rites limited, nagpur t-13...1 rites limited, nagpur tender no. rites/ gm/ ngp/ 13-2013 dt....

98
1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (BRIDGE No. CSEB 21) AT CH. 12446.138 ON CHAMPA – TENDUBHATA ROAD IN CONNECTION WITH RAILWAY SIDING WORK FOR CSPGCL TPP, MARWA. PART-I TECHNICAL BID RITES LTD 1, RITES BHAVAN, KADBI CHOWK, NAGPUR-440 004 Tender Document issued to : _________________________ (Name of Tenderer) _________________________ (Address of Tenderer) Signature of Officer issuing the document with Designation & Date of Issue.

Upload: phamkhanh

Post on 19-May-2018

219 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

1

RITES LIMITED, NAGPUR

TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013

Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITEGIRDER (BRIDGE No. CSEB 21) AT CH. 12446.138 ON CHAMPA –TENDUBHATA ROAD IN CONNECTION WITH RAILWAYSIDING WORK FOR CSPGCL TPP, MARWA.

PART-I

TECHNICAL BID

RITES LTD1, RITES BHAVAN, KADBI CHOWK,

NAGPUR-440 004

Tender Document issued to :_________________________ (Name of Tenderer)

_________________________ (Address of Tenderer)

Signature of Officer issuing the document with Designation & Date of Issue.

Page 2: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

2

RITES LIMITED

TENDER AND CONTRACT DOCUMENT

CONTENTSSl.No Details Page

PART –I (TECHNICAL BID)

SECTION No.1 Notice Inviting Tender andinstructions to Tenderer

SECTION No.2 Tender and Contract Form forWorks

SECTION No.3 Special Conditions

SECTION No.4 SCHEDULE A to F

SECTION No.5 Technical Specification

SECTION No.6 Drawing/SchematicSectioning Arrangement.

PART –II (FINANCIALBID)

SCHEDULE (BILL) OFQUANTITES

*Part –III – General Conditions of Contract 2011 (Compilation of Sections 7 to 11)is available with all correction slips up to date, in RITES website www.rites.com ,

which may be downloaded and submitted

Page 3: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

3

Section - 1

NOTICE INVITING TENDER ANDINSTRUCTIONS TO TENDERERS

Page 4: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

4

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

1.0 GENERAL1.1 Tender Notice

Tenders are invited in Two Packet by RITES Ltd., a Public Sector Enterprise underthe Ministry of Railways, acting for and behalf of CSPGCL, as an Agent/ Power ofAttorney Holder, from working contractors (including contractors who have executedworks within the last five years reckoned from the scheduled date of opening oftender) of Government Organizations / Semi Government Organizations of Central orState Government; or of Public Sector Undertakings / Autonomous Bodies of Centralor State Government; or of Public Ltd., Companies listed in Stock Exchange in Indiaor Abroad, for the work of :

CONSTRUCTION OF ROB OF SIZE 2 X 30 M COMPOSITE GIRDER (BRIDGENo. CSEB 21) AT CH. 12446.138 ON CHAMPA – TENDUBHATA ROAD INCONNECTION WITH RAILWAY SIDING WORK FOR CSPGCL TPP, MARWA.

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

1.2 Estimated Cost of Work:

The work is estimated to cost Rs. 5,50,98,338/- (Rupees Five Crore Fifty LakhsNinety Eight thousand Three hundred Thirty Eight) only. This Estimate, however,is given merely as a rough guide.

1.3 Time for Completion:

The time allowed for completion will be 12 (Twelve) months, including monsoon,from the date of start which is defined in Schedule F under Clause 5.1a of Clauses ofContract.

1.4 Brief Scope of Work:

CONSTRUCTION OF ROB OF SIZE 2 X 30 M COMPOSITE GIRDER (BRIDGENo. CSEB 21) AT CH. 12446.138 ON CHAMPA –TENDUBHATA ROAD INCONNECTION WITH RAILWAY SIDING WORK FOR CSPGCL TPP, MARWA.

1.5 Availability of Site

The site is available for work.

2.0 QUALIFICATION CRITERIA TO BE SATISFIED

Page 5: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

5

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

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

2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls inNormal area or Difficult area. Difficult area includes North East States, Jammu &Kashmir, Jharkhand, Chattisgarh and Andaman & Nicobar Islands. Normal areacovers all areas other than Difficult area. The work for which this Tender has beeninvited falls under Difficult area.

2.4 In this Tender Joint Venture is not allowed.

2.5 The documents to be furnished by the Bidder to prove that he is satisfying theQualification Criteria laid down should all be in the Bidder’s name, except in caseswhere though the name has changed, the owners continued to remain the same and incases of amalgamation of entities.

2.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ONQUALIFICATION CRITERIA

3.1 Other than Joint Ventures

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

4.0 CONTENTS OF TENDER DOCUMENT

4.1 Each set of Tender or Bidding Document will comprise the Documents listed belowand addenda issued in accordance with para 7 :

PART – 1 :- Technical Bid Packet

Section 1 Notice Inviting Tender and Instructions to Tenderers.Section 2 Tender and Contract Form.Section 3 Special Conditions.Section 4 Schedules A to FSection 5 Technical SpecificationsSection 6 Drawings

Page 6: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

6

PART – 2 :- Financial Bid Packet

Schedule of Quantities (Bill of Quantities)

PART – 3:- General Conditions of Contract (read with correction slips 1 to 3)

Section 7 Conditions of ContractSection 8 Clauses of ContractSection 9 RITES Safety CodeSection 10 RITES Model Rules for protection of Health and Sanitary

arrangements for WorkersSection 11 RITES Contractor’s Labour Regulations

4.2 General Conditions of Contract (Compilation of Sections 7 to 11) with up to datecorrection slips is also available in RITES website <www.rites.com>

5.0 ISSUE OF TENDER DOCUMENT

5.1 A complete set of Tender Document (Technical and Financial Bid) described in Para4.1 above can be seen in the office of the General Manager (P), RITES Ltd., 1,RITES Bhavan, Kadbi Chowk, Nagpur – 440 004 between hours of 11.00 AMand 4.00 PM every day except on Saturdays, Sundays and Public Holidays.

5.2 One set of Tender Document may be purchased from the office of GeneralManager (P), RITES Ltd., 1, RITES Bhavan, Kadbi Chowk, Nagpur – 440004 from 06.05.2013 to 21.05.2013 for a non refundable fee per set of Rs.7500/-(Rupees Seven thousand & Five Hundred only) in the form of Demand Draft/ PayOrder/ Banker’s cheque drawn on any Scheduled Bank payable at Nagpur in favourof RITES Ltd., Nagpur, on submission of an application. Tender document may beissued free of cost to such applicants as are exempted from payment of cost of tenderdocument as a matter of Government Policy.

5.3 Tender Documents including drawings can also be downloaded from RITES Website(www.rites.com) and in such a case, the Tenderer shall deposit the cost of tenderdocuments (unless he is exempted from such payment as a matter of GovernmentPolicy) along with submission of tender, failing which his tender shall not be opened.The cost of tender documents shall be deposited in the form of a separate Banker’scheque / Demand Draft / Pay Order and enclosed in the envelope containing theEarnest Money Deposit. In case the Tenderer is exempted from such payment, theonus of proving such exemption shall rest with the Tenderer and proof of the sameshall be placed in the envelope meant for Earnest Money. The amendments /clarifications to the Tender documents will also be available on the above mentionedwebsite.

5.4 Tender Documents downloaded from RITES website shall be considered valid forparticipating in the tender process. During the scrutiny of downloaded tender

Page 7: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

7

document, if any modification / correction etc. is noticed as compared to the originaldocuments posted on the website, the bid submitted by such a Tenderer is liable to berejected. In case the bid of a Tenderer who has downloaded the document fromwebsite is accepted the contract shall be executed in the original / manual tenderdocument issued by the concerned RITES officer.

5.5 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document maynotify Sri Y.B.V.S. Dharmarao, SDGM (Tender), RITES Ltd., Nagpur (Theofficial nominated for this purpose) in writing or by telefax/ or by E-mail at thefollowing Postal Address/ Fax No./E-mail address: General Manager (P), RITESLtd., 1, RITES Bhavan, Kadbi Chowk, Nagpur – 440 004, Fax No. 0712-2527673, email address: [email protected]

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

In cases where Pre-Bid Meeting is proposed to be held, provisions in para 6.0 belowmay be referred to.

6.0 PRE-BID MEETING

Deleted. (No pre bid meeting will be held)

7.0 AMENDMENT OF TENDER DOCUMENT

7.1 Before the deadline for submission of tenders, the Tender Document may be modifiedby RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda willhowever be stopped 7 days prior to the deadline for submission of tenders as finallystipulated.

7.2 Addendum/corrigendum, if any, will be hosted on website only and shall become apart of the tender document. All Tenderers are advised to see the website foraddendum/ corrigendum to the tender document which may be uploaded up to 7 daysprior to the deadline for submission of Tender as finally stipulated.

7.3 To give prospective Tenderers reasonable time in which to take the addenda/corrigenda into account in preparing their tenders, extension of the deadline forsubmission of tenders may be given as considered necessary by RITES.

Page 8: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

8

8.0 TENDER VALIDITY

8.1 The Tender shall be valid for a period of 90 days from the due date for submission ofTender or any extended date as indicated in sub para below.

8.2 In exceptional circumstances, during the process of evaluation of tenders and prior tothe expiry of the original time limit for Tender Validity, the Employer may requestthat the Tenderers may extend the period of validity for a specified additional period.The request and the tenderer’s response shall be made in writing. A Tenderer mayrefuse the request without forfeiting his Earnest Money. A Tenderer agreeing to therequest will not be permitted to modify his Financial Bid to a higher amount but willbe required to extend the validity of the Earnest Money for the period of the extension.

9.0 EARNEST MONEY

9.1 The Tender should be accompanied by Earnest Money of Rs.5.51 Lakhs (RupeesFive Lakhs Fifty One Thousand only) in any of the forms given below:-

Banker’s Cheque / Pay Order/ Demand Draft payable at Nagpur, drawn in favour ofRITES Ltd.

9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall berejected by the Employer as non-responsive unless the tenderer is exempted frompayment of Earnest Money as matter of Government Policy. The onus of proving suchexemption shall rest with the tenderer and such proof shall be placed in the envelopemeant for Earnest Money.

9.3 Refund of Earnest Money

a) Two Packet System

The Earnest Money of the Tenderers whose Technical Bid is found not acceptablewill be returned without interest soon after scrutiny of Technical Bid has beencompleted by the Employer subject to provisions of Para 9.4 (b). The EarnestMoney of the Tenderers whose Technical Bid is found acceptable but FinancialBid is rejected will be returned without interest within 28 days of the end ofTender Validity Period subject to provisions of Para 9.4 (b).

b) The Earnest Money shall be refunded only through Electronic Fund Transfer. Thetenderer shall submit RTGS/NEFT Mandate Form as per proforma given inAnnexure IX, duly filled in.

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

Page 9: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

9

9.4 The Earnest Money is liable to be forfeited

a) if after bid opening, but before expiry of bid validity or issue of Letter ofAcceptance, whichever is earlier, any Tenderer

i) withdraws his tender or

ii) makes any modification in the terms and conditions of the tender whichare not acceptable to the Employer.

b) in case any statement/information/document furnished by the Tenderer is foundto be incorrect or false.

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

i) fails to furnish the Performance Guarantee within the period specifiedunder Clause 1 of “Clauses of Contract”. or

ii) fails to commence the work without valid reasons within the period asspecified in Schedule F after the date of issue of Letter of Acceptance orfrom the first date of handing over of the site, whichever is later.

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

10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

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

11.0 SUBMISSION OF TENDER

11.1 Two Packet System and Single Packet System

THIS TENDER IS TWO PACKET SYSTEM

(a) Two Packet System

The tenderer shall submit the Tender in original in two packets as under:-

PACKET A:- TECHNICAL BID

Page 10: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

10

Envelope 1 Earnest Money along with Mandate Form as perAnnexure IX & Cost of Tender Document if the bid issubmitted on the document downloaded from RITESwebsite, unless exempted from both payments as amatter of Government Policy. If exempted, thedocuments substantiating such exemption must beplaced in this envelope.

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

Technical Bid (Part 1 and Part 3) (Refer Para 4.1)including signature on Tender Form (Section 2) dulywitnessed after filling up blanks therein.

Each page of the above documents including allDrawings should bear the dated initials of the Tendereralong with the seal of the Company, in token ofconfirmation of having understood the Contents.

PACKET B :- FINANCIAL BID

Envelope 3 Schedule/Bill of Quantities.

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

All rates and amounts, whether in figures or words, must be written in indelible ink.Each Correction, Cutting, addition and overwriting should be initialed by theTenderer.

