South Central Railway: Sec U ND Er Abad Divi Si On
South Central Railway: Sec U ND Er Abad Divi Si On
S E C U N D ER A B A D D I V I S I O N
TRACTION DISTRIBUTION
FOR
Signature Not
Verified
Digitally signed by
MALIPEDDA S N
SRINIVAS
Date: 2018.05.26
12:48:52 IST
Reason: IREPS-CRIS
Location: New Delhi
                                                                           C/E/29/TRD/08/18-19
                                                                               Annexure - I
        CHECK LIST OF DOCUMENTS TO BE SUBMITTED ALONG WITH TENDERS.
     (Tenders are requested to give certificates and or put (√) mark where ever applicable)
1.      Tender details:
1.1     Name of the tender
1.2     Identification of tender
         i. In case of partnership firm: a copy of
              partnership deed with latest modification of
              deed, it any, attested by any gazette officer.
         ii. In case of consortium, JV or MOU: A copy of
              either JV agreement attested by any Gazetted
              Officer or MOU in original.
         iii. In case of company: a copy of articles of
              association attested by any Gazetted Officer.
         iv. In case of Proprietary Firm: a copy of
              Registration/Income tax/PAN No. for filing
              returns attested by any Gazetted Officer.
2.      Particulars towards cost of tender form
Signature of Tenderer/contractor
                                              2
                                                                           C/E/29/TRD/08/18-19
NOTE TO TENDERERS
1) Payment of EMD and TDC: Payment of Earnest Money Deposit (EMD) and
   Tender Document Cost (TDC), in respect of e-tendering, should be accepted
   through net banking or payment gateway only.
2) The administration will not own any responsibility, if website is not opened for
   downloading / uploading the tender documents due to any technical snag.
5) The Railway reserves the right to cancel the tender without assigning any
    reason thereto.
6) The tenderers are required to submit their offer on line ONLY before tender
   closing time and date as mentioned in the tender notice.
7) The tenders will be opened after closing date and time mentioned in the
   tender notice.
10) If any plan/drawing is attached          with   the   tender   form,    ₹.200/-       for
    plan/drawing will be levied extra.
11) The Tender Notice is displayed in the Notice Board located in the office of
    Divisional Railway Manager (Traction), S.C.Railway, Secunderabad and also in
    all ADEE’s sub-divisions, which can be seen on all working days.
                                         3
                                                                        C/E/29/TRD/08/18-19
                                                                              FORM - 1
                                   TENDER FORM
From: _______________________
_______________________
To,
Dear Sir,
***
   4. I/we have deposited with the Divisional Cashier (Pay), South Central
      Railway, Secunderabad, the required Earnest money for Rs.
      ______________ in respect of this/these Tender/s for which Receipt
      No.____________ has been granted.
      The following value of Earnest money shall stand forefeited without
      prejudice to other rights and remedies if:
             (a) I/We do not execute the contract documents within 15 days (fifteen
                 days) of receipt of notice by the Railways that such documents are
                 ready or
             (b) I/We do not commence work within 15 days (fifteen days)
                 immediately after receipt of the instructions to that effect.
OR
Yours faithfully,
Seal of Tenderer.
                                                                 Signature/s of the
                                                                     Tenderer
Place :
Date:
Witnesses by :
            1.      Signature.
                    Name in Block Letters.
                    Address.
               2.   Signature.
                    Name in Block Letters.
                    Address.
                                             5
                                                                    C/E/29/TRD/08/18-19
                            PREAMBLE
                          TENDER PAPERS
1. SCOPE OF WORK:
   The work is to be executed under power block, and is to be carried out
   under high degree of planning and execution. All safety precautions &
   safety rules which are applicable for execution of 25kV AC supply and also
   to be followed the other conditions by the contractor as per special
   conditions of contract.
2. EARNEST MONEY:
  a) The tenderer shall be required to deposit Earnest Money with the tender
     for the due performance with the stipulation to keep the offer open till
     such date as specified in the tender, under the conditions of tender.
       b) The EMD has worked out as per above said percentage and indicated
          in the Tender Notice.
                                       6
                                                                  C/E/29/TRD/08/18-19
     e) Payment of Earnest Money Deposit (EMD) and Tender
        Document Cost (TDC), in respect of e-tendering, shall be
        accepted through net banking or payment gateway only.
3. SECURITY DEPOSIT
    The successful tenderer shall submit an amount (which will be intimated
    after the award of contract) with Senior Divisional Finance Manager,
    South Central Railway, Secunderabad or his successor/nominee (whose
    address will be intimated in due course) at the rates specified here under
    towards payment of Security Deposit for the fulfillment of the contract.
    The amount towards security deposit will be recovered from on-account
    bills and will be returned as per General Conditions of Contract.
        (a) As per Railway Boards letter “the successful bidder shall have to
            submit a Performance Guarantee (PG) with in 30(thirty) days
            from the date of issue of Letter Of Acceptance (LOA). Extension
            of time for submission of PG beyond 30 (thirty) days and upto
            the date of submission of PG from the date of issue of LOA may
            be given by the Authority who is competent to sign the contract
            agreement. However a penal interest of 15% per Annum shall be
            charged for the delay beyond 30 (thirty) days, i.e from 31st day
            after the date of issue of LOA. In case the contractor fails to
            submit the requisite PG even after 60 days from the date of
            issue of LOA, a notice shall be served to the contractor to
            deposit the PG immediately (however not exceeding 90 days for
                                      7
                                                                   C/E/29/TRD/08/18-19
                the date of issue of LOA). In cased the contractor fails to submit
                the requisite PG even after 90 days from the date of issue of
                LOA, the contract shall be terminated duly forfeiting EMD and
                other dues, if any payable against that contract. The failed
                contractor shall be debarred from participating in re-tender for
                that work.
         i.    A deposit of Cash,
        ii.    Irrevocable Bank Guarantee,
       iii.    Government securities including State Loan Bonds at 5 percent
               below the market value,
       iv.     Deposit receipts, pay orders, Demand Drafts and Guarantee
               Bonds. These forms of performance guarantee could be either of
               the State Bank of India or any of the Nationalized Banks.
        v.     Guarantee Bonds executed or Deposits Receipts tendered by all
               Scheduled Banks.
       vi.     A Deposit in the Post Office Saving Bank,
      vii.     A Deposit in the National Saving Certificates,
      viii.    Twelve years National Defense Certificate,
       ix.     Ten year Defense Deposits,
        x.     National Defense Bonds, and
       xi.     Unit Trust Certificates at 5 percent below market value or at the
               face value whichever is less.
                   Also FDR in favour of Senior Divisional Finance Manager,
              Secunderabad Division, S.C. Railways Secunderabad (free from any
              encumbrance) may be accepted.
5. Validity of offer
   The tenderer shall keep that offer valid for a period of 45 days from the
   date of opening of tender.
6. PERIOD OF COMPLETION
   The contractor shall commence the work within 2 weeks from the date of
   issue of letter of acceptance of tender and shall complete the work in all
                                       8
                                                                    C/E/29/TRD/08/18-19
     respects within the period as specified in the Tender Notice and in the
     Schedule where items of work are furnished from the date of letter of
     acceptance of the Tender.
     The Railway attach utmost importance to the timely completion of the
     work on or before the date contracted for. In this connection, the attention
     of the contractor is specially invited to the clauses regarding 'Liquidated
     damages' and termination of contract owing to default of contractor
     provided for in General Conditions of Contract.
7     Eligibility Criteria:
     (For works whose advertised Tender value is costing above Rs.50 Lakhs)
       The tenderer shall be required to submit scanned copy through
    online, the relevant documents failing which, their offer will be
    liable to be rejected.
     7.1 For Tenders of value more than Rs.10 Crore, JV Firm is eligible for the
        tender subject to fulfillment of Technical and Financial eligibility as per
        clause 65 of GCC.
7.1.1   Similar nature of work    Eligibility in terms of Experience: The
        physically completed      Tenderer(s)      should    have     physically
        during the last three     completed at least one similar nature of
        financial years* and in
                                  single work for a minimum value of 35% of
        the current Financial
        year**                    advertised     Tender   value    within   the
                                  qualifying period i.e., last three financial
                                  years* and in the current Financial year**
                                  upto the date of Tender opening (even
                                  though the work might have commenced
                                  before the qualifying period).
7.1.2   Total Contract amount     Eligibility in terms of Turnover: The
        received during the       total contract amount received during the
        last three financial      last three financial years and in the current
        years* and in the
                                  financial Year up to the date of Tender
        current       financial
        year**                    opening should be a minimum of 150% of
                                  Advertised Tender Value.
                                  a) Tenderer(s) should submit to this effect
                                  certificate in original or an attested
                                  certificate from the Govt./Semi Govt./Public
                                  sector undertakings for the work done for
                                  them
                                                     or
                                  b) Audited balance sheet along with P&L
                                  A/C duly certified by the Chartered
                                  Accountant as detailed in Tender
                                  document.
