicable for all relay interlocking works.

34.0 AS MADE DETAILS:

After commissioning of the entire installation and approval of draft completion drawings by RITES, tracings of documents and plans should be made by the contractor on tracing film of standard size as per tender schedule.

35.0 VHF Communication

25 W VHF as per following specifications should be supplied and installed at each of the three panel buildings with 15 mtrs. Self supporting mast and antenna. 5watt VHF sets are to be provided to operating & maintenance staff.

Technical Specification 5W Portable (Hand held) Radio

1.0 General :

1.1 Operation : Simplex/Semiduplex with PTT 1.2 Modulation : Frequency Modulation (Phase) 1.3 Power Supply : 1800 mAH, 7.5V, ultra high capacity

Ni-MH Battery. 1.4 Frequency Band : 146-174 MHz. 1.5 Number of Channel : 16 Channel 1.6 Channel spacing : Programmable 12.5/20/25 KHz. 1.7 Frequency stability : ± 5 ppm. 2.0 Transmitter :,

2.1 Power output : 5 Watt. 2.2 Spurious Emission : Less than 0.25 Micro Watt.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 118 of 140

2.3 A/F Response : + 1 to -3 dB 2.4 Audio distortion : Less than 5%.

3.0 Receiver :

3.1 Sensitivity : 0.30 Micro Volt or better for 12 dB SINAD 3.2 Selectivity : Better than 60 dB. 3.3 A/F Response : +1 to -3 dB 3.4 Audio output : 500 mW.

4.0 Accessories : Following accessories to be provided with each set.

4.1 Helical Antenna for Handheld set : 1 No. 4.2 Leather case/Belt Clip : 1 No. 4.3 Single Unit Rapid Battery Charger for

1800 mAH, 7.5V, Ni-MH battery : 1 No.

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 119 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 120 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 121 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 122 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 123 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 124 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 125 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 126 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 127 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 128 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 129 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 130 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 131 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 132 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 133 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 134 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 135 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 136 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 137 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 138 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 139 of 140

TENDER NO: RITES/CO/RI/S&T/PMC/CSEB/MARWA/12/15 Page 140 of 140

Section 12 Correction slips of RITES GCC

issued till date