The rates must be quoted in decimal coinage. Amounts must be quoted in full rupeesby ignoring fifty paise and less and considering more than fifty paise as rupee one. Ifthe same item figures in more than one section/part of Schedule of Quantities, theTenderer should quote the same rate for that item in all sections/parts. If differentrates are quoted for the same item, the least of the different rates quoted only shall beconsidered for evaluation of that item in all sections/parts of the Schedule ofQuantities.

Page 11: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

11

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

b) Single Packet System : Deleted

11.2 Authority to Sign

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

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

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

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

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

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, followingshould be kept in mind:

i) There shall be no additions or alterations except those to comply with theinstructions issued by the Employer or as necessary to correct errors, if any,made by the Tenderers.

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

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

11.4 Sealing and Marking of Tenders

Page 12: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

12

11.4.1 Two Packet System

(a) PACKET A – TECHNICAL BID

Envelopes 1 & 2 as described in Para 11.1 (a) above should be sealed separatelysuperscribing “Technical Bid” with Envelope Number, Name of the work andName of the tenderer. In addition, the following should also be superscribed on therespective envelopes.

Envelope 1 i) Earnest Money alongwith Mandate Form asper Annexure IX

ii) Cost of Tender Document if the Bid issubmitted on the document downloaded fromRITES website.

iii) If the bidder is exempted from paymentEarnest Money and cost of Tender Document, heshould superscribe “Documents SubstantiatingExemption from Payment of Earnest Money andCost of Tender Documents”

Envelope 2 i) Authority to Sign, ‘Integrity Pact’ (whenapplicable as per para 11.7 below) andQualification Information/ documents as perchecklist in Annexure IIA / IIB (L)/ II B (N).

ii) Technical Bid including Drawings

Both the envelopes should be put in a packet which should be sealed. The followingshould be superscribed on the packet:

i) Packet A – Technical Bidii) Name of the Workiii) Name of the Tenderer

(b) PACKET B – FINANCIAL BID

Envelope 3 – Financial Bid should be put in Packet B which should be sealed. Thefollowing should be superscribed on the packet.

i) Packet B - Financial Bid

ii) Name of the work

iii) Name of the tenderer

Page 13: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

13

(c) Both packets A and B should be put inside an outer envelope and sealed. Thisenvelope should be superscribed with the following details:

i) Tender for (Name of work)

ii) Tender number

iii) Date and time of opening of Tender

iv) From (Name of Tenderer)

v) Addressed to ---- General Manager (P), RITES Ltd., 1, RITES Bhavan,Kadbi Chowk, Nagpur – 440 004

11.4.2 Single Packet System

Not Applicable

11.5 Deadline for submission of Tender

11.5.1 Tenders must be received by the Employer at the following address not later than15.00 Hrs. on 22.05.2013. In the event of the specified date for the submission of theTender being declared a holiday due to Strike/ Bandh or on any account by theEmployer, the Tenders will be received up to the appointed time on the next workingday.

Address for submission of Tender: General Manager (P), RITES Ltd., 1, RITESBhavan, Kadbi Chowk, Nagpur – 440 004.

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

11.6 Late Tender / Delayed Tender

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

11.7 Integrity Pact

(i) The Bidder/Contractor is required to enter into an Integrity Pact with theEmployer, in the Format at Annexure VIII. The Integrity Pact enclosed asAnnexure VIII will be signed by RITES for and on behalf of Employer as itsAgent/Power of Attorney Holder at the time of execution of Agreement with

Page 14: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

14

the successful Bidder. While submitting the Bid, the Integrity Pact shall besigned by the duly authorized signatory of the Bidder/Lead Member of JV. Incase of failure to submit the Integrity Pact duly signed and witnessed, alongwith the Bid, the Bid is likely to be rejected.

(ii) In case of any contradiction between the Terms and Conditions of the BidDocument and the Integrity Pact, the former will prevail.

Provided always that provision of this para 11.7 – Integrity Pact, shall beapplicable only when so provided in para 11.7A below which will alsostipulate the name and address of the Independent External Monitor as well asthe Name, designation and address of the official nominated by the Employerto act as the Liaison Officer between the Independent External Monitor and theEngineer-in-Charge as well as the Contractor.

11.7A Whether para 11.7 (Integrity Pact) shall be applicable YES

If Yes, Name and Address of the Independent ExternalMonitor (In case value of contract is Rs.10 crores or more) Not Applicable

Name, Designation and Address of RITES’ Liaison Sri Y.K. SharmaOfficer GM (CP)/ RITES/ Gurgaon

11.8 Modification and Withdrawal of Bids

11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before thedeadline prescribed in para 11.5 for submission of Bids.

11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked anddelivered in accordance with paras 11.1, 11.2 and 11.4 with the outer envelopesadditionally marked ‘Modification’ or ‘Withdrawal’ as appropriate.

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

11.8.3 No bid may be modified after the deadline for submission of Bids except as indicatedbelow. If a Bidder makes a suo moto offer of rebate / discount in his Financial Bidafter the deadline for submission of Bids, such offer will not be considered forFinancial evaluation of Tenders. But if the Tenderer is successful in the Bid based onhis original offer without considering the suo moto offer, the rebate / discount offeredwill be taken into account for incorporation in the Contract Agreement.

11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above, afterthe deadline for submission of Bids shall result in forfeiture of the Earnest Money.

Page 15: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

15

12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OFAPPLICATIONS

12.1 The Employer will open all the Tenders received (except those received late ordelayed)as described in para 12.2/12.3 below, in the presence of the Tenderers or theirrepresentatives who choose to attend at 15.30 Hrs. on 22.05.2013 in the office ofGeneral Manager (P), RITES Ltd., 1, RITES Bhavan, Kadbi Chowk, Nagpur– 440 004.

.In the event of the specified date of the opening being declared a holiday by theEmployer, the Tenders will be opened at the appointed time and location on the nextworking day.

12.2 Two Packet System

(a) (i) The PACKET A will be opened and Envelope 1 containing Earnest Money andCost of Tender Document (where Bid is submitted in the document downloadedfrom RITES website) of all the Tenderers will be opened first and checked. If theEarnest Money furnished is not for the stipulated amount or is not in an acceptableform (unless exempted) and where applicable, the cost of Tender Document hasnot been enclosed for the correct amount and in an acceptable form (unlessexempted), the Envelope 2 of PACKET A (TECHNICAL BID) and PACKET Bwill be returned to the Tenderer concerned unopened at the time of opening of theTender itself. The Envelopes 2 of PACKET A (TECHNICAL BID) of otherTenderers who have furnished Earnest Money of correct amount in acceptableform (unless exempted) and where applicable the cost of Tender Document for thecorrect amount and in an acceptable form (unless exempted) will then be opened.The Tenderer’s name, the presence of Earnest Money and Authority to sign andsuch other details as the Employer may consider appropriate will be announced bythe Employer at the time of opening of Packet A. PACKET B (FINANCIALBID) of the Tenderers whose Technical Bids have been accepted for evaluationwill be checked to see if the seals are intact. All such PACKETS B will be put inan envelope and sealed. The Employer’s official opening the Tender will sign onthis envelope and will also take the signatures of preferably atleast two Tenderersor their representatives present. This envelope will be kept in safe custody by theEmployer.

(b) The Employer will scrutinize the Technical Bids accepted for evaluation to determinewhether each Tenderer

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

(ii) meets the Qualification Criteria stipulated in Para 2.0; and

Page 16: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

16

(iii) conforms to all terms, conditions and specifications of the Tender Documentwithout any modifications or conditions.

(c) If required, the Employer may ask any such Tenderer for clarifications on hisTechnical Bid. The request for clarification and the response from the Tenderer willbe in writing. If a Tenderer does not submit the clarification/document requested, bythe date and time set in the Employer’s request for clarification, the bid of suchTenderer is likely to be rejected. Tenderers whose Technical Bids are not foundacceptable will be advised of the same and their Earnest Money and PACKET B(FINANCIAL BID) will be returned unopened. Tenderers whose Technical Bids arefound acceptable will be advised accordingly and will also be intimated in writing ofthe time and date and place where and when the PACKET B (Financial Bid) will beopened.

(d) At the appointed place, time and date, in the presence of the Tenderers or theirrepresentatives who choose to be present, the Employer will open the envelopescontaining the PACKET B (FINANCIAL BID). The Tenderer’s name, the tenderamount quoted and such other details as the Employer may consider appropriate willbe announced by the Employer.

12.3 Single Packet SystemDELETED

13.0 INSPECTION OF SITE BY THE TENDERERS

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

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

Page 17: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

17

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

(ii) The competent authority on behalf of the Employer does not bind himself toaccept the lowest or any other Tender and reserves to himself the authority toreject any or all the Tenders received without the assignment of any reason. AllTenders in which any of the prescribed conditions is not fulfilled or any conditionis put forth by the Tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITEDCanvassing whether directly or indirectly, in connection with tenders is strictlyprohibited and the tenders submitted by the Contractors who resort to canvassing willbe liable to rejection.

16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDERThe competent authority on behalf of the Employer reserves to himself the right ofaccepting the whole or any part of the tender and the Tenderer shall be bound toperform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS

17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted asAssociated Finance Officer between the grades of AGM(F) and J.M (F) in theconcerned

SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GMand Engineer (both inclusive) of the concerned SBU of the Employer. He shall alsointimate the names of persons who are working with him in any capacity or aresubsequently employed by him and who are near relatives to any Gazetted officer inthe organization of the Employer. Any breach of this condition by the Tenderer wouldrender his Tender to be rejected.

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

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

Page 18: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

18

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

17.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Anytender containing percentage below/above the rates quoted is liable to be rejected.Rates quoted by the Tenderer in item rate tender in figures and words shall beaccurately filled in so that there is no discrepancy in the rates written in figures andwords. However, if a discrepancy is found, the rates which correspond with theamount worked out by the Tenderer shall unless otherwise proved be taken as correct.If the amount of an item is not worked out by the Tenderer or it does not correspondwith the rates written either in figures or in words then the rates quoted by theTenderer in words shall be taken as correct. Where the rates quoted by the Tenderer infigures and in words tally but the amount is not worked out correctly, the rates quotedby the Tenderer will, unless otherwise provided, be taken as correct and not theamount. In the event that no rate has been quoted for any item(s), leaving space bothin figure (s) or word(s) and the amount blank, it will be presumed that the Tendererhas included the cost of this/ these item (s) in other items and rate for such item (s)will be considered as zero and work will be required to be executed accordingly.

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

17.5 In the case of any Item rate tender where unit rate of any item/items appearsunrealistic, such tender will be considered as unbalanced and in case the Tenderer isunable to provide satisfactory explanation, such a tender is liable to be disqualified andrejected.

17.6 (a) In Item rate Tender, all rates shall be quoted on the tender form. The amount foreach item should be worked out and requisite totals given. Special care should betaken to write the rates in figures as well as in words and the amount in figures only, insuch a way that interpolation is not possible. The total amount in each Schedule shouldbe written both in figures and in words. In case of figures, the word ‘Rs.’ should bewritten before the figure of rupees and word ‘P’ after the decimal figures, e.g. Rs.2.15P and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ shouldbe written at the end. Unless the rate is in whole rupees and followed by the word‘only’ it should invariably be up to two decimal places. While quoting the rate inschedule of quantities, the word ‘only’ should be written closely following the amountand it should not be written in the next line.

Page 19: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

19

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

17.7 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cesson material, labour and Works in respect of this Contract shall be payable by theContractor and the Employer will not entertain any claim whatsoever in respect of thesame. However, in respect of Service Tax, same shall be paid by the Contractor to theconcerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the Contractor.

17.8 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in aProprietary firm or as a Partner in a Partnership firm or as a Director of a limitedCompany/Corporation or as a Partner in a Joint Venture. Any Bidder who hassubmitted a Bid for a work, shall not be a witness for any other Bidder for the samework. Failure to observe the above stipulations would render all such Tenderssubmitted as a Bidder and / or as a witness, liable to summary rejection.

17.9 The Contractor shall be fully responsible for all matters arising out of the Performanceof the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/orders/ regulations/ obligations whatsoever of the Government of India, StateGovernment, Local Body and any Statutory Authority.

18.0 SIGNING OF CONTRACT AGREEMENT

18.1 The Tenderer whose tender has been accepted will be notified of the award by theEmployer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validityperiod, in the form at Annexure VI.

The Letter of Acceptance will be sent to the Contractor in two copies one of which heshould return promptly, duly signed and stamped. The Letter of Acceptance will be abinding Contract between the Employer and the Contractor till the formal ContractAgreement is executed.

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

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

Page 20: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

20

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

Page 21: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

21

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS

1. Annual Financial Turnover

The bidder should have achieved a minimum annual financial turnover of Rs.275Lakhs in any one of the last 5 Financial Years.

Notes :

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

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

turnover of the previous years to the current year.