                                       9
                                                                    C/E/29/TRD/08/18-19
        NOTE:
        *Financial Year shall normally, be reckoned as 1st April to 31st March
        of the Next Year. However, for Turnover Criteria, the Financial Year
        as applicable to the Company/Tenderer is to be considered, if it
        defers from the above.
        **Current Financial year is reckoned as the incomplete Financial
        year in which the date of tender submission falls.
  7.1.3 The tenderer should have valid Electrical Contractors License Grade "A"
           upto 33KV issued by Govt. Electrical License Board (OR) the site
           Supervisor should possess necessary "A" Grade License issued by a
           Government Licensing Authority to carryout works of appropriate
           voltage. The license should have been issued on a date prior to date
           of tender opening.
    7.1.4 Final bill copy of work submitted towards experience certificated to be
       enclosed invariably to ascertain the technical eligibility of tender.
      A copy of valid license shall be submitted with the offer. Offer without
      valid license shall be summarily rejected.
 i)  The work executed by them for any Govt./Govt. bodies/PSUs shall only be
     considered for eligibility for credential verification of similar nature of
     work. As such works executed for any Private Company/Individual shall
     not be treated as eligible works executed and certificates issued on behalf
     of Private Company/Individual will not be considered.
 ii) Tenderer should submit attested copy of work experience certificate in
     Annexure-‘E’ to establish the eligibility criteria. All details as required in
     the Annexure-‘E’, shall be made available otherwise the information is
     treated as incomplete.
 iii) The work experience certificate shall be in the name and style of the
     tenderer participating or as per provisions under Clause 65.16 of GCC
     for JV Firm, if eligible to participate. However, in case the tenderer is
     submitting the certificate issued to a JV firm of which the Tenderer is a
     member, the credentials proportionate to his share in the JV will be
     considered. The tenderer shall submit a copy of relevant JV Agreement
     attested by any Gazetted Officer along with the Tender.
                                      10
                                                                  C/E/29/TRD/08/18-19
iv) The work experience certificate shall be issued by an Officer not below the
    rank of JA Grade or Bill passing Officer in Railways and Bill passing
    Officer/Executive In-charge of work in other Govt./Govt. bodies/PSUs. The
    certificate should bear the signature and seal of the issuing officer, name
    of the department etc.
v) In case the Certificate/Documents produced are proved to be false and/or
    fabricated, the entire Earnest Money (EMD) will be forfeited.
vi) Work experience certificate (Annexure E) shall be attested by any
    Gazetted officer, in case photo copies are submitted.
 7.3.1     The total value of similar nature of works completed during the
            qualifying period, and not the payments received within qualifying
            period alone, shall be considered.
 7.3.2     In case, the final bill of similar nature of work has not been passed
            and final measurements have not been recorded, the paid amount
            including Statutory Deduction will be considered.
 7.3.3     If final measurements have been recorded and work has been
            completed with negative variation, then also the paid amount
            including Statutory Deduction will be considered.
 7.3.4      However, if final measurements have been recorded and work has
            been completed with positive variation but variation has not been
            sanctioned, original agreement value or last sanctioned agreement
            value whichever is lower shall be considered for judging eligibility.
 7.3.5    In case of composite works involving combination of different works,
            even separately completed works of required value should be
            considered while evaluating the eligibility criteria.
 7.3.6   The value of work completed will not include the cost of any materials
            issued free of cost by the Railway/Department concerned. Only cash
            value of the Agreement and executed cash value will reckon for
            eligibility.
7.4.1    The total contract amount received in the last three financial years and
          the current financial year up to the date of tender submission
          shall be at least 150% of the Tender value.
7.4.2    For the completed Financial years, the Tenderer can submit either
          Audited Balance Sheets showing clearly the contractual/work receipts
          in the Profit & Loss account of the Balance Sheet, duly supported by a
          Turnover Certificate from the Chartered Accountant as per
          “Annexure-F”
                                        or
         Certificate(s) in original issued by Executive or Nominated Authority of
         the Department certifying the bill amounts paid Agreement-wise and
         Date-wise or photo copy of such certificate attested by a Gazetted
         Officer. Such certificates will be accepted only from Govt./Govt.
         bodies / PSUs by authorities mentioned above.
                                      11
                                                                 C/E/29/TRD/08/18-19
7.4.3 For the incomplete Financial Year i.e. the Current year and for any Un-
        Audited Completed Financial Year, only certificate on contractual /
        work receipts in original issued by Executives of the Govt./Govt.
        bodies / PSUs from whom the payments were received or photo copy
        of such certificate attested by a Gazatted Officer, giving details of
        receipts Agreement-wise and Date-wise will be accepted as proof of
        contractual Turnover for the current year and that completed but un-
        audited Financial Year. Certificates issued by Private Companies /
        Individuals will not be entertained.
7.5.2 List of Plant & Machinery available on hand (own) and proposed to be
        inducted (own and hired to be given separately) for the subject work
        and this list shall be signed by the tenderer and is to be submitted in
        the Proforma given in the Annexure-‘B.
7.5.3 List of completed works in the last three Financial years giving
        description of work, Organisation for whom executed, approximate
        value of contract at the time of award, date of award and date of
        scheduled completion of work, date of actual start, actual completion
        and final value of contract should also be given in the Annexure-‘C’.
7.5.4   List of works on hand indicating name of work, contract value, bill
         amount paid so far; due date of completion etc. to be furnished by
         Contractor in Annexure-‘D’ and this certificate is to be signed by
         Contractor.
7.5.5 The Tender Floating Authority may incorporate, ”any other
       details of specific nature relevant and mandatory for Tender
       Finalization”.
                                     12
                                                                    C/E/29/TRD/08/18-19
           not be given any credit and shall not be considered.
        (iii) Tenderer(s) shall note that conditional / alternate offer will not be
            considered and will summarily be rejected, even though such
            condition makes them as the lowest tenderer.
        (iv) Railway reserves the right to verify the authenticity of the
           documents / information furnished.
                                       14
                                                            C/E/29/TRD/08/18-19
8.2   The tenderer is required to quote only common percentage
      below/on par/above against the SOR items and a common
      percentage against NON-SOR items for each Part separately in
      price schedule. The percentage so quoted will be loaded to the
      rates given in the schedule of prices, to arrive at the rates payable
      to the contractor against this tender.
8.3   The offers with different percentage quoted for different items of
      work will be summarily rejected.
***
                                15
                                                                      C/E/29/TRD/08/18-19
      INSTRUCTIONS TO TENDERERS & CONDITIONS OF TENDERING.
       The submission of Tender shall be deemed to have been done after careful
       study and examination of the Tender papers with a full understanding of
       the implications thereof.
1.2    GENERAL:
       (a) All documents to be submitted in connection with this Tender SHALL
           BE WRITTEN IN ENGLISH.
       (b) All prices shall also be expressed in words wherever indicated.
       (c) METRIC :
           Dimensions, weights etc, SHALL BE QUOTED IN METRIC system. The
           term tonne = 1,000 kg, shall be used to indicate a metric tonne (M.T)
       b)    In the case of firm not registered under the Indian Partnership act, all
             the partners or the Attorney duly authorised by all of them should
             sign the Tender and all other connected documents. A copy of the
             document empowering the individual or individuals to sign should also
             be sent with the Tender. In any case, the Tenderer should disclose his
             constitution fully and copies of the necessary legal documents in
             support thereof should be submitted with the Tender and originals
             thereof should be produced as and when called for.
                                         16
                                                                    C/E/29/TRD/08/18-19
          continue the execution of the work under the terms and conditions of
          this agreement.
                                       17
                                                                C/E/29/TRD/08/18-19
8.0 EXECUTION OF CONTRACT AGREEMENTS:
The tenderer whose tender is accepted shall be required to appear at the
office of the Divisional Railway Manager, Traction Distribution as the case
may be in person, or if a firm or corporation, a duly authorized
representative shall so appear, and to execute the contract documents
within seven days after notice. Failure to do so shall constitute a breach of
the agreement effected by the acceptance of the tender in which case, the
full value of the earnest money accompanying the tender stand forfeited
without prejudice to any other right or remedies. In case, any tenderer
whose tender is accepted shall refuse to execute the contract documents
as here-in-before provided, the Railway may determine that such tenderer
has abandoned the contract and there upon his tender andthe acceptance
thereof shall be treated as cancelled and shall be entitled to forfeit the full
amount of the earnest money and to recover the liquidated damages for
such default.
9.0 The Railway reserves the right to cancel the tender without assigning
any reason thereto.
-:0:-
                                  18
                                                                  C/E/29/TRD/08/18-19
        INDIAN RAILWAYS GENERAL CONDITIONS OF CONTRACT
                   (Related to Works Contracts)
    I/We have gone through the general conditions with all amendments up to
date of contract governing the performance of the works covered by this tender
and I/we have kept myself/ourselves fully informed of the provisions of these
General Conditions of Contract.