- For considering the Financial Years, for example for a work for which theTender is being opened in Financial Year 2013-14, the last five FinancialYears shall be 2012-13, 2011-12, 2010-11, 2009-10 and 2008-09. For aTender opened on (say) 22.05.2013 (F.Y. 2013-14), with weightage of 5%compounded annually, the weightages to be applied on the Turnover of theprevious five Financial Years will be : F.Y. 2012-13 = 1.050; F.Y. 2011-12 =1.103; F.Y. 2010-11 = 1.158; F.Y. 2009-10 = 1.216; F.Y. 2008-09 = 1.276. TheBidder should furnish Annual Financial Turnover for each of the last 5 Financial Yearsin tabular form and give reference of the document (with page no.) relied upon insupport of meeting the Qualification Criterion.

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

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

- In case JV is permitted the following provisions will apply: Not Applicable

Page 22: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

22

2. WORK EXPERIENCE

a) The Bidder should have satisfactorily completed in his own name orproportionate share as a member of a Joint Venture, at least one similar workof minimum value of Rs. 275 Lakhs OR at least two similar works each ofminimum value of Rs.220 Lakhs during the last 5 (five) years prior to the laststipulated date for submission of the Bid. Works completed prior to the cut offdate shall not be considered.

Similar Works

Similar works shall mean the work of any Civil Engineering constructionwork involving construction of bridges.

Notes :

- A weightage of 5% (compounded annually from the date of completion of the work tothe submission of the Bid) shall be given for equating the value of works of theprevious years to the current year.

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

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

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

- Credential certificates issued by Government Organizations / Semi GovernmentOrganizations of Central or State Government; or by Public Sector Undertakings/Autonomous Bodies of Central or State Governments; or by Public Ltd. companieslisted in Stock Exchange in India or Abroad shall only be accepted for assessing theeligibility of a Tenderer.

- The cut off date shall be calculated backwards from the last stipulated date forsubmission/ opening of Tender i.e. for a Tender which is being opened on22.05.2013, the cut off date shall be 23.05.2008.

- In case JV is permitted the following provisions will apply: Not Applicable

b) Construction Experience in key activities/specified components

Page 23: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

23

To qualify for award of the contract, each Bidder in his own name or as a member of aJoint Venture should have, in the last five Years prior to the last stipulated date forsubmission of the Bid, executed the following key activities in any one work:

Construction of a Bridge involving minimum one span of 12.20 m ormore of RCC/PSC/Steel/Composite Girder across the Railway track /Road.Notes:

- The work satisfying the criterion for a particular key activity may be differentfrom a work satisfying the criterion for another key activity.

- The Bidder should furnish with his Bid a tabular statement giving contract-wise quantities of key activities / specialised components executed in the last 5years which meet the Qualification Criterion along with documentary proof insupport thereof (indicating page nos.).

- Even if a work has not been completed but if the specified quantity of the keyactivity has been completed, the same shall be taken into consideration for thepurpose of this criterion.

- Any work executed by the Bidder as a member of a Joint Venture will beaccepted provided there is documentary proof in support of the same either inthe MOU/ Agreement of the JV or in a declaration by the other Members ofthat JV or the Client confirming that the specialized work was actuallyexecuted by the Bidder.

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

Not Applicable

3. SOLVENCY CERTIFICATE

A Solvency Certificate of minimum solvency of Rs. 220 Lakhs (suggested format atProforma 2) from a Scheduled Bank issued not earlier than 6 months from the lastdate for submission of tender is required to be submitted by the bidder.

Notes:

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

- In case JV is permitted the following provisions will apply: Not Applicable

4. PROFITABILITY

Page 24: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

24

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

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

5. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA INCASE OF BOTH LARGE AND NORMAL WORKS:

a) Sub-Contractor’s Experiences and Resources

Sub-Contractors’ Experiences and Resources will not be taken into account indetermining the Bidder’s compliance with the qualifying criteria.

b) Experiences and Resources of the Parent Company and other subsidiarycompanies

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

6. DECLARATION BY THE BIDDER

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

a) Made misleading or false representation in the forms, statements andattachments in proof of the qualification requirements. In such a case, besidesTenderer’s liability to action under para 9.4 of Instructions to Tenderers, theTenderer is liable to face the penalty of banning of business dealings with himby RITES.

b) Records of poor performance such as abandoning the work, not properlycompleting the contract, inordinate delays in completion, litigation history orfinancial failures etc.

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

Page 25: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

25

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

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

Page 26: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

26

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERIONCOMPLETED DURING THE LAST 5 YEARS

S.No.

Client'sNameand

Address

Name ofthe Work &

Location

Scope ofwork

carriedout by

theBidder

Agreement/ Letter ofAward No.

and date

Contract Value Date of start Date of Completion Reasons fordelay in

completionif any

Ref. ofdocument(with page

no.) in supportof meeting

QualificationCriterion

Awarded Actual oncompletion

As perLOA/Agreement

Actual

SEAL AND SIGNATURE OF THE BIDDER

Note :

1. In support of having completed above works, attach self attested copies of thecompletion certificate from the owner/client or Executing Agency / Consultantappointed by owner / Client indicating the name of work, the description of work doneby the Bidder, date of start, date of completion (contractual & actual) and contractvalue as awarded and as executed by the Bidder . “Contract Value” shall mean grossvalue of the completed work including cost of materials supplied by the owner/clientbut excluding those supplied free of cost.

2. Such Credential certificates issued by Government Organizations/ Semi GovernmentOrganizations of Central or State Government; or by Public Sector Undertakings /Autonomous bodies of Central or State Government; or by Public Ltd. Companieslisted in Stock Exchange in India or Abroad shall only be accepted for assessing theeligibility of a Tenderer.

Page 27: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

27

In case of a Certificate from a Public Limited Company, the bidder should also submitdocumentary proof that the Public Ltd. Co. was listed in Stock Exchange in India orabroad when the work was executed for it.

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

4. If a Bidder has got a work executed through a Subcontractor on a back to back basis,the Bidder cannot include such a work for his satisfying the Qualification Criterioneven if the Client has issued a Completion Certificate in favour of that Bidder.

5. Use a separate sheet for each partner in case of a Joint Venture. (Not Applicable)

6. Only similar works completed during the last 5 years prior to the last stipulated datefor submission of Bid, which meet the Qualification Criterion need be included in thislist.

Page 28: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

28

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISEDOR A SCHEDULED BANK

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

Signature with dateSenior Bank Manager (Name of Officer issuing the

Certificate)Name, address & Seal of the Bank/ Branch

Note:

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

Page 29: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

29

Proforma 3

DECLARATION BY THE BIDDER

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

This is to certify that We, M/s. __________________________, in submission of this offerconfirm that:-

i) We have not made any misleading or false representation in the forms, statements andattachments in proof of the qualification requirements;

ii) We do not have records of poor performance such as abandoning the work, notproperly completing the contract, inordinate delays in completion, litigation history orfinancial failures etc.

iii) No Central / State Government Department/ Public Sector Undertaking or Enterpriseof Central / State Government has banned/suspended business dealings with us as ondate.

iv) We have submitted all the supporting documents and furnished the relevant details asper prescribed format.

v) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 doesnot include any work which has been carried out by us through a Subcontractor on aback to back basis.

vi) The information and documents submitted with the Tender and those to be submittedsubsequently by way of clarifications / making good deficient documents are correctand we are fully responsible for the correctness of the information and documentssubmitted by us.

vii) We understand that in case any statement/information/document furnished by us or tobe furnished by us in connection with this offer, is found to be incorrect or false, ourEMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

signing this document

Page 30: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

30

ANNEXURE I ACHECK LIST OF DOCUMENTS TO BE SUBMITTED

1. a) BY BIDDERS OTHER THAN JOINT VENTURES

i) Annual Financial Turnover

- Annual financial turnover for each of the last 5 Financial Years intabular form.

- Self attested copies of Auditor’s Report along with the Balance Sheetand Profit and Loss Statement for the relevant Financial Year in whichthe minimum criterion is met (Refer Notes under Para 1 of AnnexureI).

ii) Work Experience

- Similar Work Experience : Proforma 1 of Annexure I with details of1, 2 or 3 works as the case may be, which satisfy requisite qualificationcriterion with self attested copies of supporting document (Refer Para2a of Annexure I).

- Construction Experience in Key Activities/ Specialised Components:Tabular Statement giving contract-wise quantities executed in last 5years along with documentary proof in support of having met thecriterion (Refer Para 2b of Annexure I).

iii) Solvency Certificate.

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

iv) Profitability

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

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

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

vi) Integrity Pact (applicable) : duly signed and witnessed in the format atAnnexure VIII (Refer para 11.7 of NIT & Instructions to Tenderers)

b) BY JOINT VENTURE PARTNERS : DELETEDANNEXURE II A

Page 31: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

31

QUALIFICATION INFORMATION/ CHECKLIST OF DOCUMENTS--LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES

(on letter head of the Applicant)

From To_____________ RITES Ltd._________

(Authority Inviting Tender)Sir,

Sub: Submission of Qualification information /documents as per Checklist.

1. I/We hereby submit the following documents in support of my/our satisfying theQualification Criteria laid down for the work:-

a) Self attested copy of a certificate, confirming that the applicant is a workingcontractor or has executed any work within the last five years reckoned from thedate of opening of tender, issued by a Government Organization / SemiGovernment Organization of Central or State Government; or by a Public SectorUndertaking / Autonomous Body of Central or State Government; or by a PublicLtd. Company listed in a Stock Exchange in India or Abroad.

b) Annual Financial Turnover

(i) Annual financial turnover for each of the last 5 Financial Years in a tabularform.

(ii) Self attested copy of Auditor’s Report along with the Balance Sheet and Profitand Loss Statement and Schedules for the relevant Financial Year in which theminimum criterion is met, with calculations in support of the same.

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

works as applicable and self attested copies of supporting documentsas mentioned therein.

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

d) Solvency Certificate - Proforma 2.

e) Profitability - Net profit of last 5 Financial years in tabular form with selfattested copies of Profit and Loss Statements for the last 5 or 3 Financial Yearsas applicable.

2. In addition the following supporting documents are also enclosed.

Page 32: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

32

a) Self attested copy of Partnership Deed/Memorandum and Articles ofAssociation of the Firm.

b) Self attested copies of PAN/TAN issued by the Income Tax Department.c) Declaration – Proforma 3d) Self attested copy of Sales Tax, Works Contract Tax, Service Tax Registration

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

3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation,whether mentioned in the enclosed documents or not, to verify our competence andgeneral reputation.

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

Yours faithfully,

Encl: As in Paras 1, 2 & 4Signature of Applicantwith Name _________________

Date with seal

Page 33: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

33

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance withrelevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuingthe Power of Attorney).

We, M/s.______ (name of the firm/company with address of the registered office) herebyconstitute, appoint and authorise Mr./Ms.______ (Name and residential address) who ispresently employed with us and holding the position of ______ and whose signature is givenbelow as our Attorney to do in our name and our behalf all or any of the acts, deeds or thingsnecessary or incidental to our bid for the work:

CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (BRIDGE No.CSEB 21) AT CH. 12446.138 ON CHAMPA – TENDUBHATA ROAD IN CONNECTIONWITH RAILWAY SIDING WORK FOR CSPGCL TPP, MARWA.

including signing and submission of application / proposal, participating in the meetings,responding to queries, submission of information / documents and generally to represent us inall the dealings with RITES or any other Government Agency or any person, in connectionwith the works until culmination of the process of bidding, till the Contract Agreement isentered into with RITES and thereafter till the expiry of the Contract Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorneypursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaidAttorney shall always be deemed to have been done by us.

(Add in the case of a Consortium/Joint Venture)Our firm is a Member/Lead Member of the Consortium of ___________, _________ and___________.

Dated this the _____ day of ______ 20

(Signature and name of authorized signatory being given Power of Attorney)___________

(Signature and name in block letters of *All the partners of the firm, * Authorized Signatoryfor the Company)(* Strike out whichever is not applicable)Seal of firm/ Company

Witness 1: Witness 2:

Page 34: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

34

Name: Name:Address: Address:Occupation: Occupation:

Notes:

- In case the Firm / Company is a Member of a Consortium/ JV, the authorizedsignatory has to be the one employed by the Lead Member.

- The mode of execution of the Power of Attorney should be in accordance with theprocedure, if any, laid down by the applicable law and the charter documents of theexecutant(s) and when it is so required the same should be under common seal affixedin accordance with the required procedure.

Page 35: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

35

ANNEXURE VI

(FORM OF LETTER OF ACCEPTANCE)(By REGD POST / ACK.DUE)

(On the letter head of RITES)

NO. : RITES/ Dated :

To

_________________

(Name & Address of the Contractor)

Dear Sirs,

Sub: TENDER No. RITES/GM/NGP/13-2013 Dt 29.04.2013

FOR THE WORK OF: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITEGIRDER (BRIDGE No. CSEB 21) AT CH. 12446.138 ON CHAMPA –TENDUBHATA ROAD IN CONNECTION WITH RAILWAYSIDING WORK FOR CSPGCL TPP, MARWA.

Ref: Your Tender dated _________________ and letters dated _____________

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

This is to notify you that your Tender for the work under reference has been accepted by theCompetent Authority of RITES LIMITED for a total Contract Price of Rs. _______ (Rupees_____________only) in its capacity as an Agent /Power of Attorney Holder acting for and onbehalf of ______ (the Employer).

Pursuant to Clause 1 of the Contract, you are required to furnish irrevocable PerformanceGuarantee for an amount equivalent to 5% (Five percent) of the Contract Price and anAdditional Performance Guarantee for an amount of Rs. ------------ (if applicable). TheGuarantee Bonds aggregating for an amount of Rs.______________ are required to besubmitted within ___ days of issue of this Letter of Acceptance. Bank Guarantees issued byonly Scheduled Banks or State Bank of India will be accepted.

The time of ________months allowed for execution of the work will be reckoned from thedate of start as defined in Schedule F or from the first day of the handing over of the site,whichever is later, in accordance with phasing, if any, indicated in tender document.

Page 36: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

36

You are requested to contact _________ (complete designation and address of the ProjectCoordinator) for carrying out the contract.

You are also requested to attend this office within Twenty Eight days from the date of issue ofthis letter for execution of the formal agreement. It may be noted that no payment shall bemade for any work carried out by you till the Agreement is executed and till such time thePerformance Guarantee and Additional Performance Guarantee (where applicable) has/havebeen submitted by you.

This Letter of Acceptance is being sent to you in duplicate and you are requested to returnwithout delay one copy of the letter duly signed and stamped, as a token of youracknowledgement.

Kindly note that this Letter of Acceptance thereof shall constitute a binding Contract betweenus pending execution of formal Agreement.

Your letters as well as this office letters referred to above shall form part of the Contract.

Yours faithfully,

RITES LIMITED

Agent / Power of Attorney Holder

For and on behalf of______ (The Employer)

Copy to :

1. ___________ (The Employer) for information.

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

2. Project Coordinator (Complete designation and address)

3. Associated Finance (Not in original)

Page 37: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

37

ANNEXURE VII

FORM OF AGREEMENT

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

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ betweenRITES Ltd. a Government of India Enterprise and a Company registered under CompaniesAct, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and itsCorporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representingthrough ____________, RITES LIMITED acting for and on behalf of and as an Agent/Power of Attorney Holder of _____ hereinafter called the Employer (which expression shall,wherever the context so demands or requires, include their successors in office and assigns)on one part and M/s.______ hereinafter called the Contractor (which expression shallwherever the context so demands or requires, include his/ their successors and assigns) of theother part.

WHEREAS the Employer is desirous that certain works should be executed viz.___________(brief description of the work) and has by Letter of Acceptance dated ____ accepted a tendersubmitted by the Contractor for the execution, completion, remedying of any defects thereinand maintenance of such works at a total Contract Price of Rs. ______ (Rupees______________ only)

NOW THIS AGREEMENT WITNESSETH as follows:-

1. In this Agreement words and expressions shall have the same meaning as arerespectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents in conjunction with addenda/ corrigenda to TenderDocuments shall be deemed to form and be read and construed as part of thisagreement viz.

The Letter of Acceptance dated______.Priced Schedule (Bill) of QuantitiesNotice Inviting Tender and Instructions to Tenderers.RITES Tender and Contract FormSpecial ConditionsSchedules A to F.Technical SpecificationsDrawingsAmendments to Tender Documents (List enclosed)General Conditions of Contract (read with Correction Slip Nos. 1 to --) comprising of

(i) Conditions of Contract(ii) Clauses of Contract(iii) RITES Safety Code

Page 38: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

38

(iv) RITES - Model Rules for the protection of Health and Sanitaryarrangements for Workers

(v) RITES – Contractor's Labour Regulations.

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

4. The Employer hereby covenants to pay to the Contractor in consideration of theexecution, completion, remedying of any defects therein and maintenance of theworks, the contract price or such other sum as may become payable under theprovisions of the contract at the time and in the manner prescribed by the Contract.

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

SIGNED, SEALED AND DELIVERED BY

____________________________In the capacity of _____

On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name &Designation)

1.

2.

______________________________representing RITES LIMITEDIn the capacity of Agent / Power ofAttorney Holder

For and on behalf of _________

(The Employer)

In the presence of

Witnesses (Signature, Name &Designation)

1.

2.

Page 39: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

39

ANNEXURE VIII

INTEGRITY PACTBetween

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

____________ hereinafter referred to as "The Bidder/Contractor"

Preamble

The Employer intends to award, under laid down organizational procedures, contract/s for

“Construction of ROB of size 2 x 30 m Composite Girder (Bridge No CSEB 21) at CH.12446.138 on Champa – Tendubhata road in connection with Railway siding work forCSPGCL TPP, Marwa.

The Employer values full compliance with all relevant laws and regulations, and economicuse of resources, and of fairness and transparency in his relations with the Bidder/s and/orcontractor/s.

In order to achieve these goals, the Employer will appoint an Independent External Monitor(IEM) who will monitor the Tender process and execution of the contract for compliance withthe principles mentioned above.

Section 1 – Commitments of the Employer

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

1. No employee of the Employer, personally or through family members, will inconnection with the tender or for the execution of the contract, demand, take apromise for or accept, for self or third person, any material or immaterialbenefit which the person is not legally entitled to.

2. The Employer will, during the tender process, treat all Bidders with equity andreason. The Employer will in particular, before and during the tender process,provide to all Bidders the same information and will not provide to any Bidderconfidential/additional information through which the Bidder could obtain anadvantage in relation to the tender process or the contract execution.

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

(2) If the Employer obtains information on the conduct of any of his employees which is acriminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption)

Page 40: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

40

Act, or if there be a substantive suspicion in this regard, the Employer will inform itsChief Vigilance Officer and in addition can initiate disciplinary action.

Section 2 – Commitments of the Bidder/Contractor

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

1. The Bidder/Contractor will not directly or through any other person or firm,offer, promise or give to any of the Employer’s employees involved in thetender process or the execution of the contract or to any third person anymaterial or other benefit which he is not legally entitled to, in order to obtain inexchange any advantage of any kind whatsoever during the tender process orduring the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosedagreement or understanding, whether formal or informal. This applies inparticular to prices, specifications, certifications, subsidiary contracts,submission or non-submission of bids or any other actions, to restrictcompetitiveness or to introduce cartelization in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant IPC/PCAct; further the Bidder/ Contractor will not use improperly, for purposes ofcompetition or personal gain, or pass on to others, any information ordocument provided by the Employer as part of the business relationship,regarding plans, technical proposals and business details, including informationcontained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and allpayments he has made, is committed to or intends to make to agents, brokers orany other intermediaries in connection with the award of the contract.

(2) The Bidder/ Contractor will not instigate third persons to commit offences outlinedabove or be an accessory to such offences.

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

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

Section 4- Compensation for Damages

Page 41: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

41

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

(2) If the Employer has terminated the contract during execution in terms of the provisionsunder Section 3, the Employer shall be entitled to demand and recover from theContractor the damages equivalent to Earnest Money Deposit, Security Depositsalready recovered and Performance Guarantee, which shall be absolutely at thedisposal of the Employer.

Section -5 Previous transgression

(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3years with any other Company in any country conforming to the Anti-Corruptionapproach or with any other Public Sector Enterprise in India that could justify hisexclusion from the tender process.

(2) If the Bidder/Contractor makes incorrect statement on this subject, he can bedisqualified from the tender process or action can be taken as per the procedurementioned in "Guideline on banning of business dealing".

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

(1) The Bidder/Contractor undertakes to demand from all partners/sub-contractors (ifpermitted under the conditions/ clauses of the contract) a commitment to act inconformity with this Integrity Pact and to submit it to the Employer before signing thecontract.

(2) The Bidder/ Contractor confirms that any violation by any of his partners/sub-contractors to act in conformity with the provisions of this Integrity Pact can beconstrued as a violation by the Bidder/Contractor himself, leading to possibleTermination of Contract in terms of Section 4.

(3) The Employer will disqualify from the tender process all bidders who do not sign thisPact or violate its provisions.

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

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

Page 42: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

42

Section -8 Independent External Monitor/Monitors

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

(2) The Monitor is not subject to instructions by the representatives of the parties and willperform his functions neutrally and independently. He will report to the MD/RITESLtd.

(3) The Bidder/Contractor accepts that the Monitor has the right of access withoutrestriction to all Project documentation of the Employer including that provided by theContractor. The Contractor will also grant the Monitor, upon his request anddemonstration of a valid interest, unrestricted and unconditional access to his projectdocumentation. The same is applicable to Partners/Sub-Contractors. The Monitor isunder contractual obligation to treat the information and documents of theBidder/Contractor/Partners/Sub-Contractor with confidentiality.

(4) The Employer will provide to the Monitor sufficient information about all meetingsamong the parties related to the Project provided such meetings could have an impacton the contractual relations between the Employer and the Contractor. The partiesoffer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices or has reason to believe that violation of theagreement by the Employer or the Bidder/ Contractor, has taken place, he will requestthe Party concerned to discontinue or take corrective action , or to take any otherrelevant action. The Monitor can in this regard submit non-binding recommendations.Beyond this, the Monitor has no right to demand from the parties that they act in aspecific manner or refrain from action or tolerate action.

(6) The Monitor will submit a written report to the MD/RITES Ltd. within 8-10 weeksfrom the date of reference or intimation to him by the Employer and should theoccasion arise, submit proposal for correcting problematic situations.

(7) If the Monitor has reported to the MD/RITES Ltd. of a substantiated suspicion of anoffence under relevant IPC/PC Act, and the MD/RITES Ltd. has not, withinreasonable time, taken visible action to proceed against such offender or reported it tothe Chief Vigilance Officer, the Monitor may also transmit this information directly tothe Central Vigilance Commissioner.

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

Section – 9 Pact Duration

This pact begins when both parties have legally signed it. It expires for the Contractor whenhis Security Deposit is released on completion of the Maintenance Period and for all otherTenderers six months after the Contract has been awarded.

Page 43: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

43

If any claim is made/lodged during this time the same shall be binding and continue to bevalid despite the lapse of this pact specified above, unless it is discharged/determined byMD/RITES Ltd.

Section 10 Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shallbe as stated in the Contract Agreement.

(2) Changes and supplements as well as termination notices need to be made in writing.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed bythe Partner in charge/ Lead Member nominated as being incharge and who holds thePower of Attorney signed by legally authorised signatories of all thepartners/Members. The Memorandum of Understanding /Joint Venture Agreementwill incorporate a provision to the effect that all Members of the Consortium willcomply with the provisions in the Integrity Pact to be signed by the Lead Member onbehalf of the Consortium. Any violation of Section 2 above by any of thePartners/Members will be construed as a violation by the consortium leading topossible Termination of Contract in terms of Section 3

(4) Should one or several provisions of this agreement turn out to be invalid, theremainder of this agreement remains valid. In this case, the parties will strive to cometo an agreement to their original intentions.

RITES Ltd.Agent / Power of Attorney Holder__________________________________________________(For & on behalf of the Employer) (For the Bidder/Contractor)

(Office Seal) (Office Seal)

Place:…………………………Date:……………………….

Witness 1:(Name & Address) -----------------------------

---------------------------------------------------------------------------------------

Witness 2(Name & Address) -----------------------------

----------------------------------------------------------

Page 44: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

44

ANNEXURE-IXMandate Form

To,RITES Ltd.,------------------------------Dear Sir,

Sub : Authorisation for payment through Electronic Fund Transfer System (RTGS/NEFT).

We hereby authorize RITES Ltd., to make all our payments, including refund of Earnest Money, throughElectronic Fund Transfer System (RTGS/NEFT). The details for facilitating the payments are given below:

(TO BE FILLED IN CAPITAL LETTERS)1 NAME OF THE BENEFICIARY2 ADDRESS WITH PIN CODE3 (A) TELEPHONE NO. WITH STD CODE

(B) MOBILE NO.4 BANK PARTICULARSA BANK NAMEB BANK TELEPHONE NO. WITH STD CODEC BRANCH ADDRESS WITH PIN CODED BANK FAX NO. WITH STD CODEE 11 CHARACTER IFSC CODE OF THE BANK

(EITHER ENCLOSE A CANCELLED CHEQUEOR OBTAIN BANK CERTIFICATE ASAPPENDED)

F BANK ACCOUNT NUMBER AS APPEARING ONTHE CHEQUE BOOK

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

H IF OTHERS, SPECIFY5 PERMANENT ACCOUNT NUMBER (PAN)6 E-MAIL ADDRESS

I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed orcredit is not affected at all for reasons of incomplete or incorrect information, I/We would not hold RITES ltd.,responsible. Bank charges for such transfer will be borne by us.