Note: The General Conditions of the contract can be perused, in the office of the
       Senior Divisional Electrical Engineer/Traction Distribution/Secunderabad,
       S.C.Railway during office working hours OR from Indian Railways web site
       www.indianrailways.gov.in
                                       19
                                                                    C/E/29/TRD/08/18-19
                        Forms and Annexures
                                              FORMS
                                            Description
Form No
   1.        Offer Letter - see before preamble
   2.
             Alternate proposals of the Tenderers
   3.
             Tenderer's scheme of work and time schedule
   4.        Names of manufacturers, places of manufacturers and
             inspection of supplies.
   5.        Performance guarantee bond
   6.
             Indemnity bond for ‘on account’ payments
   7.        Indemnity bond for railway supply materials given on loan
             to contractors
   8.        Guarantee bond for indemnification of railway materials
   9.        NEFT Mandate Form
ANNEXURES
A. Engineering organisation
E. Experience certificate
        G.
                   List of standard drawings and specifications
        H.         Unit quantities of finished wires and conductors for
                   various works
        I.         Check list - see before preamble (Page No:- 3 )
        J.         List of addresses
        k.         OHE span in view of changes in wind zone in country
                   (RDSO letter No.TI/OHE/GA/2013, dt.12.08.2013
                                       20
                                                                     C/E/29/TRD/08/18-19
FORM - 2
                                         21
                                                              C/E/29/TRD/08/18-19
                                                                   FORM - 3
3. Casting of foundations
5. Erection of masts.
7. Commissioning of OHE.
                                          22
                                                                      C/E/29/TRD/08/18-19
                                                                           FORM - 4
i)
ii)
iii)
                                          23
                                                                               C/E/29/TRD/08/18-19
                                                                                          FORM-5
                              (On stamp paper of requisite value)
                             PERFORMANCE GUARANTEE BOND
                                                   24
                                                                               C/E/29/TRD/08/18-19
   excrcisable by the Government against the said Contractor(s) and to forbear or enforce any
   of the terms and conditions relating to the said agreement and we shall not be relieved from
   our liability by reason of any such variation, or extension being granted to the said
   contractor(s) or any such matter or thing whatsoever which under the law relating to sureties
   would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the bank or the
   contractor(s) /Supplier(s).
7. We,_____________________________ (indicate the name of bank) lastly undertake not to
   revoke this guarantee during its currency except with the previous consent of the
   Government in writing.
Dated the_________day of______________ 20___            (year)
                                                            for____________________________
                                                                     (Indicate the name of Bank)
Note: See para 4(B) of the Chapter Preamble.
                                                   25
                                                                                C/E/29/TRD/08/18-19
                                                                                           FORM-6
     We, M/s ________________________ here by undertake that we held at our stores Depot/
at _____________________________ on behalf of the President of India, acting in the
premises through Senior Divisional Electrical Engineer, in charge of the Traction Distribution
(Secunderabad division) of South Central Railway and his property in trust for him all materials
listed in tender schedule fo which ‘On Account’ payment have been made to not exceeding
Rs.____________. Against_________ , ______ , _________ , ______ of South Central Railway
. Vide __________ and the materials handed over to us by the Purchaser as per Contract for the
purpose of execution of the said Contract, until such time the materials are duly erected or
otherwise handed over to him.
     We shall be entirely responsible for the safe custody and protection of the said materials
against all risk till they are duly delivered as erected equipment to the Purchaser, or as he may
direct otherwise and shall indemnify the Purchaser against any loss damage, or deterioration
whatsoever in respects of the said materials while on our possession and against disposal of
surplus materials. The said materials shall at all items be open to inspection by any officer
authorised by the Senior Divisional Electrical Engineer, Traction Distribution (Secunderabad
division) of South Central Railway.
     Should any loss, damage or deterioration of materials occur or surplus materials disposed off
and a refund becomes due, and the Purchaser shall be entitled to recover from us the full cost as
per prices included in Schedule B-NON-SOR items or Schedule items to the contract and in
respect of other and also compensation for such loss or damage, or deterioration, if any along
with the amount to be refunded, without prejudice to any other remedies available to him by
deduction from any sum which at any time here after becomes due to us under the said or any
other Contracts.
     In the event of any loss, damages or detorioration as above said, the assessment of such
loss or damages and the assessment of such compensation there fore would be made by the
President of India or his authorized nominees and the said assessment shall be final and binding
upon us.
Address:
                                                    26
                                                                               C/E/29/TRD/08/18-19
                                                                  FORM-7
       INDEMNITY BOND FOR RAILWAY SUPPLY MATERIALS GIVEN ON LOAN TO
                                        CONTRACTORS
    We, M/s. ______________________ here by undertake that we have taken on loan Railway
materials listed at Annexure value Rs. ____________ from Sr.DEE/TRD/SC. The materials are
given on loan to us to erect them at ___________work site. We hereby under take to return the
materials by __________. We hereby undertake to abide by the agreement clause No.2.25
regarding materials taken on Loan.
    We shall be entirely responsible for the safe custody and protection of the said materials
against all risk till they are duly delivered as erected equipment to the purchaser, or as he may
direct otherwise and shall indemnify the purchaser against any loss damage, or deterioration
whatsoever in respects of the said materials while on our possession and against disposal of
surplus materials. The said materials shall at all times be open to inspection by any officer
authorised by the Senior Divisional Electrical Engineer, in charge of the Traction Distribution
(Secunderabad division) of South Central Railway.
  Should any loss, damage or deterioration of materials occur or surplus materials disposed off
and a refund becomes due, and the purchaser shall be entitled to recover from us the full cost as
per prices included in schedule B- NON-SOR items or schedule-3 items to the contract and in
respect of other materials as indicated in agreement and also compensation for such loss or
damage, or deterioration, if any along with the amount to be refunded, without prejudice to any
other remedies available to him by deduction from any sum which at any time here after
becomes due to us under said or any other Contracts under Indian Railways anywhere in India.
    In the event of any loss, damages or deterioration as above said, the assessment of such
loss or damages and the assessment of such compensation therefore would be made by the
President of India or his authorized nominees and the said assessment shall be final and binding
upon us.
Signature of Witness:
Name of the Witness (IN BLACK LETTERS)
Address:
                                                   27
                                                                                 C/E/29/TRD/08/18-19
                                                                                          FORM - 8
We ____________ bank further agree that the guarantee herein contained shall remain in full
force and effect during the period that would be taken for satisfactory performance and
fulfillment in all respects of the said contract by the contractor till ________ (Date) ________
and that if any claim accrues or arises against us by virtue of this guarantee before the said
date, the same shall be enforceable against us the _____________ (Name of the Bank),
notwithstanding the fact that the same is enforced within six months after the said date provided
that notice of any such claim has been given to us ____________ Bank) ________ by the
President of India before the said date, payment under this letter of guarantee shall be made
promptly upon receipt of notice to that effect from the President of India.
    It is fully understand that the guarantee is effective from ___________ and that we
___________Bank undertake not to revoke this guarantee during its currency without the
consent of the President of India (Government) in writing.
     We_________________ Bank further agree that the President of India shall have fullest
liberty without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said contract or to extend time of performance by the said contractor and to
forebear or enforce any of the terms and conditions relating to the said contract and we
__________ bank shall not be released from our liability under this guarantee by reason of any
such variation or extension being granted to the said contractor for any forbearance and or
omission on the part of the President of India or any indulgence by the President of India to the
said contractors or by any other matter or thing whatsoever which under the law relating to
sureties, would but for this provision, have the effect of so releasing us from our liability under
this guarantee.
We ___________ bank further agree that the guarantee herein contained shall not be
                                                    28
                                                                                 C/E/29/TRD/08/18-19
affected by any change in the constitution of the Bank or the said contractor.
Dated:
                     Seal of the bank &
                     Signature of the bank
                     Authority
1).
2).
                                                    29
                                                                                             C/E/29/TRD/08/18-19
                                                                                                       FORM - 9
        We refer the NEFT/RTGS being set up by the SC Railway for remittance of payments using Reserve
Bank of India’s NEFT/RTGS scheme. Our payments may be made through NEFT/RTGS to our Bank Account
as follows:
S.No Particulars
2 Branch Address
                                                                                Signature of Beneficiary
                                                                                      With Stamp& Address
                 Certified that the above bank particulars are correct as per our records.
                                                          30
                                                                                      C/E/29/TRD/08/18-19
ANNEXURE-“A”
                                         PROFORMA
                               ENGINEERING ORGANISATION
1.   ENGINEERING ORGANISATION AVAILABLE ON HAND.
          Sl.    Name & Designation of Qualification Previous                  Working
          No.    Employee                            Experience         From              To
           01            02               03            04            05
            i)
            ii)
           iii)
           iv)
2.     ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM ABOVE.
            01              02                  03            04                 05
             i)
             ii)
            iii)
            iv)
                                                      31
                                                                                                 C/E/29/TRD/08/18-19
                                                                                                    ANNEXURE-“B”
                                     PROFORMA
                                PLANT & MACHINERY
 1.     PLANT & MACHINERYAVAILABLE ON HAND.
Sl.     Particulars      No. of    Kind and    Capacity    Age and      Approx.         Purchase Bill No. &
No.     of               Units     make                    Condition    cost in Rs.     Date and Registration
        machinery,                                                      in lakhs        particulars
        Plant &
        equipment
 01          02            03         04          05           06            07                     08
   i)
  ii)
 iii)
 iv)
Sl.     Particulars      No. of    Kind       Capacity    Age and      Approx.        Purchase Bill No. &
No.     of               Units     and                    Condition    cost in        Date and Registration
        machinery,                 make                                Rs. in         particulars
        Plant &                                                        lakhs
        equipment
 01          02            03        04          05          06            07                  08
  i)
  ii)
 iii)
 iv)
                                                               32
                                                                                                     C/E/29/TRD/08/18-19
                                                                                                       ANNEXURE-“C”
Name of work
value in lakhs
                                                                        value of work
                                        of agreement
                         No. and date
                                         and address
                                         Designation
                          Agreement
Agreement
                                                                                        completion
                                                                         Completed
                                                                          (in lakhs)
                                          authority
                                                                                                         Remarks
                                                                                          Date of
                                           signing
No.
Sl.
Railway works
 1.
 2.
 3.
 4.
 5.
 6.
State Govt.
Works
  1.
 2.
 3.
 4.
 5.
 6.
Public Sector
Undertaking
Works
  1.
 2.
 3.
 4.
 5.
 6.
                                                             33
                                                                         C/E/29/TRD/08/18-19
ANEXURE-“D”
                           Designation
                           and address Agreement Bill amount             Number of
 Sl.    Name  Agreement                                      Due date of
                          of agreement value in paid so far              extensions
 No. of work No. and date                                    completion
                             signing     lakhs     in lakhs                taken
                            authority
Railway works
 1.
 2.
 3.
 4.
 5.
 6.
State Govt.
Works
 1.
 2.
 3.
 4.
 5.
 6.
Public Sector
Undertaking
Works
 1.
 2.
 3.
 4.
 5.
 6.
                                            34
                                                                           C/E/29/TRD/08/18-19
ANNEXURE-“E”
EXPERIENCE CERTIFICATE
  Sl.
                            Work Details                              Details
  No.
  01    Name of Work
Note:
   1) This certificate in this proforma is to be issued only for physically Completed work.
   2) This certificate to be issued by an Officer not below the rank of JA Grade or Bill Passing
      Officer in Railways and Bill Passing Officer / Executive In-charge of work in other Govt.
      / Govt. bodies / Public Sector Undertaking. The certificate should bear the signature
      and seal of the issuing officer, name of the department etc.
                                      Signature     :
                                      Name of Officer    :
                                      Designation :
                                      Address       :
                                      Office Seal :
                                      Phone / Fax No.    :
                                      Date      :
                                           35
                                                                                             C/E/29/TRD/08/18-19
                                                                                                    ANEXURE-“F”
It is further certified that advances or loans taken by the Firm in connection with execution of the work is not
reflected in the contractual receipts from Works Contracts indicated below:
                                  Receipts reflected in
                                                                Contractual receipts from
           Sl.      Financial   Audited Balance Sheets in
                                                                    Works Contracts         Remarks
           No.        Year            P&L account
                                                                         (Rs.)
                                          (Rs.)
             1         2                    3                              4                    5
Signature :
Name of CA :
Address :
Office Seal :
Phone No. :
e.mail :
Date :
                                                               36
                                                                               C/E/29/TRD/08/18-19
                                                                                ANNEXURE-III
     (To be executed in presence of Public notary on non-judicial stamp paper of the value of
     Rs.100/-. The stamp paper has to be in the name of the tenderer)**
1. I/we the tenderer (s), am/are signing this document after carefully reading the contents.
2.   I/We the tenderer(s) also accept all the conditions of the tender and have signed all the
     pages in confirmation thereof.
3.   I/we hereby declare that I/we have downloaded the tender documents from Indian
     Railway website www.ireps.gov.in. I/we have verified the content of the document from
     the website and there is no addition, no deletion or no alteration to the content of the
     tender document. In case of any discrepancy noticed at any stage i.e. evaluation of
     tenders, execution of work or final payment of the contract, the master copy available
     with the railway Administration shall be final and binding upon me/us.
4.   I/we declare and certify that I/we have not made any misleading or false representation
     in the forms, statements and attachments in proof of the qualification requirements.
5.   I/We also understand that my/our offer will be evaluated based on the documents/
     credentials submitted alongwith the offer and same shall be binding upon me/us.
6.   I/We declare that the information and documents submitted along with the tender by me/
     us are correct and I/we are fully responsible for the correctness of the information and
     documents, submitted by us.
7.   I/we undersigned that if the certificates regarding eligibility criteria submitted by us are
     found to be forged/false or incorrect at any time during process for evaluation of
     tenders, it shall lead to forfeiture of the tender EMD besides banning of business for five
     year on entire IR. Further, I/we (insert name of the tenderer)** and all my/our
     constituents understand that my/our offer shall be summarily rejected.
                                                   37
                                                                                 C/E/29/TRD/08/18-19
8.    I/we also understand that if the certificates submitted by us are found to be false/forged
      or incorrect at any time after the award of the contract, it will lead to termination of the
      contract, along with forfeiture of EMD/SD and Performance guarantee besides any other
      action provided in the contract including banning of business for five year on entire IR.
      VERIFICATION
       I/We above named tenderer do hereby solemnly affirm and verify that the contents of
        my/our above affidavit are true and correct. Nothing has been concealed and no part of
      it is false.
     **The contents in Italics are only for guidance purpose. Details as appropriate, are to be
      filled in suitably by tenderer. Attestation before Magistrate/Notary Public.
                                                    38
                                                                                    C/E/29/TRD/08/18-19
                                                                                   ANNEXURE – G
                                                    39
                                                                                    C/E/29/TRD/08/18-19
Sl.                                                                  Drawing
                           Brief Description                                      Number        Mod.
No.                                                                   Series
24    General formation of single track Embankments and cutting      R/E/33/G    01101-sh-1       A
      (Broad guage).
25    General formation of double track Embankments and cutting      R/E/33/G    01102 Sh.1       A
      (Broad guage).
26    General formation of multiple tracks (1675mm guage).            R/E/33/G   01103 Sh.1       A
27    Standard anchor arrangement.                                    R/E/33/G   01401 Sh-1       E
28    Anchor arrangement with dwarf mast.                            ETI/OHE/G     01402          B
29    Schedule of anchor block for B.G. track.                       ETI/OHE/G   01403 Sh.1       D
30    Double guy rod arrangement with anchor block for B.G. track.   ETI/OHE/G   01403 Sh.2       C
31    Schedule of anchor block for B.G. track (Black cotton soil)    ETI/OHE/G   01403 Sh.3       B
32    Standard guide tube arrangement on a mast and structures.      ETI/OHE/G     01505          -
33    Trapezoidal counter weight arrangement on OHE structures.      ETI/OHE/G     01502          -
34    Arrangement of 3KV & 25KV Pedestal insulator supports on       ETI/OHE/G     01601
      OHE masts and portals.
35    Standard arrangements for mounting of number plate on OHE      ETI/OHE/G     01701          A
      Structures.
36    Schematic arrangement of regulated overhead equipment.         ETI/OHE/G     02101          A
37    Typical arrangement of OHE on cantilever masts for double      ETI/OHE/G     2102           -
      track section.
38    Typical arrangement for fixing of bracket assembly on 9.5m     ETI/OHE/G   02102 Sh.3        -
      mast and structure to suit raising of tracks in future.
39    Mast on platforms (1676mm guage).                              ETI/OHE/G   02104 Sh.1       A
40    Details of bracket arrangement on tangent and curved tracks.   ETI/OHE/G   02106 Sh.1       A
41    Details of bracket arrangement for OHE (High Speed).           ETI/OHE/G   02106 Sh.3       C
42    Single bracket assembly on Structures and dropped arms.         R/E/33/G     02107          D
43    Box type cantilever Arrangement.                               ETI/OHE/G     02108          A
44    Arrangement at anticreep.                                      ETI/OHE/G     02111          A
45    Standard cantilever arrangement for boom anchor anticreep      ETI/OHE/G     02113          -
      location.
46    Schematic arrangement of uninsulated over Lap (type-I) 3&4     R/E/33/G    02121 Sh.1       F
      Span overlaps.
47    Schematic arrangement of insulated overlap.                    ETI/OHE/G   02131 Sh.1
48    General arrangement of regulated OHE at turn-outs (overlap&    ETI/OHE/G     02141          C
      crossed type).