Dated : __________. SIGNATURE

(AUTHORISED SIGNATORY)Name : _________________

BANK CERTIFICATION

It is certified that the above mentioned beneficiary holds bank Account No.__________ with our branch and theBank particulars mentioned above are correct.

Dated : __________. SIGNATURE

(AUTHORISED SIGNATORY)Name : _________________

OFFICIAL STAMP

Page 45: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

45

ANNEX-A

Guidelines on Banning of Business Dealings

1. Introduction

1.1 RITES, being a Public Sector Enterprise and ‘State’, within the meaning of Article 12of Constitution of India, has to ensure preservation of rights enshrined in Chapter III ofthe Constitution. RITES has also to safeguard its commercial interests. It is not in theinterest of RITES to deal with Agencies who commit deception, fraud or othermisconduct in the execution of contracts awarded / orders issued to them. In order toensure compliance with the constitutional mandate, it is incumbent on RITES toobserve principles of natural justice before banning the business dealings with anyAgency.

1.2 Since banning of business dealings involves civil consequences for an Agencyconcerned, it is incumbent that adequate opportunity of hearing is provided and theexplanation, if tendered, is considered before passing any order in this regard keeping inview the facts and circumstances of the case.

2. Scope

2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies,has been laid down in these guidelines.

2.2 It is clarified that these guidelines do not deal with the decision of the Management notto entertain any particular Agency due to its poor / inadequate performance or for anyother reason.

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

3. Definitions

In these Guidelines, unless the context otherwise requires:

i) `Bidder / Contractor / Supplier' in the context of these guidelines is indicatedas ‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following:

a) The Director shall be the ‘Competent Authority’ for the purpose ofthese guidelines. MD, RITES shall be the ‘Appellate Authority’ inrespect of such cases.

b) MD, RITES shall have overall power to take suo-moto action on anyinformation available or received by him and pass such order(s) as he

Page 46: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

46

may think appropriate, including modifying the order(s) passed by anyauthority under these guidelines.

iii) ‘Investigating Department’ shall mean any Department, Division or Unitinvestigating into the conduct of the Agency and shall include the VigilanceDepartment, Central Bureau of Investigation, the State Police or any otherdepartment set up by the Central or State Government having powers toinvestigate.

4. Initiation of Banning / Suspension:

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

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by anydepartment, the Competent Authority may consider whether the allegations underinvestigation are of a serious nature and whether pending investigation, it would beadvisable to continue business dealing with the Agency. If the Competent Authority,after consideration of the matter including the recommendation of the InvestigatingDepartment/Unit, if any, decides that it would not be in the interest to continuebusiness dealings pending investigation, it may suspend business dealings with theAgency. The order to this effect may indicate a brief of the charges underinvestigation. The order of such suspension would operate for a period not more thansix months and may be communicated to the Agency as also to the InvestigatingDepartment.

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

5.2 As far as possible, the existing contract(s) with the Agency may be continued unlessthe Competent Authority, having regard to the circumstances of the case, decidesotherwise.

5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may beinformed that its conduct is under investigation. It is not necessary to enter intocorrespondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agencybefore issuing the order of suspension. However, if investigations are not complete insix months time, the Competent Authority may extend the period of suspension byanother three months, during which period the investigations must be completed.

6.0 Grounds on which Banning of Business Dealings can be initiated

Page 47: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

47

6.1 If the security consideration, including questions of loyalty of the Agency to the State,so warrants;

6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convictedby a Court of Law for offences involving moral turpitude in relation to its businessdealings with the Government or any other public sector enterprises or RITES, duringthe last five years;

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

6.4 If the Agency employs a public servant dismissed / removed or employs a personconvicted for an offence involving corruption or abetment of such offence;

6.5 If business dealings with the Agency have been banned by the Govt. or any otherpublic sector enterprise;

6.6 If the Agency has resorted to Corrupt, fraudulent practices includingmisrepresentation of facts;

6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on theCompany (RITES) or its official in acceptance / performances of the job under thecontract;

6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in complyingwith contractual stipulations;

6.9 Based on the findings of the investigation report of CBI / Police against the Agencyfor malafide / unlawful acts or improper conduct on his part in matters relating to theCompany (RITES) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit;

6.11 Continued poor performance of the Agency in several contracts;

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

7. Banning of Business Dealings

7.1 A decision to ban business dealings with any Agency shall apply throughout theCompany.

Page 48: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

48

7.2 If the Competent Authority is prima-facie of view that action for banning businessdealings with the Agency is called for, a show-cause notice may be issued to theAgency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice

8.1 In case where the Competent Authority decides that action against an Agency is calledfor, a show-cause notice has to be issued to the Agency. Statement containing theimputation of misconduct or mis-behaviour may be appended to the show-cause noticeand the Agency should be asked to submit within 30 days a written statement in itsdefence. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession ofRITES, necessary facility for inspection of documents may be provided.

8.3 After considering the reply of the Agency and other circumstances and facts of thecase, a final decision for Company-wide banning shall be taken by the CompetentAuthority. The Competent Authority may consider and pass an appropriate speakingorder:

a) For exonerating the Agency if the charges are not established;b) For banning the business dealing with the Agency.

8.4 The decision should be communicated to the Agency concerned along with a reasonedorder. If it decided to ban business dealings, the period for which the ban would beoperative may be mentioned.

9. Appeal against the Decision of the Competent Authority

9.1 The Agency may file an appeal against the order of the Competent Authority banningbusiness dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shallbe preferred within one month from the date of receipt of the order banning businessdealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which shallbe communicated to the Agency as well as the Competent Authority.

10. Review of the Decision by the Competent Authority

Any petition / application filed by the Agency concerning the review of the banningorder passed originally by Competent Authority under the existing guidelines eitherbefore or after filing of appeal before the Appellate Authority or after disposal of

Page 49: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

49

appeal by the Appellate Authority, the review petition can be decided by theCompetent Authority upon disclosure of new facts /circumstances or subsequentdevelopment necessitating such review.

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

11.1 Depending upon the gravity of misconduct established, the Competent Authority ofRITES may circulate the names of Agency with whom business dealings have beenbanned, to the Ministry of Railways and PSUs of Railways, for such action as theydeem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for moreinformation about the Agency with whom business dealings have been banned a copyof the report of Inquiring Authority together with a copy of the order of the CompetentAuthority/ Appellate Authority may be supplied.

12. Restoration

12.1 The validity of the banning order shall be for a specific time & on expiry of the same,the banning order shall be considered as "withdrawn".

12.2 In case any agency applies for restoration of business prior to the expiry of the banorder, depending upon merits of each case, the Competent Authority which had passedthe original banning orders may consider revocation of order of suspension ofbusiness/lifting the ban on business dealings at an appropriate time. Copies of therestoration orders shall be sent to all those offices where copies of Ban Orders hadbeen sent.

Page 50: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

50

Section - 2

TENDER & CONTRACT FORM

Page 51: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

51

SECTION 2

TENDER AND CONTRACT FORM FOR WORKS

ToThe General Manager (P),RITES Ltd., Nagpur

Sub: TENDER FOR THE WORK OF “CONSTRUCTION OF ROB OF SIZE 2 X 30MCOMPOSITE GIRDER (BRIDGE NO. CSEB 21 ) AT CH. 12446.138 ONCHAMPA – TENDUBHATA ROAD IN CONNECTION WITH RAILWAYSIDING WORK FOR CSPGCL TPP , MARWA.

(TENDER No. RITES/GM/ NGP/13-2013, DATED 29/04/2013ISSUED BY ____________)

TENDER

1. I/We have read and examined the Notice Inviting Tender and Instructions toTenderers, Special Conditions, Schedules A to F, Technical Specifications, Drawings,Schedule / Bill of Quantities and General Conditions of Contract as well as otherdocuments and rules referred to in GCC and all the details contained in the TenderDocument for the work.

2. I/We hereby tender for the execution and completion of the work and remedy anydefects therein, specified in the Schedule of Quantities within the time specified inSchedule “F”, and in accordance in all respects with the specifications, designs,drawings and instructions in writing referred to in Notice Inviting Tender andInstructions to Tenderers and in Clause 11 of the Clauses of Contract and with suchmaterials as are provided for, by, and in respects in accordance with, such conditionsso far as applicable.

3. We agree that our tender shall remain valid for a period of 90 days from the due datefor submission of bid or extended date as stipulated and not to make any modificationsin its terms and conditions.

4. A sum of Rs. 5.51 LAKHS (Rupees FIVE LAKHS & FIFTY ONE THOUSANDonly) is hereby forwarded in the form of Banker’s cheque/Pay Order /Demand Draftissued in favour of RITES Ltd., payable at Nagpur as the Earnest Money. MandateForm authorizing RITES Ltd to make all payments through RTGS/NEFT as perAnnexure IX duly filled in, is enclosed.

5. If I/We withdraw my/our tender during the period of tender validity or before issue ofLetter of Acceptance which ever is earlier or make modifications in the Terms and

Page 52: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

52

Conditions of the Tender which are not acceptable to the Employer, then the Employershall, without prejudice to any other right or remedy, be at liberty to forfeit entireEarnest Money absolutely.

6. If I/We fail to furnish the prescribed Performance Guarantee and AdditionalPerformance Guarantee (if applicable) within prescribed period, I/We agree that thesaid Employer shall, without prejudice to any other right or remedy, be at liberty toforfeit the said Earnest Money absolutely.

7. If, I/We fail to commence the work within the specified period, I/We agree that theEmployer shall, without prejudice to any other right or remedy available in law, be atliberty to forfeit the Earnest Money and Performance Guarantee and AdditionalPerformance Guarantee (if applicable) absolutely.

8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both EarnestMoney & Performance Guarantee and Additional Performance Guarantee (ifapplicable) as aforesaid in paras 5 to 7, I/We shall be debarred from participation in re-tendering process of the work.

9. On issue of Letter of Acceptance by the Employer, I/We agree that the said EarnestMoney shall be retained by the Employer towards Security Deposit, to execute all theworks referred to in the Tender document upon the Terms and Conditions contained orreferred to therein and to carry out such deviations as may be ordered, upto maximumof the percentage mentioned in Schedule F at rates as stipulated in relevant Clauses ofcontract and those in excess of that limit at the rates to be determined in accordancewith the provisions contained in Clauses 12.2 and 12.3 of the tender form.

10. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employerwithin 28 days from the date of issue of Letter of Acceptance. In case of any delay,I/We agree that we shall not submit any Bill for Payment till the Contract Agreementis signed.

11. I/We hereby declare that I/We shall treat the tender documents, drawings and otherrecords connected with the work as secret/confidential documents and shall notcommunicate information derived there from to any person other than a person towhom I/We am/are authorized to communicate the same or use the information in anymanner prejudicial to the safety of the Employer/State.

12. I/We hereby declare that I/We have not laid down any condition/deviation to anycontent of Technical Bid and/or Financial Bid. I/We agree that in case any conditionis found to be quoted by us in the Technical and/or Financial Bid, my/our Tender maybe rejected.

13. I/We understand that the Employer is not bound to accept the lowest or any tender hemay receive. I/We also understand that the Employer reserves the right to accept the

Page 53: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

53

whole or any part of the tender and I/We shall be bound to perform the same at therates quoted.

14. Until a formal agreement is prepared and executed, this bid together with our writtenacceptance thereof shall constitute a binding contract between us and RITES.

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

Signature of Authorized Person/sDateName/s & Title of SignatoryName of TendererPostal Address

Seal

WitnessSignatureNamePostal AddressOccupation

Page 54: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

54

Section - 3

SPECIAL CONDITIONS

Page 55: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

55

SECTION 3

SPECIAL CONDITIONS

(i) Special Conditions relating to existing Clauses of Contract:

Nil

(ii) Additional Special Conditions

1. GENERAL

1.1 Chhattisgarh State Power Generation Company Ltd., (CSPGCL) is planning to setup a Thermal Power Plant of 2x500 MW at Marwa near Champa, Distt. Janjgir-Champa. The Construction of Rail infrastructure for coal transportation to theplant has been proposed. The proposed siding taking off from Naila RailwayStation in Railway network. The proposed siding will take off from NailaRailway Station in Bilaspur Division and will lead to Marwa inside the Plant. Theturbine generator line and oil siding has been provided inside the plant. Forunloading the coal into track hopper, the siding will have a MGR unloading bulbinside the plant for smooth operation.

1.2 The contractor has to work along with other agencies in and around the areaallotted for his works. He should execute all his works in complete co-ordinationand co-operation with all such agencies and provide access to other agencies sothat at no time either his work or the work of other agencies is stopped or delayed.In case of any dispute in his regard, the decision of Engineer-in-charge or hisrepresentative will be final and binding on the Contractor. No claim for idlelabour, plant and machinery under any circumstances will be entertained byCSPGCL/RITES Ltd.

1.3 For work close to Railway line, road telephone line, power line (both undergroundand overhead) and structures, all precautions should be taken for ensuring thatduring the execution of the work no damage is caused to such assets and also noobstruction is caused to the movement of trains/road traffic.