49    General arrangement of regulated OHE at cross over (overlap    ETI/OHE/G     02151
      &crossed type).
50    Arrangement of neutral section.                                ETI/OHE/G   02161 Sh.1       C
                                                                                    of 2
51    Arrangement of neutral section assembly (PTFE Type) at         ETI/OHE/G     02162           -
      SWS.
53    Schematic arrangement of unregulated overhead equipment.       ETI/OHE/G     03101          -
54    Standard termination of OHE (Regulated & un-regulated).        ETI/OHE/G     03121          E
55    General arrangement of Unregulated OHE at turnouts (crossed    ETI/OHE/G     03151          -
      & overlap type).
56    General arrangement of unregulated OHE crossovers and          ETI/OHE/G   03152 Sh.1        -
      diamond crossings (overlap and crossed type).
57    General arrangement of unregulated OHE at diamond crossing.    ETI/OHE/G   03152 Sh.2       -
58    General arrangement of head span.                              ETI/OHE/G     03201          A
59    General arrangement of pull off.                               ETI/OHE/G     03301          -
60    In span jumper connection between catenary& contact wire.      ETI/OHE/G     05101          -
61    Continuity jumper connection at uninsulated overlap.           ETI/OHE/G     05102          C
                                                        40
                                                                                        C/E/29/TRD/08/18-19
Sl.                                                                      Drawing
                            Brief Description                                         Number        Mod.
No.                                                                       Series
62    Arrangement of anti-theft jumper.                                 ETI/OHE/G       05107         A
63    Connection at turnouts.                                           ETI/OHE/G       05103         B
64    Potential equalizer connection at insulated overlap and neutral   ETI/OHE/G       05104         -
      section.
65    Connections at diamond crossing.                                  ETI/OHE/G      05106          A
66    General arrangement of connections to OHE by copper cross         ETI/OHE/G    05121 Sh.1       C
      feeder (150)
67    General arrangement of connections at switching station on        ETI/OHE/G    05122 Sh.1       C
      double track section by copper cross feeder (150.
68    General arrangement of connections at switching station on        ETI/OHE/G    05123 Sh.1       C
      multiple track section by copper cross feeder (150.
69    Suspension of 25kV feeder (Spider) on OHE masts.                  ETI/OHE/G       05143         B
70    Termination of feeder, return conductor & return feeder           70 RE/33/G      05145         A
      (copper & aluminum).
71    Arrangement of suspension of double spider 25KV feeder and        70 RE/33/G      05152         C
      return feeder between sub-station and feeding station.
72    Assembly of section insulators.                                                   05181         C
73    General arrangement of earth wire on OHE mast.                    ETI/OHE/G       05201         A
74    General arrangement of earth wire on OHE mast.                    ETI/OHE/G      05201-1
75    Arrangement of transverse bonds.                                  ETI/OHE/G       05251         A
76    Connection of return conductor to track.                          ETI/OHE/G       05306         F
77    Suspension arrangement of aluminum return conductor (spider)      ETI/OHE/G       05307         B
      on traction Structures.
78    Suspension of return conductor (spider) from boom of              ETI/OHE/G       05312         A
      Structures (with clevis type disc insulators).
79    Connections between OHE and aluminum return conductor at          ETI/OHE/G       05413         B
      booster stations.
80    Mounting of 25KV Isolators on OHE Structures (General             ETI/OHE/G    05513 Sh.1       A
      arrangement).
81    Details of small part steel work for supporting 25KV Isolator     ETI/OHE/G    05513 Sh.2       A
      on new T.T.C. boom.
82    Connection from isolator to OHE.                                  ETI/OHE/G       05516         A
83    Characteristics of conductors/bus-bar for 25KV AC traction.       ETI/OHE/G       05600         A
84    Arrangement of mounting 25KV/240, 10 KVA LT supply                ETI/OHE/G       05522         -
      transformer.
85    Employment Schedule for Cantilever Mast regulated OHE               ETI/C      0702 sh-1 to     B
      Caty 65 Cu, Cont.107/Cu (WP 75 kgf/sq.m.)                                           5
86    Employment Schedule for Tramway type regulated OHE (WP              ETI/C         0704          B
      75 kgf/sq.m.)
87    Employment Schedule for 8”x8”x35 Ibs BFB (9.5M.long) (WP            ETI/C         0708          B
      112.5 kgf/sq.mm Cat.65/Cu&Cont.107/Cu.
88    Employment schedule for OHE mast overlap central location           ETI/C         0709          A
      with 3.0m implantation. Cat.65/Cu&Cont.107/Cu.WP
      75kgf/sq.m.
89    Employment schedule for OHE mast overlap central location           ETI/C         0710          A
      with 3.0m implantation. Cat.65/Cu&Cont.107/Cu.WP 112.5
      kgf/sq.m.
90    Employment schedule for OHE mast (9.5) overlap center               ETI/C         0711          A
      location with 3.0m implantation. Cat.65/Cu&Cont.107/Cu.WP
      75 kgf/sq.m.
91    Employment schedule for OHE mast overlap inter location             ETI/C         0712          A
                                                          41
                                                                                    C/E/29/TRD/08/18-19
Sl.                                                                    Drawing
                            Brief Description                                     Number        Mod.
No.                                                                     Series
      with 3.0M implantation. Cat.65/Cu&Cont.107/Cu.WP 112.5
      kgf/sq.m.
92    Employment Schedule for (9.5m) long 200x200x49.9kg mast -         ETI/C       0713          B
      Caty. 65/Cu & Cont.107/Cu.WP 75 kgf/sq.m.
93    Employment schedule for 9.5m long 200x200x49.9kg mast             ETI/C       0714          A
      Cat.65/Cu and Cont.107/Cu WP 112.5 Kgf/sq.m.
94    Employment schedule for OHE for 9.5 m mast overlap anchor         ETI/C       0715          A
      location with 3.0M implantation. Cat.65/Cu&Cont.107/Cu.WP
      75 kgf/sq.m.
95    Employment schedule for OHE for 9.5 m mast overlap anchor         ETI/C       0716          A
      location with 3.0M implantation. Cat.65/Cu&Cont.107/Cu.WP
      112.5kgf/sq.m.
96    Employment Schedule for regulated OHE mast (9.5m) wind            ETI/C    0721 sh-1 to
      pressure 75kgf/sq.m for composite OHE (1000<<1000) kgf                          4
      tension.
97    Employment Schedule for regulated OHE mast (9.5m) wind            ETI/C       0722           -
      pressure 75kgf/sq.m. for composite OHE with extra setting
      distance. Overlap Anchor location.
98    Employment Schedule for regulated OHE mast (9.5m) wind            ETI/C       0723           -
      pressure 75kgf/sq.m. for composite OHE with extra setting
      distance. Overlap center
      location.
99    Employment Schedule for regulated OHE mast (9.5m) wind            ETI/C       0724           -
      pressure 75kgf/sq.m. for composite OHE with extra setting
      distance. Overlap inter location.
100   Employment schedule for pre-stressed concrete mast (PC 42)        ETI/C       0725          A
      9.5m long, for conventional OHE, Normal Location (WP
      150,112.5 & 75kgf/sq.m.
101   Standard portal (N.O, P, R, G&Double BFB type).                   ETI/C       0064          -
102   Volume chart and equivalent chart of foundation.                  ETI/C     0058 Sh.1       E
103   -do-new pure gravity.                                             ETI/C    0058 Sh.2A       D
104   -d0- Dry black cotton soil (NBC type)                             ETI/C    0058 Sh.3A       B
105   -do- New pure gravity (500m, exposed)                             ETI/C     0058 Sh.4       B
106   -d0- Dry black cotton soil (NBC type) 2.5m depth.                 ETI/C     0058 Sh.5       B
107   -do- (For a direct load of 4000Kg)                                ETI/C     0058 Sh.6       B
108   Special BFB portal for 5 tracks (General arrangement)             ETI/C     0026 Sh.1       C
109   Protective screen at foot-over bridge and road over-bridge.       ETI/C       0068          G
110   Chart for portal foundation.                                      ETI/C      0005/68
111   Muff for OHE Structures.                                          ETI/C      0007/68        E
112   Structures muff for sand core foundations.                        ETI/C      0012/69        E
113   9.5m standard traction mast (fabricated ‘K’ series).              ETI/C      0018-2         D
114   Remote Control Cubicle at switching station, foundation, RCC      ETI/C       0067          B
      slab Building plan & steel door.
115   9.5m standard traction mast (fabricated with bottom plates ‘B’    ETI/C       0071          E
      series)
116   Details of OHE foundation in soft rock (bearing capacity          ETI/C       0059          B
      45,000 Kgf/sq.m).
117   Details of foundation for fencing upright.                        ETI/C       0032          B
118   Employment schedule for switching and booster station main        ETI/C       0185          B
      masts.