1.4 SERVICE ROAD: Contractor will provide service road/roads for movement ofmaterials as per direction of Engineer-in-charge. Contractor will also maintainthese service roads in safe and fit condition at his own cost. He will however haveno authority to prevent use of such roads by CSPGCL/RITES Ltd., and otherbonafide contractors working at site. CSPGCL/RITES Ltd., will however, havethe authority to disallow any movement on the road, which in their opinion is notin the interest of work, if the contractor fails to provide service road to thesatisfaction of the Engineer-in-charge. It will be provided by the Engineer-in-

Page 56: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

56

charge at Contractor’s cost. However, in case any such road is not required for thepurpose of the work, nothing shall be deducted from contractor’s payment on thisaccount.

1.5 The contractor is required to execute the work in stretches/areas which are madeavailable to him and which may or may not be in continuous stretches. Decisionof Engineer-in-charge shall be final in this regard and binding on the contractor.Contractor shall have no claim if the stretches/areas are not available for theconstruction / repair at the same time. Extra time where requested by theContractor on this account shall be considered by the Engineer-in-charge on caseto case basis.

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

1.7 The contractor will be required to establish a field laboratory for testing ofcompaction of earthwork / blanketing material, aggregates, bricks, concrete,bitumen and other materials etc. The contractor shall provide qualified personnelto run the laboratory for the duration of the contract. The number of staff andequipment available must at all times be sufficient to keep pace with the samplingand testing programme as required by the Engineer-in-charge.

1.8 The contractor shall procure all the materials well in advance so that there issufficient time for testing of the materials and clearance of the same before usingin the works. Testing of the materials i.e. concrete cubes/reinforcementsteel/moorum/earth/ stone/dust/cement/aggregate/ ballast and any other materialsshall be carried out in Govt. Engineering College, National Test House, RITESLaboratory at Nagpur or any other approved laboratories as directed by Engineer-in-charge and as per the frequency mentioned in QAP (Quality Assurance Plan) ofRITES Ltd. Cost of testing of materials shall be borne by the contractor.

1.9 The concreting work shall be done with proper and assured system of curing induly identified areas with date of concreting marked in paint. In hot weather thecontractor shall take relevant care to cover the work with wet gunny bags /Hessian cloth or use continuous sprinkling of water on surface so as to keep thesurface wet.

1.10 The contractor shall after completion of work, clear the site of all debris and leftover materials, at his own expenses to the entire satisfaction of Engineer-in-charge.

1.11 Contractor should be registered with the concerned department of EmployeesProvident Fund Organisation (EPFO). No payment shall be released to thecontractor until and unless the contractor submits the registration certificate andupto date deposit receipt of provident fund due to be deposited by him.

Page 57: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

57

1.12.1 At the time of submission of RA / Final bill a certificate shall be submitted by thecontractor regarding up date clearance of payment to his/their sub contractors,vendors, suppliers, labour contractor etc., if any.

1.12.2 Contractor shall submit to RITES Ltd., /CSPGCL the entry challan of incomingmaterials like cement, steel, admixture etc., for verification of stores and record.

1.13 NIGHT WORK: The contractor would be required to carry out the work even atnight, without conferring any right on the contractor for claiming for extrapayment for introducing night working. The decision of the Engineer-in-charge inthis regard will be final and binding on the contractor. Contractor shall make hisown arrangement for sufficient illumination at site. Nothing extra will be paid fordoing works at night.

1.14 FIRST AID: The contractor shall maintain in a readily accessible place first aidappliance including an adequate supply of sterilized dressing and sterilized cottonwool. The appliances shall be placed under the charge of responsible person whoshall be readily available during working hours.

1.15 The contractor shall also provide, fix & be responsible for the maintenance of allstakes, templates profiles, levels, marks, points etc., and must take all necessaryprecautions to prevent these being removed altered or disturbed and will be heldresponsible for the consequences of such removal, alteration or disturbancesshould the same take place and for their efficient reinstatement.

1.16 HANDING OVER OF SITE:

1.16.1 Efforts will be made by the Employer to hand over the site to the Contractor freeof encumbrance. However, in case of any delay in handing over of the site to thecontractor, the Employer shall only consider suitable extension of time for theexecution of the work. It should be clearly understood that the Employer shall notconsider any other compensation whatsoever viz. towards idleness of contractor’slabour equipment etc.

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

1.16.3 The access roads near, to the work site may not be available at the time ofMobilisation by the Contractor. The Contractor shall plan his work within theplant areas as per available roads at site. All drainage of works area and all otherweather trucable/haulage roads as required by the Contractor shall be constructedand maintained during the construction period by the Contractor at his own cost.

1.17 The Contractor has to make temporary diversion of course of water duringexecution of any work conveniently free of cost.

Page 58: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

58

1.18 An experienced Surveyor should be deployed at site by the contractor along withTotal Station or equivalent equipments. Nothing extra will be paid for deployingexperienced Surveyor or equipments.

1.19 The Contractor will bear all the charges of design mix and the charges for testingof materials.

1.20 Contractor will have to arrange water supply and electricity connection at his ownexpenses.

1.21 Contractor shall quote rate of item including dewatering wherever required. Noextra payment shall be made for any type of dewatering during execution of thework.

2. The tenderer shall hold the offer open till such date as may be specified in thetender. It is understood that the tender documents have been sold / issued to thetenderer and the tenderer is being permitted to tender in consideration of thestipulations on his part that after submitting his tender, he will not resile from hisoffer or modify the terms and conditions thereof, in a manner not acceptable toRITES Ltd.

3. If a tenderer expires after the submission of his tender or after the acceptance of histender, RITES Ltd., shall deem such tender as cancelled. If a partner of a firmexpires after the submission of their tender or after the acceptance of their tender,RITES Ltd., shall deem such tender as cancelled unless the firm retains itscharacter.

4. RITES Ltd., also reserves the right to accept tender either for full quantity of workor part thereof or divide the works amongst more than one without assigning anyreason for any such action.

5. When the tender is submitted by the tenderer(s), it will be understood that thetenderer(s) has/have gone through carefully in detail all the instructions,conditions, general and special conditions of contract and general and specialinstructions/ specifications for execution of the work and that the tenderer(s)has/have got himself/themselves clarified on all points and doubts andinterpretations by the proper authority of RITES Ltd.

6. Contractor’s store houses, yards etc., for stocking materials issued by RITES Ltd.,shall be located in the site premises only at locations approved by Engineer-in-charge.

7. The work shall conform to various specifications indicated in Indian RailwayACTM, RDSO specifications on OHE and other various specifications anddrawings in use by Indian Railways for such works, and should be fit for use ofBroad Gauge engines, rolling stocks etc.

Page 59: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

59

8. If there is any conflict between description given in schedule of quantity andconditions mentioned in the special conditions, the schedule of quantity shallprevail.

9. Before commencing the work, joint inventory of existing materials in the track isto be taken by the representative of RITES Ltd. / CSPGCL and the contractor shallenter in the inventory register and jointly signed.

10. After handing over of the existing section to the contractor, the same section willbe maintained and guarded by the contractor, till all the works are completed in allrespect and handed over back to the Engineer-in-charge.

11. The OHE materials as per “Schedule of Quantities” in the tender documentsrequired for the work and to be supplied by the Contractor shall have to besupplied from part-I, RDSO approved manufacturers duly inspected byRailways/RDSO/ RITES Ltd.

12. Rails will be supplied free of cost by the Employer as per Contract Conditionswhich will be issued at any of RITES Ltd.,/CSPGCL’s stores Depot or in stacksfrom time to time during the period of work. The contractor should transport thesame for use in the work by his own means of suitable transport, including loading,unloading, sorting, stacking with all lead, lift, crossing Railway tracks etc.

13. Adequate protection should be made while moving on public roads or adjacent andacross railway tracks. The rates quoted shall include cost of such items. Similarlythe excess rails supplied free of cost by the Employer shall be returned to thenominated stores of the CSPGCL/RITES Ltd., No separate payment will be madeextra for these items except where otherwise mentioned. The contractor shallinclude such expenses for items while quoting his rates for the SCHEDULE OFQUANTITIES”.

14. The contractor will be responsible for the safe custody of OHE materials tillcompletion of the works and handing over the track.

15. It should be clearly understood that it is entirely the contractor’s responsibility andliability to find, procure and use the required tools and plants and accessories at hisown cost for efficient and methodical execution of the work. RITES Ltd. shallhave the right to check the sufficiency or quality of the Contractor’s tools fromtime to time and the Contractor shall carry out all reasonable instructions of RITESLtd., in this respect.

16. In the event of any accident at the work spot, or while transporting materials, if itis established by the enquiry by RITES representative/Client’s representative orRailway/Local Civil Authority that the accident occurred wholly or partly due to

Page 60: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

60

any act tantamount to negligence on part of the contractor, he shall render himselfliable for all damages and also legal proceedings.

17. The labour engaged by the contractor for the works should be headed by asupervision who is conversant with the execution and maintenance of worksincluding safety rules.

18. In case the released materials are left over at site, the contractor has to employsecurity/chowkidars day and night at his own cost till the materials are handed overto the Engineer-in-charge of work at his nominated depot. Till they are returned/handed over at the nominated depot, the released materials will continue to remainin the custody of the contractor.

19. Shifting of labour camp from place to place as the work advances will be at the cotof the contractor.

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

21. A separate register should also be maintained by the contractor for the deploymentof contract labour at site. The registers should be made available toEmployer/RITES personnel, as and when required.

22. While stacking materials (new or second hand or released) on cess/side, careshould be exercised to ensure that those stacks do not infringe the Railway’smoving dimensions.

23. The work of stringing over the existing level crossings will be taken up only whenspecifically authorized by RITES representative after giving due notice to roadusers. The road surface will be made good on completion of works at contractor’scost to the original standard.

24. Time shall be regarded as an essence of the contract and failure on the part ofcontractor to complete the work by the date stipulated in the agreement and workorder will entitle RITES Administration to recover liquidated damages/penalty.

25. RITES Administration reserves the right to alter the detailed plan and sections andto carry out minor alterations in the plans resulting in corresponding increase ordecrease in the quantity of works without being liable to pay enhanced rates for thework or to allow extra time for completion of the work.

26. No new facilities such as roads, level crossing etc., other than those already inexistence will be made available to the contractor.

27. In case any workman is found incompetent or otherwise undesirable by RITESrepresentative at site, he should not be allowed to work under the contractor. In

Page 61: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

61

this matter, the opinion of the Engineer-in-charge will be final and binding on thecontractor. Any variation of this requirement by the contractor shall be treated asfundamental breach of contract entitling RITES Ltd., to rescind the contract bygiving 7 days notice.

28. Particulars of work done during each day, with location where the work is done,will have to be recorded in a register by the contractor’s site in charge and theregister will be kept available for inspection/scrutiny by RITES’ representative. Asite order book will also have to be maintained where instructions regarding workto be carried out recorded by RITES’ REPRESENTATIVE AT SITE.

29. RITES’ representative shall have the right at all times to supervise the contractor’work and instruct the contractor and the contractor shall execute the work as perthe instructions without any lapse of time. For this purpose the contractor shallmaintain a site Order book. Failure to comply with RITES representative’instructions shall be deemed to be a fundamental breach of contract on the part ofthe contractor entitling RITES to rescind the contract at the contractor’s risk andcost after serving a notice of 7 days.

30. On-account payments to contractor shall be made periodically based on thequantity and item of work executed at the rates accepted under this contract andupon a certificate by the RITES representative that work has been done to properspecification and to the satisfaction of its representative.

31. The contractor will make all arrangements for getting passes /authorities for hismen including making necessary application with photos for each labourerdeployed for this work and will bear all costs, any. Housing accommodation andwatering arrangements for contractor’s labour will have to be arranged by thecontractor.

32. The contractor will bear all medical expenses and make immediate arrangementfor medical attention to his labour, if injured on duty. He will provide “MedicalAid” Box at site of work at his cost.

33. CSPGCL will not provide ‘C’ FORM and WAY BILL to the contractor foravailing of sales tax rebate wherever applicable.

34. The rates quoted shall be inclusive of all taxes such as sales tax, excise duty, entrytax, toll tax, turnover tax on works contract, octroi, royalty, VAT, Labour WelfareCess and any other tax, levy, cess etc as applicable. However, sales tax/VAT onworks contract if paid by CSPGCL/RITES directly the same amount shall berecovered from contractor’s on account bill and no exemption claims on thisaccount shall be entertained by CSPGCL/RITES. Inspection charges and thecharges for loading, transportation, unloading and stacking of materials at storeshould not be quoted separately. The quoted rates should remain firm tillcompletion of the entire work.

Page 62: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

62

35. The contractor shall submit royalty clearance certificate wherever applicable alongwith on account bill/running account bill. If the contractor fails to submit theroyalty certificate, requisite amount will be deducted as per extant Govt. rule fromhis bill and be deposited with the concerned department.