119   Drilling schedule for S-1 mast                                    ETI/C       0030          F
120   -do- S-2 mast.                                                    ETI/C       0031          D
                                                          42
                                                                                          C/E/29/TRD/08/18-19
Sl.                                                                        Drawing
                             Brief Description                                          Number        Mod.
No.                                                                         Series
121   -do- S-3 mast (length 11.4m)                                          ETI/C         0180          C
122   Drilling schedule for 8” x 6”x35 Ibs.RSJ mast 8.0m long for           ETI/C         0036          E
      booster transformer station Type S-4.
123   Drilling Schedule for S-5 mast (11.4m long)                           ETI/C         0042          E
124   -do- S-6 mast (length 12.4m)                                          ETI/C         0181          C
125   -do- S-7 -do-                                                         ETI/C         0182          C
126   -d- S-8 –d0-                                                          ETI/C         0183          C
127   -do- S-9 mast (length 9.4m)                                           ETI/C         0184          C
128   General arrangement & details of fencing panels & gate for            ETI/C       0186 Sh.1       E
      switching station.
129   Details of fencing upright and anti-climbing device for               ETI/C       0186 Sh.2       E
      switching station.
130   S-100 fabricated mast for mounting LT supply transformer and          ETI/C         0043          B
      drop out fuse switch at switching station.
131   S-101 details of mast for supporting isolator inside switching        ETI/C         0044          A
      station.
132   Details of anchor beam or SP,SSP,&FP                                  ETI/C         0033          D
133   Details of small part steel for switching station.                    ETI/C       0034 Sh.1       K
134   Details of bracing for switching & B.T. masts.                        ETI/C       0034 Sh.2       B
135   Details of small parts steel of our rigger for switching stations     ETI/C         0037          C
      and booster transformer stations.
136   Details of small parts steel for booster transformer stations.        ETI/C         0040          E
137   Details pre-cast cable trench for switching station.                  ETI/C         0038          E
138   Standard ‘R’ type portal (rod laced) general arrangement.             ETI/C      0011/69Sh.1      C
139   Standard ‘G’ type portal special upright and end piece.               ETI/C         0056          C
140   Short bored pile foundation for traction mast (permissible            ETI/C         0062          B
      BM&volume)
141   Chart for portal foundations in dry black cotton soil safe            ETI/C         0063          B
      bearing capacity 16500 Kg/sq.m.
142   Dwarf mast foundation on wet dry black cotton soil.                 RE/ALD/OHE       02            -
                                                                             /SK/C
143   Typical design of new pure gravity foundation.                       ETI/SK/C       131           A
144   Typical design of side gravity foundation.                           ETI/SK/C       142           A
145   Rock Anchor for B.G.Track.                                           ETI/SK/C       208           -
146   Bracket fitting for PSC Masts capacity-4.200kgm.                     ETI/SK/C     214 Sh.1        E
147   SPS details for Earth wire clamp on PSC mast.                        ETI/SK/C    214 Sh.2 of      A
                                                                                            2
148   Special arrangement of OHE under overline structure.                ETI/OHE/SK      529           D
149   Earthing and bonding of PSC mast.                                   ETI/OHE/SK   537 Sh.1 of      D
                                                                                            2
150   Typical earthing arrangement in SPUN                                ETI/OHE/SK    537 Sh.2        B
      PSC Mast with 18mm dia rod.
151   Arrangement of antitheft jumper at overlap.                         ETI/OHE/SK      566           -
152   Catenary dropper assembly                                            ETI/OHE/P      1190          B
153   Parallel clamp (20/20)                                               ETI/OHE/P      1550          E
154   Standard guide tube assembly.                                        ETI/OHE/P     5060-2         C
155   Standard anti-wind clamp                                             ETI/OHE/P    2550-1/2        L
156   Multiple cantilever cross arm assembly                                RE/33/P       3120          H
157   Anchor fitting assembly on rolled sections                           ETI/OHE/P      3230          C
158   Anchor fitting assembly on ‘K’ series, TCC masts and ‘P’ type        ETI/OHE/P      3240          D
      portal upright.
                                                            43
                                                                                      C/E/29/TRD/08/18-19
Sl.                                                                       Drawing
                            Brief Description                                        Number       Mod.
No.                                                                        Series
159   Anchor assembly on ‘N’ and ‘O’ type portal upright                 ETI/OHE/P    3250          D
160   Structure bonds                                                    ETI/OHE/P    7000          E
161   Earthing stations                                                  ETI/OHE/P    7020          B
162   Longitudinal rail bond                                             ETI/OHE/P    7030          F
163   Short super mast assembly                                           ETI/C/P     8010          G
164   Long super mast assembly                                            ETI/C/P     8020          C
165   Bracket attachment assembly on portal upright (                     ETI/C/P     8030          B
      N,O,R,P,G&BFB Type)
166   Super mast assembly on portals                                      ETI/C/P      8050         C
167   Medium super mast assembly                                         ETI/OHE/P     8060         C
168   Compensating plate                                                 ETI/OHE/P   5191-1/2       D
169   Suspension clamp                                                    RE/33/P      1160         J
170   Double suspension clamp                                             RE/33/P      1170         K
171   Double suspension lock plate                                        RE/33/P      1172         C
172   Catenary splice (65)                                               ETI/OHE/P     1090
173   Typical location & schematic connection diagram for a three         ETI/PSI       003         C
      interruptor switching station.
174   Typical general arrangement of a three interruptor switching        ETI/PSI      004          F
      station.
175   Typical location plan & general arrangement for sectioning &        ETI/PSI      005          F
      paralleling station.
176   Typical location plan and arrangement for a feeding station         ETI/PSI      006          E
177   Typical general arrangement at a Booster transformer station        ETI/PSI      013          B
      (with 4 cross feeder) type III
178   Typical general arrangement of 280 KVA Booster Transformer          ETI/PSI      018          A
      station (with 4 cross feeder) Type III
179   Typical general arrangement at a booster transformer station        ETI/PSI      011          C
      (without cross feeder) Type-I
180   Typical number plate for auxiliary transformer                     ETI/PSI/P    7525          -
181   Typical fencing and anti-climbing arrangement at switching          ETI/PSI     104           F
      station
182   Typical earthing layout of sub-sectioning and paralleling           ETI/PSI      201          B
      station
183   Typical earthing layout of a sectioning and paralleling station.    ETI/PSI      202          B
184   Typical earthing layout of a feeding station.                       ETI/PSI      203          B
185   Earthing details for interruptor L.T. supply transformer 25KV       ETI/PSI      204          C
      lightning arrestors P.T. Type-I (S-100 masts, S-101mast,
      fencing upright and main mast)
186   Typical earthing layout at a booster transformer stations           ETI/PSI     211-1         A
      (without cross feeder for Type-I and II
187   Typical cable run layout of a sub-sectioning & paralleling          ETI/PSI      301          C
      station.
188   Typical cable run layout of a sectioning and paralleling station    ETI/PSI      302          C
189   Typical cable run layout of a feeding station                       ETI/PSI      303          B
190   Typical earthing layout at a booster transformer station (with 4    ETI/PSI      212          B
      cross feeder for Type III, IV & V
191   Typical drawing for a terminal board                                ETI/PSI      501          C
192   36mm Aluminum Bus terminal                                         ETI/PSI/P    6480          C
193   -do- splices                                                       ETI/PSI/P    6490          B
194   -do- Tee connector                                                 ETI/PSI/P    6500          C
195   36mm aluminum tee terminal                                         ETI/PSI/P    6510          D
                                                           44
                                                                                     C/E/29/TRD/08/18-19
Sl.                                                                    Drawing
                              Brief Description                                     Number       Mod.
No.                                                                      Series
196   36/15 Tap connector                                              ETI/PSI/P      6520         B
197   36mm Aluminum flexible bus splice                                ETI/PSI/P      6550         B
198   36mm Aluminum bus splice cum tee connector                       ETI/PSI/P      6560         B
199   Typical number plate for interruptor and double pole isolator    ETI/PSI/P      7520         B
200   Typical number plate for potential transformer Type              ETI/PSI/P      7521         B
201   Typical number plate for booster transformer                     ETI/PSI/P      7522         B
202   Standard plan Remote Control cubicle at switching station       RE/Civil/BS-                 -
                                                                        115/95
203   Typical details of pressed steel door, window and ventilator    RE/Civil/S-      R1
                                                                        115/95
204   Bolted base connection for portals located in drains               ETI/C        0010         C
205   Details of base plate for mast on drains in station yards          ETI/C      0002/68        A
      (B) LIST OF STANDARD DRAWINGS FOR TRAMWAY TYPE O.H.E. (REGULATED)
206   Span and stagger chart for Tramway type OHE (Regulated)         ETI/OHE/G      04201         -
207   Drilling schedule of OHE mast 8.5m&9m ling RSJ and BFB          ETI/OHE/G    04202 Sh.1      C
      for tramway OHE                                                                 Sh.2
208   Schematic arrangement of (regulated) tramway type OHE.          ETI/OHE/G      04203         C
209   Arrangement of bracket assembly for Tramway Type OHE            ETI/OHE/G      04204         B
      (regulated)
210   Arrangement of anti-creep for Tramway Type OHE (regulated)      ETI/OHE/G      04205         B
211   Arrangement of anti-creep for Tramway Type OHE (Regulated       ETI/OHE/G      04206         B
      alternative arrangement)
212   Arrangement of section Insulator for Tramway Type OHE           ETI/OHE/G    04207 Sh.1      B
      (Regulated)
213   Small parts steel for supporting section insulator assembly for ETI/OHE/G    04207 Sh.2      B
      regulated Tramway Type OHE.