36. No payment will be made unless copy of the current & valid STCC or exemptioncertificate is submitted prior to or along with the bills.

37. Materials to be supplied by the contractor:-

i) All P.way items should be as per RDSO drawing Numbers and shall comprise ofall parts and accessories listed in the drawing except where otherwise stated. AllP.way fittings should be procured from Railway/RDSO approved manufacturesonly.

ii) The quoted rates should be inclusive of inspection Charges and all taxes and dutiesof Central, state, local bodies including Loading, transportation, unloading,stacking at site and incorporation in to the track.

iii) Actual quantity delivered at site as per the Schedule of Quantity and will beconsidered for the purpose of effecting payment.

iv) Inspection is to be carried out by the RITES Quality Assurance (QA) Division orZonal Railways/RDSO with which the factory is tied up as the case may be, beforeeffecting dispatch of the materials. Inspection certificates and the original moneyreceipt of the inspection wing /Zonal Railways will have to be submitted alongwith the bills as documentary evidence.

v) RITES Ltd on behalf of CSPGCL reserves the right to undertake any test, ifrequired, before acceptance of the materials on contractor’s cost.

vi) Any materials and accessories, found to be damaged at the time of receipt will notbe accepted and shall have to be replaced by good ones free of cost after beingduly inspected.

38. Period of Maintenance/ Defect liability period:-

As per relevant clauses of the contract in GCC applicable to this work, the periodof defect liability for this work shall be 12 (twelve) months from the date of issueof final/provisional acceptance certificate.

39. Procurement, Handling, leading use, accountal and payment of 60Kg Rails

39.1 Procurement:

a) The Rails will be issued to the contractor from the nominated store at Marwa plant andcontractor has to transport the rails from nominated store to work site at his own cost.

Page 63: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

63

b) However, before issue of rails by RITES to the contractor, the Contractor will have tofurnish bank guarantee from any Nationalized/Scheduled Bank equivalent to the cost of theserails on the prescribed proforma. Such bank guarantee shall be available for the period up topayment of ‘Final Bill’ to the contractor. However, the bank guarantee shall be released byRITES on measurement, reconciliation and finalization of the quantity of rails issued to thecontractor against the concerned bank guarantee. Once the rails issued to the contractor, hewill be solely responsible for keeping the safe custody of rails till handing over of track toRITES/CSPGCL. In addition, the contractor shall also provide insurance cover for the cost ofrails.

39.2 HANDLING AND LEADING OF RAILS :

The contractor shall, as explained above, collect the rails from nominated store ofCSPGCL/RITES at Marwa plant and then lead them to site of work where they are required tobe used. All costs toward handling, leading, unloading, lifting, crossing of rivers, nallahs , etcincluding in the relevant item of work of Schedule of Quantities and nothing extra shall bepayable to the contractor on any account.

39.3 USE OF RAILS :

The 60 Kg. Ist quality T-12/IU rails so issued to the contractor against bank guarantee shall beused only in laying of plain tracks, in accordance with the Technical Specifications. Thecontractor shall not use these 60 kg. IU rails for Points and Crossing, Derailing switches.Making guard rails for bridges, check rails for level crossings, curves and manufacture ofvarious type of post etc. for which 52 kg. IU rails as required as per SOQ shall be usedseparately. Contractor has to procure 52 kg. IU rails for making guard rails for bridges, checkrails for level crossings, curves and manufacture of various type of post etc

39.4 ACCOUNTAL OF RAILS:

a) The rails will be issued to contractor from nominated depot of CSPGCL in metric tones.b) One meter rail shall be considered to weigh 60 kg.c) Scale of consumption:

For each track meter laid, 60x2=120kg rail shall be considered consumed.d) Consumption of rail shall be based on length of rail laid at site.

39.5 CALCULATION OF CONSUMPTION OF RAILS :

The quantity of rails used on the works shall be calculated as follow :

Sl.No.

Item of workdone andmeasured

Unit Quantityof workdone

Quantity of rails consumed (inkg)Rate ofusage unit(kg)

Quantity (kg)

Page 64: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

64

1 2 3 4 5 61 Linking of

track as perrelevant itemof Schedule ofQuantity.

TrackMeter

120 kg/ 2 m = col. 4 x 120,col4X 2 m

NOTE: No allowance shall be provided for wastage.

39.6 RECONCILIATION OF QUANTITIES:

a) As detailed in clause 39.5 above, the total quantity of rails consumed by the contractor forthe work shall be calculated without making any allowance for wastage.

b) The aforesaid quantity of rails as worked out in clause 39.5 above, shall be taken asconsumed on work and shall be issued to the contractor free of cost.

If the quantity of consumption of rails so worked out in clause 39.5 above, falls short of thequantity issued to the contractor from store, the excess quantity issued shall have to bereturned back by the contractor to RITES in rails lengths not less than four meters .RAILSlesser in length than 4(Four) meters shall not be accepted. Such surplus rails will have to behanded over by the contractor to Engineer in charge of the work at his store at Marwa plant.All cost of handling, leading, lifting etc. on this account shall be fully borne by the contractorand no payment whatsoever, shall be payable to the contractor on this account.

If the contractor falls to return the excess quantity of Rails calculated as per clause 39.5(c)above, a recovery at present market rate per metric tone for 60 KG 1st quality T-12/IU railsshall be made for the excess quantity, not returned back by the contractor from his bills.

Safety precautions during the work

1.0 Precautions while working in the vicinity of Railway Track.When the work is required to be done along or near existing railway track, the contractor(s)shall take steps as are necessary for the safety of the track labour working at site. He / Theywill also be required to make Programme of his/their work so as not to interfere with themovement of trains. No extra payment shall be allowed for these precautions and also forcrossing track/tracks required during execution of the work. It should be ensured that theballast of the railway track(s) is not spoiled or mixed with earth or disturbed.

In addition to the precautions taken by the contractor for the safety of the track and labour, itmay be necessary to post flagmen in some locations as an additional safety measure. Thecontractor(s) shall be fully responsible for any damage to or trespass caused by his/their mento surrounding structure, RITES/CSPGCL bears no liability whatsoever on this account.

Page 65: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

65

(c) Instruction given by Railway Authority regarding safety shall be strictly followedduring execution of work. The necessary charges for inspection will be borne by thecontractor.

2.0 SAFETY PRECAUTIONS :

2.1 The Contractor/s shall at all times adopt such safe methods to work as will ensuresafety of structure, equipment and labour. If at any time the RITES/CSPGCL finds the safetyarrangements unsafe, the contractor/s shall take immediate corrective action as directed by theRITES/CSPGCL in the matter. This shall in no way absolve the contractor/s of his/their soleresponsibility to adopt safe working methods.

2.2 The Contractor/s shall design and execute temporary works such as formwork andsupports, so as to ensure absolute safety of contractor/s personnel as well as RITES/CSPGCLstaff and personnel engaged on the work. The Contractor/s should indemnify theRITES/CSPGCL against damages and injury to workmen. RITES/CSPGCL reserves the rightto enforce safety regulations on the contractor/s and recover any cost, which may be incurredfor the purpose.

2.3 Whenever a lorry or any other form of road transport if required to ply along or in thevicinity of a running line or any other railway track where railway Engines or trains arescheduled to move, the contractor shall inform the Engineer in writing of such requirementspecifying the locations and the duration of time over which such specified road vehicles haveto operate in the area (for loading, leading or unloading of earth, ballast or any other material,plant or equipment) without any obstruction or dislocation to the running of trains. Thecontractor also should furnish the particulars of vehicles and the name and photograph ofdrivers and attended retained for each legal to enable the engineer to issue necessary along theholder to operate the vehicles, with such restrictions regarding the durations and / or locationsas are considered necessary. Such permit shall be returned to the engineer as soon as the workfor which it is issued is over.

2.4 The contractor shall execute a bond undertaking to ply to road vehicles in a safe andsatisfactory manner and strictly in accordance with the stipulations and other conditionsspecified by the engineer and to engage and retain only the permit holder to be the contractoragent in charge of the vehicles, while driving or a rest. The person in charge of the vehicles inthe attendant shall at all times be vigilant and on the look out for signals from the look outmen, flagmen or other personnel available at site with a view to stop for regulate the roadmovement so as to ensure adequate margin of safety for the timely passage of an approachingtrain or railway engine, without any delay or detention.

2.5 The contractor shall also be bound by the provision of this agreement, to ply thevehicles only with adequate margin of safety, well clear of the fixed structure profile ofinfringement, as stipulated in the rules made under the Indian Railway Act and to seek and beguided by the signal and other directions of any lookout men for other personnel retained forthe purpose of ensuring safety, and to ensure care and vigilance while turning, reversing or

Page 66: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

66

moving the road vehicle in any other manner, at an inclination to the running railway track orthe siding, as the case may be.

2.6 The contractor also undertakes to make good at his own cost any inconvenience, loss,damage, or other expenses caused to or incurred by the railway administration and to pay suchamount as determined by the engineer to be recoverable from the contractor as penalty ordamage for any omission, negligence, careless, oversight or accidents on the part of any of thecontractor’s agents, drivers or attendant or any person to whom the services of the holder ofthe permit (issued by the Engineer) has been lent other wise made accessible or available.

2.7 Any breach of these conditions by the contractor and/or his agent affecting the safetyof movements of trains, engines or other rolling stock of the Railway shall constitute a breachof contract by the contractor entailing liability for termination of contract for default on thepart of the contractor.

2.8 The Tenderer/s will be permitted to make use of the level crossing for crossing thetrack after observing the standard railway safety precaution. If such precautions are not takenthese will be enforced by the railway by adequate arrangements and the cost thereof shall berecovered from the contractor.

2.9 The contractor/s shall inspect the proposed site of work and acquaint himself /themselves with site conditions working hours storing spaces for materials, approach road /pathway available etc. and all relevant items connected with the execution of work. No.claim shall be entertained from contractor/s and shall make his own arrangements forapproach/approach roads from outside railway land and contractor will bear entire expensessuch as road taxes payment on right of way etc. to outsiders.

3.0 PROTECTION AT THE WORKS SITE :

3.1 On Railway track where the train traffic will be operational during the execution of thecontract work, the protection of the works site as considered appropriate and adequate shall bearranged by the contractor at his own cost.

3.2 Notwithstanding the aforementioned protection at the works site provided by theEngineer’s representative, the contractor shall be responsible for providing appropriate andadequate system for warning the contractor’s workmen about the train traffic on or in thevicinity of the site of work. The decision of the Engineer’s representative whether thefacilities provided by the contractor in this regard are appropriate and adequate or not, shall befinal and conclusive.

4.0 WORKS DURING BLOCK PERIOD

For excavation nearer to the Railway track proper shoring and strutting shall be used,shoring and strutting arrangement shall be approved by the Railways. The cost of shoring andstruting for excavation upto 7 to 8 m depth will be borne by the contractor.

Page 67: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

67

5.0 Incase of any accident during construction due to which the Railway undergonemonetary or structural losses, it is the responsibility of the contractor to bear such losses. Anyassessment made by the Railway shall be binding on the contractor.

6.0 Supervision of the works within the Railway boundary shall be done by the Railway aswell. Any instructions given by the Railways regarding the works shall be binding on thecontractor. Contractor shall arrange for the necessary conveyance for the officers of Railwaysfor the supervision/inspection of the portion of works within the Railway boundary.

7.0 BLOCK CHARGES

It is the responsibility of contractor to arrange necessary blocks from Railways duringlaunching operation or any other activity required blocks. The necessary charges payable toRailways in this regard will be reimbursed by RITES/CSPGCL on submission of paidvouchers accompanied with demand note issued by Railways.

The contractor shall ensure that block period sanctioned is not violated. The contractor shallbe liable for penalty for each block bursting for a minimum amount of Rs. 5000/- to theamount as claimed by Railways towards bursting of block. However, prolongation of cautionorder than the agreed programme will also be liable for penalty @Rs.5000/- or as levied bythe Railways whichever is higher for each day. These penalty charges will not be reimbursedby RITES/CSPGCL.

8. DOCUMENTATION, INSTRUMENTATION :

The following items shall be deemed to be included in the tendered cost.

All final drawings and Microfilms and Compact Discs of all approved drawings and “asbuilt” drawings and calculations shall be supplied by the Contractor free of cost.

Three Video film cassettes of 60 minute duration each and coloured photographs in threesets of photo-albums (photo size not less than 4” x 6”) of the bridge covering the differentphases of construction from start to finish shall be supplied by the Contractor free of cost.

A “Maintenance Manual” describing access arrangements, important obligatoryprecautions from the point of view of structural safety, and procedure for minor and majorrepairs of each component of the bridge, renewals of finishes and treatments periodically shallbe supplied by the Contractor free of cost.