214   General arrangement of turnouts for Tramway type OHE            ETI/OHE/G      04208          -
      (Regulated)
215   Adjustment chart for Tramway type OHE (Regulated)               ETI/OHE/G      04209         -
216   Bridle wire clamp (6mm) with two bolts                          ETI/OHE/P      1070-1        B
217   Large suspension clamp 20mm (with armour rod)                   ETI/OHE/P    1580 Sh.2
218   Hook Bracket                                                    ETI/OHE/P       2380         C
219   BFB Steady arm assembly for Tramway OHE (Regulated)             ETI/OHE/P      2540-1
220   Anti wind clamp for tramway OHE (Regulated)                     ETI/OHE/P      2550-3        E
221   Counter weight assembly (light)                                 ETI/OHE/P      5090-3        F
222   Counter weight assembly with pulley type regulating             ETI/OHE/P      5090-1        B
      equipment (3:1 ratio)
223   Employment schedule for tramway type regulated OHE                 ETI/C        0705         B
      without R.C. and E.W.(W.P.112.5 kgf/sq.m)
224   Proctive screen at FOB/ROBs                                        ETI/C        0068         G
225   Proposed height gauges at level crossings upto 7.3m spans.      RE/Civil/92-     R2          -
                                                                          84
           (C) LIST OF STANDARD DRAWINGS FOR COMPOSITE OHE (REGULATED)
226   DELETED
227   Employment Schedule of bracket tube regulated conventional      ETI/OHE/G    00158 Sh.3       -
      OHE (Cd-Cu catenary and Cu-contact wire (1000kgf tension
      each) for wind pressure 150kgf/m2 at 10 deg C.
228   Employment schedule of bracket tubes unregulated                ETI/OHE/G    00159 Sh.3       -
      conventional OHE (Cd.Cu-catenary) and Cu-contact wire.
229   Schematic arrangement of uninsulated overlap (A1.Alloy          ETI/OHE/G    02121 Sh.3       -
      Catenary and copper contact wire.
                                                     45
                                                                                   C/E/29/TRD/08/18-19
Sl.                                                                  Drawing
                           Brief Description                                     Number        Mod.
No.                                                                   Series
230   Schematic arrangement of insulated overlap (A1.Alloy          ETI/OHE/G   02131 Sh.2       A
      Catenary and copper contact wire.
231 General arrangement of regulated composite OHE at turnouts      ETI/OHE/G   02141 Sh.2        -
      (overlap and crossed type)
232 Standard terminations of Regulated composite OHE.               ETI/OHE/G   03121 Sh.2       B
233 In span jumper connection between Aluminum Alloy                ETI/OHE/G   05101 Sh.2       B
      catenary&copper contact wire.
234 Continuity jumper connection at un-insulated overlap            ETI/OHE/G   05102 Sh.2       B
      (A1.Alloy catenary and copper contact wire)
235 Connections at turnouts for composite OHE                       ETI/OHE/G   05103 Sh.2       B
236 Potential equalizer connection at insulated overlap&neutral     ETI/OHE/G   05104 Sh.2       B
      section (A1.Alloy catenary&copper contact wire)
237 Connection at diamond crossing for composite OHE.               ETI/OHE/G   05106 Sh.2       C
238 General arrangement of connection to composite OHE by cross     ETI/OHE/G   05124 Sh.2       C
      feeder (SPIDER)
239 General arrangement of connection at switching station on       ETI/OHE/G   05125 Sh.2       C
      double track section for composite OHE.
240 General arrangement of connection at switching station on       ETI/OHE/G   05126 Sh.2       C
      multiple track section (with composite OHE and spider cross
      feeder)
241 Assembly of section insulator (with A1.alloy catenary and       ETI/OHE/G   05181 Sh.2       B
      copper contact wire)
242 Standard arrangement of supporting cantilevers on the BOOM        ETI/C       0076           C
      of portals and TTC (to avoid Bird’s nesting).
Employment schedule for OHE mast (9.5m)wind pressure
112.5kgf/sq.m for composite OHE (1000+1000) kgf Tension.
243 OHE only                                                          ETI/C     0717 Sh.1        A
244 -do- OHE + EW                                                               0717 Sh.2        -A
245 -do- OHE + RC                                                     ETI/C     0717 Sh.3        -A
246 -do- OHE + EW + RC                                                          0717 Sh.4        -A
Employment schedule for OHE mast (9.5m) wind pressure
112.5kgf/sq.m for composite OHE (1000+1000) kgf Tension.
247 -do- Overlap anchor location                                      ETI/C       0718            -
248 -do- Overlap Central location                                     ETI/C       0719            -
249 -do- Overlap Inter location                                       ETI/C       0720            -
250 Employment schedule for OHE mast (9.5m) wind pressure             ETI/C     0726 Sh.1         -
      150 kgf/m2 Copper OHE
251 Employment schedule for OHE mast (9.5m) wind pressure             ETI/C     0726 Sh.2         -
      150 kgf/m2 Copper OHE&EW
252 Employment schedule for OHE mast (9.5m) wind pressure             ETI/C     0726 Sh.3         -
      150 kgf/m2 Copper OHE&RC
253 Employment schedule for OHE mast (9.5m) wind pressure             ETI/C     0726 Sh.4         -
      150 kgf/m2 Copper OHE RC,&EW
254 Employment schedule for OHE mast (9.5m) wind pressure             ETI/C       0727            -
      150 kgf/m2 Copper OHE, with higher implantation overlap
      anchor location.
255 Employment schedule for OHE mast (9.5m) wind pressure             ETI/C       0728            -
      150 kgf/m2 Copper OHE, with higher implantation overlap
      central location.
256 Employment schedule for OHE mast (9.5m) wind pressure             ETI/C       0729            -
      150 kgf/m2 Copper OHE, with higher implantation overlap
      inter location
                                                       46
                                                                                    C/E/29/TRD/08/18-19
Sl.                                                                    Drawing
                            Brief Description                                      Number       Mod.
No.                                                                     Series
257   Implantation Schedule for Tramway type regulated OHE WP           ETI/C       0706          B
      150kgf/m2 without RC&EW
258   Aluminum alloy catenary suspension clamp (MCI)                  ETI/OHE/SK    176           D
259   Double suspensions lock plate. (galvanized MCI)                 ETI/OHE/SK    205           B
260   Parallel grove clamp (14/9)                                     ETI/OHE/SK    123           D
261   Parallel grove clamp (18/14)                                    ETI/OHE/SK    231           D
262   Catenary dropper clip assembly with bimetallic washer.          ETI/OHE/SK    333           D
263   Envelope type end fitting assembly for all A1. Alloy standard   ETI/OHE/SK    436           c
      Cat.wire (size 19/2.79mm)
264   Crimp type repair sleeve for AAA stranded catenary wire.        ETI/OHE/SK    285           C
265   Catenary splice (cone type) AL. Alloy catenary.                 ETI/OHE/SK    134           D
266   Aluminum catenary suspension clamp assembly (MCI).              ETI/OHE/SK    468           A
267   Double suspension clamp assembly (MCI for AI. Alloy             ETI/OHE/SK    469           A
      catenary).
268   Span and stagger chart for composite OHE.                       ETI/OHE/SK    375           A
269   Double suspension clamp body for Aluminum alloy catenary.        ETI/OHE/P   1171-1         A
 Sl.
                                 Description                                   Drawing No.
 No.
[D]Design drawings of 25kV single phase conventional OHE by using 65 sqmm. cadmium copper catenary
wire and 150sq.mmHDGC contact wire
270    Employment schedule for cantilever mast regulated OHE      ETI/OHE/G/00120 Sh-1 (Rev ‘B’ or
       (150 sq.mm. contact wire) without EW and without RC (wind latest)
       pressure 150 kgf/sq.m).
271    Employment schedule for cantilever mast regulated OHE      ETI/OHE/G/00121 Sh-1 (Rev ‘B’ or
       (150 sq.mm. contact wire) without EW and without RC (wind latest)
       pressure 110 kgf/sq.m).
272    Employment schedule for cantilever mast regulated OHE      ETI/OHE/G/00122 Sh-1 (Rev ‘A’ or
       (150 sq.mm. contact wire) without EW and without RC (wind latest)
       pressure 75 kgf/sq.m).
273    Employment schedule for cantilever mast regulated OHE      ETI/OHE/G/00123
       (150 sq.mm. contact wire) for 31.5m and 27.0m spans.       (Rev ‘A’ or latest)
274    Schematic arrangement of un-insulated overlap (Three span  ETI/OHE/SK/607
       and four span) for higher section of OHE.
275    Schematic arrangement of insulated overlap (Three span and ETI/OHE/SK/608
       four span) for higher section of OHE.
276    Sag and tension chart (higher section of OHE).             ETI/OHE/SK/605
277    Dropper schedule of regulated OHE (for higher section of   ETI/OHE/SK/606
       OHE).
278    Span and stagger chart.                                    ETI/OHE/SK/124
279    Dropper schedule for insulated overlap span (for higher    ETI/OHE/SK/148
       section of OHE).
280    Dropper schedule for un-insulated overlap span       (for  ETI/OHE/SK/149
       higher section of OHE).
281    Contact wire ending clamp (107/150).                       ETI/OHE/P/1110-2
282    Contact wire dropper clip (107/150).                       RE/33/P/1180
283    BFB steady arm assembly.                                   ETI/OHE/P/2390
284    BFB steady arm swivel.                                     ETI/OHE/P/2392
285    Catenary ending clamp (65).                                ETI/OHE/P/1120
286    Catenary ending clamp (65) wedge type.                     ETI/OHE/P/1120-1
287    Equalizing plate assembly.                                 ETI/OHE/P/5192-1/2
                                                          47
                                                                                                 C/E/29/TRD/08/18-19
  288    Compensating plate.                                              ETI/OHE/P/5191-1/2
                NOTE:-
                    1.   Please refer ACTM-Vol.II (Part-II ) Chapter –II -Section-III for list of “Standard
                         Drawings of Overhead equipment”.
                    2.   Above drawings can be purchased from the office of CEE/CORE/ALD on payment of
                         their costs.
                    3.   Any amendment in specification and drawings subsequent to LOA, if required to be
                         carried out shall need approval of Sr.DEE/TRD/SC duly considering the financial
                         implication of the same either in upward or downward direction.
                                                              49
                                                                                     C/E/29/TRD/08/18-19
                                                                         ANNEXURE-H
              UNIT QUANTITIES OF FINISHED WIRES AND CONDUCTORS FOR VARIOUS WORKS
         Wire/             Applicabl   No. Sch-1      Bare unit      Allowance for      Total         Remarks
       Conductor            e linear                requirement       erection per   requirement
                            density                  per unit of      unit of work    per unit of
                             Kg/m                   work (Mtrs.)     returnable as      work
                                                                     scrap (Mtrs.)    (col.4&5)
            1                  2           3             4                  5              6               7
Contact wire (107 sq.mm)      0.9512      6(a)             1005.0           5              1010.0
                                          6(b)             1005.0           5              1010.0
                                          6(c)             1005.0           5              1010.0
                                          6(d)             1005.0           5              1010.0
                                           10                 0.5           -                  0.5
                                         12(a)                4.0           -                  4.0
                                         31(g)                3.0           -                  3.0
                                        12(c )                4.0           -                  4.0
Cadmium copper catenary       0.5973    5(a)(ii)              1.0           -                  1.0
wire (65 sq.mm)                           6(a)             1005.0           5              1010.0
                                           10                 0.5           -                  0.5
                                        12( C)               0.65           -                 0.65
                                        15(a) *               0.5           -                  0.5
                                         31(g)                3.0           -                  3.0
19/7/1.25 (160 sq.mm )         1.504     15(d)        As required           -         As required
copper CONDUCTOR
(large jumper)
37/2.25 mm (150 sq.mm )       1.3335      7(e)               1010         10               1020.0
copper conductor (feeder
wire)
Cadmium copper wire           1.1692    4(b)(iv)              4.5          -                  4.5
(130)(tail feeder/large                 5(a)(ii)*             1.0          -          As required
span)                                     6(a)*       As required          -          As required
                                          6(d)        As required          -          As required
                                         6(a)(v)
All aluminium conductor       0.6520      7(a)            1010.0          10              1020.0
(spider)                                  7(b)            2020.0          20              2040.0
Large Jumper(105)              0.982       10            4.0/1.25          -             4.0/1.25
(Conventional /Tramway)                 15(a)(i)*             6.0          -                  6.0
Large Jumper 105 sq.mm)
Cadmium copper bridle         0.2187      6(c)                 8.5         -              8.5 per
wire                                                                                      bracket
Small jumper (50 sq.mm)       0.4352      4(b)(i)              4.5         -                  4.5
                                         4(b)(ii)              4.5         -                  4.5
                                            (iii)
                                          &(iv)
                                           6(a)                6.0         -                  6.0
                                             10                1.6         -                  1.6
                                          +15(a)               1.6         -                  1.6
Dropper wire (5mm)            0.1746       5(b)                1.5         -                  1.5
                                           5(c)                1.5         -                  1.5
                                       6(a)&(d)12            180.0        20                200.0
                                         (a)&(d)               5.0         -                  5.0
                                          12(b)                6.0         -                  6.0
                                           31(a)              10.0        2                  12.0
                                          31(g)               10.0        2                  12.0
                                                    50
                                                                               C/E/29/TRD/08/18-19
         Wire/          Applicabl   No. Sch-1     Bare unit    Allowance for      Total         Remarks
       Conductor         e linear               requirement     erection per   requirement
                         density                 per unit of    unit of work    per unit of
                          Kg/m                  work (Mtrs.)   returnable as      work
                                                               scrap (Mtrs.)    (col.4&5)
           1                2           3           4                 5              6               7
                                      6(c)       As required
Dropper wire (7mm)          0.341    4(a)(I)             1.8        0.2                 2.0
                                     4(a)(v)             1.8        0.2                 2.0
                                      12(c)             0.80         -                 0.80
19/2.1(65 sq.mm ) PVC           -    15( c)      AS required         -          As required
catenary wire                         15(e)
19/2.29mm al alloy          0.320     6(d)              1005        10                 1015
catenary
        * see note 4
        NOTE :
            1. Col.4 of the above table indicates the bare unit requirement of the various
               types of wire and conductors for various items of schedule-1. This
               concludes allowance for sag wherever required.
            2. Col.5 of the above table indicates the permissible allowance for the
               erection which should be left over with the contractor and should be
               returned to the purchaser in the form of scrap on completion of work
               incase these items are supplied by the purchaser. Such working allowance
               has been indicated on the assumption that all wire and conductors shall be
               made available in tailor made lengths as shall be indicated by the
               contractor to suit individual employment and, further, that the actual
               supplies shall be made in the serial order as will be indicated by the
               contractor. Should the purchaser be unable to supply the conductor as
               per above on account of which drums of a length longer than the ones
               desired by the contractor shall have to be erected, then such, extra length
               as shall result from the difference of the length of the drums actually
               employed and length of the drums ordered by the contractor shall be
               considered over and above the quantities admitted as allowances for
               section under column 5. Such extra length shall, in addition, be considered
               and shall be returned to the purchaser in the form of scrap.
            3. Col.6 of the above table indicates the total quantities of wires and
               conductors to be supplied to the contractor by the purchaser, free of cost
               incase these items are made railway supply (annexure IV).            Such
               quantities do not take into account extra quantities which may be used on
               account of note 2 above and quantities damaged which shall be allowed
               for over and above the quantities indicated in Cl.6.
            4. Whenever cadmium copper wire (130) is required against 5(a) (ii), the
               quantity of cadmium copper wire (65) against this will be correspondingly
               reduced whether the jumper wire is supplied by the purchaser or the
               contractor.
            5. When copper wire (130) is required against 6(a), the quantities of
               cadmium copper wire (65) and contact wire (107) against this will be
               correspondingly reduced whether the jumper wire is supplied by the
               purchaser or the contractor.
                                                51
                                                              C/E/29/TRD/08/18-19
6. Whenever antitheft jumper is provided against 15(a), the length of jumper
   used shall be calculated depending on the setting distance of the anchor
   structure.
7. Whenever large jumper(105) is employed against 15(a), the requirement
   of cadmium copper wire (65) shown against this will not be permissible
   and vice-versa.
8. Whenever anti-creep is of the boom anchor type, catenary (cadmium
   copper) wire against 15(a) shall be 2 meters instead of 0.5 meters.
9. The above unit requirement of quantities is for preparing utilisation
   statement of Non-SOR (Schedule-B) items payment to the extent of
   quantity used in SORs (Schedule-A) as erection.
                                   52
                                                                              C/E/29/TRD/08/18-19
                                                                              Annexure - J
                                  LIST OF ADRESSES
                                           53
     C/E/29/TRD/08/18-19
     ANNEXURE-K
54
     C/E/29/TRD/08/18-19
55
     C/E/29/TRD/08/18-19
56