A “Quality Assurance Manual” covering all aspects of designs and drawings, mix-designs,materials, testing, soil and rock properties, statistical quality control, etc. shall be prepared bythe Contractor free of cost well before starting the work.

A “Construction manual” covering various aspects of construction methods, difficultiesfaced and how they were overcome during execution etc. shall be supplied by the contractorfree of cost at the time of finalization of work.

The Contractor shall install fixtures and fastenings provided by the Railways and theDepartment for housing any instrumentation that may be useful for the Department at his cost.

Fixing arrangement for internal and external lighting shall be got approved from competentauthority and executed.

Page 68: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

68

Section - 4

SCHEDULES A TO F

Page 69: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

69

SECTION 4

PROFORMA OF SCHEDULES

SCHEDULE ‘A’

Schedule of quantities ( As per Bill of Quantities attached)

(BOQ to be attached with Financial Bid)

SCHEDULE ‘B’ –

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

S.No Description ofitems

Quantity Rates in Figures & words atwhich the material will becharged to the contractor

Place of Issue

1 2 3 4 5

- Not Applicable -

SCHEDULE ‘C’ –

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

S.No Description Hire charges per day Place of Issue1 2 3 4

- Not Applicable -

SCHEDULE ‘D’

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

- Not Applicable -

SCHEDULE ‘E’ –

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

(To be worked out and filled by NIT approving authority. The

Page 70: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

70

Components and their percentages may be modified depending on

the nature of work)

- Not Applicable -

CLAUSE 10 CC

Component of Cement (Xc)

expressed as percent of total value of work 05%

Component of steel (X5)

expressed as percent of total value of work 30%

Component of other materials (XM) (except cement & steel)

expressed as per cent of total value of work 35%

Component of labour (Y)

expressed as percent of total value of work 25%

Component of P.O.L (Z)

expressed as percent of total value of work 05%

______________

Total 100 %_

SCHEDULE ‘F’

Reference to General Conditions of Contract

Name of Work “CONSTRUCTION OF ROB OF SIZE 2 X 30 M COMPOSITEGIRDER (BRIDGE NO CSEB 21) AT CH. 12446.138 ON CHAMPA – TENDUBHATAROAD IN CONNECTION WITH RAILWAY SIDING WORK FOR CSPGCL TPP,MARWA.

Estimated cost of work Rs.5,50,98,338/-

Earnest money : Rs. 5.51 Lakhs

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

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

Page 71: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

71

Notice Inviting Tender and Instruction to Tenderers RITES/ GM/ NGP/ 13-2013,DATED 29/04/2013

Officer inviting tender : General Manager (P), RITES Ltd, NagpurFor & on bealf of CSPGCL

CONDITIONS OF CONTRACT

Definitions

2 (iv) Employer C S P G C L, Raipur (CG)

2(v) Engineer-in-Charge General Manager (P), RITES Ltd, Nagpur.

2(vii) Accepting Authority General Manager (P), RITES Ltd, Nagpur.

2(ix) Percentage on cost of materialsand labour to cover all 15%overheads and profits.

2(x) Standard Schedule of Rates As per BOQ

2(xiii) Date of commencement of work 15 days from the date of issue of LOA or thefirst date of handing over of site whichever islater

9 (a) (ii) General Conditions of Contract RITES General Conditions of Contract2011 Edition as modified & corrected up toC.S.No. 3 dated 17.07.2012

CLAUSES OF CONTRACT

Clause 11 (i) Time allowed for submission of

P.G. from the date of issue ofLetter of Acceptance subject 21 days.to maximum of 15 days

Maximum allowable extensionbeyond the period provided in(i) above subject to a maximum of 8 days.7 days

Clause 2

Authority for fixing compensation under

Page 72: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

72

Clause 2 General Manager (P), RITES Ltd, Nagpur.

Clause 2A

Whether Clause 2A shall be applicable NO

Clause 5

5.1 (a) Time allowed for execution of work 12 months from the date of startDate of start 15 days from thedate of issue ofLetter of Acceptance or the firstdate of handing over of sitewhichever is later

5.1 (b) TABLE OF MILESTONE(S)

DELETED

Clause 5A Shifting of stipulated date of completionCompetent Authority: General Manager (P), RITES Ltd, Nagpur.

Clause 6 A Whether Clause 6 or 6A applicable 6

Clause 7

Gross work to be done together with netpayment/ adjustment of advances formaterial collected, if any, since the last such Rs. 60 Lakhspayment for being eligible to interim payment

Clause 10A

i) Whether Material Testing Laboratory is tobe provided at site. YES

ii) If “YES” list of equipments to be provided As Applicable

Clause 10 B

Whether Clause 10 B (ii) to (v) applicable YES

Clause 10 CCWhether Clause 10CC applicable YES

Page 73: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

73

Clause 11Specifications to be followed for execution of work: RDSO/ RAILWAY

SPECIFICATIONS,CPWD AND I.S.SPECIFICATIONS

Clause 12

Clause 12.2 Deviation Limit beyond which i) For Non-foundation items.12.3 & 12.5 Clauses 12.2,12.3 & 12.5shall Plus 25%

apply Minus No limitii) For Foundation Items

Plus 100%Minus No limit

Note: For Earthwork, individual classi-fication quantity can vary to any extentbut overall Deviation Limits will be asabove.

12.5 Definition of Foundation item ifother than that described inClause 12.5 Not Applicable

Clause 16 Competent Authority fordeciding reduced rates: General Manager (P), RITES Ltd, Nagpur.

Clause 18 List of mandatory machinery, tools & plants to be deployed by the Contractorat site:-

1. BATCHING PLANT2. PILING MACHINARIES3. TRANSIR MIXERS4. ROD CUTTING AND BENDING MACHINE5. MACHINARIES FOR FABRICATION OF STEEL GIRDERS6. WELDING MACHINE

Clause 2525 (i) Appellate Authority -EXECUTIVE DIRECTOR (RP)

RITES Ltd., GURGAON.

Appointing Authority -EXECUTIVE DIRECTOR (RP)RITES Ltd., GURGAON.

Clause 36 (i) & (iii)

Page 74: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

74

Minimum Qualifications & Experience required and Discipline to which shouldbelong

Designation MinimumQualification

Minimumworkingexperience

Discipline towhich shouldbelong

Number

Principal TechnicalRepresentative

EngineeringGraduate

05 years Civil 1

TechnicalRepresentative

EngineeringGraduateDiploma Holder

Nil

05 years

Civil 1

36 (iv) Recovery for non-deployment of Principal Technical Representative and DeputyTechnical Representative

Designation Rate of Recovery per month (in Rs.) for non-deployment

Principal TechnicalRepresentative

Rs.45000/-

Technical Representative Rs.25000/-

Clause 42

i)(a) Schedule/statement for determining DSR 2007theoretical quantity of cement &bitumen on the basis of DelhiSchedule of Rates printed by CPWD

ii) Variations permissible on theoreticalquantities

a) Cement- for works with estimated cost 3% plus / minus

put to tender not more than Rs.5 lakhs- for works with estimated cost put to 2% plus / minus

tender more than Rs.5 lakhsb) Bitumen for All Works 2.5% plus only & nil on minus

sidec) Steel Reinforcement and structural 2% plus / minus

steel sections for each diameter,section and category

d) All other materials Nil

Page 75: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

75

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl.No.

Description ofItem

Rates in figures and words at which recovery shall be madefrom the Contractor

Excess beyond permissiblevariation

Less use beyond thepermissible variation

1 Cement Not Applicable. Not Applicable.2 Steel

reinforcement3 Structural Sections4 Bitumen issued

free5 Bitumen issued at

stipulated fixedprice

Clause 46

Clause 46.10

Details of temporary accommodationincluding number of rooms and theirsizes as well as furniture to be madeavailable by the Contractor Not Applicable.

Whether Clause 46.11.1A applicable NO

Whether Clause 46.13A applicable NO

Clause 46.17City of Jurisdiction of Court Nagpur, Maharashtra

Clause 47.2.1Sum for which Third Party Rs. 5.00 Lakhs per occurrenceInsurance to be obtained. with the number of occurrences limited to four.

Clause 55Whether clause 55 shall NObe applicable.

If yes, time allowed for completion _______________ months fromof sample floor/unit. Date of start of work

(Not Applicable)

Page 76: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

76

Section – 5

TECHNICAL SPECIFICATIONS

Page 77: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

77

SECTION 5

TECHNICAL SPECIFICATIONS

1.0 STANDARD SPECIFICATIONS ISSUED BY CPWD

1.1 Civil Engineering Works

CPWD Specification 2009 Vol. I & II. These Specifications have replaced CPWDSpecifications 1996 along with Correction Slips issued on them. These Specificationscover all types of Building Works. The specifications are available as a printeddocument issued by CPWD and also in soft copy PDF Format in CPWD website.

1.2 Electrical Engineering Works

Part No. Description Year of issue

I Internal 2005II External 1994III Lifts and Escalators 2003IV Sub Stations 2007V Wet Riser and Sprinkler Systems 2006VI Heating, Ventilations & Air

Conditioning Works 2005VII D.G.Sets 2006

The above documents are available as Priced Document issued by CPWD and in softcopy PDF Format in CPWD website.

2.0 STANDARD SPECIFICATIONS ISSUED BY MINISTRY OF SURFACETRANSPORT

Specifications for Road and Bridge works (Fourth Revision) August 2001 have beenpublished by Indian Road Congress as a priced document. These Specification coverexhaustively various Road and Bridge works.

3.0 STANDARD SPECIFICATIONS ISSUED BY INDIAN RAILWAYS

Railway Board vide their letter No. 2009/LMD/01/03 dated 14/01/2010 have advisedthat they have approved issue of “Indian Railways Unified Standard Specifications orMaterials and works with corresponding Indian Railways Unified Standard Scheduleof items (for rates of Materials and works)”. These documents are to be published byNorthern Railway on behalf of Railway Board after the Zonal Railways have made out

Page 78: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

78

“Schedule of Rates” as applicable to them based on “Standard Analysis of Rates ofitems”. These Specification however cover only Building and Road works generallyon the lines of CPWD and Ministry of Surface Transport. They do not cover Trackworks which are governed by Manuals and RDSO/Indian Railway Specifications.Pending publication of Unified Standard Specifications, the specifications issued bythe zonal Railways will be applicable.

4.0 SPECIAL SPECIFICATIONS (NOT COVERED BY ANY STANDARDSPECIFICATIONS)

SPECIFICATION FOR STEEL STRUCTURE ARE ENCLOSED.

Page 79: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

79

SPECIFICATION FOR STEEL SUPER STRUCTURE

1.0 MATERIAL, FABRICATION AND ERECTION

The material of structural steel, weld, rivet, casting & forgings, fasteners etc. andfabrication and erection of the girder shall confirm to the provisions of:

(a) Specifications for road and bridge works of MORTH- section no. 1900 – structural steel.

(b) Indian railway standard code of practice for the design of steel or wrought iron bridgecarrying rail, road or pedestrian traffic and other relevant IRS codes/manuals.

(c) Unless otherwise specified, paints shall conform to the relevant IS specifications given inthe relevant IS codes shall be used

Weight test (weight for 10 litres of paint, thoroughly mixed) Drying time Consistency Dry thickness and rate of consumption.

2.0 FABRICATION2.1 General

All work shall be in accordance with the drawings and specifications with care beingtaken that all parts of an assembly fits accurately together. All members shall carrymark number and item number and if required, serial number.

All structural steel members and parts shall have straight edges and blunt surfaces. Ifnecessary, they shall be straightened or flattened by pressure unless they are requiredto be curvilinear forms. They shall also be free from twist. Pressure applied forstraightening or flattening shall be such as would not injure the materials. Hammeringshall not be permitted. Adjacent surfaces or edges shall be in close contact or atuniform distance throughout.

The contractor shall submit his programme of work to the Engineer for his approval atleast 15 days before the commencement of fabrication. This program shall include theproposed system of identification and erection marks together with complete details offabrication and welding procedures.

The contractor shall prepare shop drawings for fabricating any member and obtainapproval of the Engineer before that start of work. Complete information regardingthe location, type, size and extent of all welds shall be clearly shown on the shopdrawings. These drawings shall distinguish between shop and filed welds.

Page 80: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

80

2.2 Preparation off Edge and EndsAll structural steel –parts, where required, shall be sheared, cropped, sawn or flumecut ground accurately to the required dimension and shape.

End/edge planning and cutting shall be done by one of the following prescribed methodsor left as rolled: Shearing, cropping, sawing, machining, machine lame cutting. Hand flame cutting with subsequent grinding to a smooth edge. Sheared edges of plate not more than 16mm thick with subsequent grinding to smooth

profile, which are for secondary use such as stiffeners and gussets.

If ends of stiffener are required to be fitted, they shall be ground, so that the maximumgap over 60 percent of the contact area does not exceed 0.25 mm.Where flame cutting or shearing is used, at least one of the following requirements shallbe satisfied:

a) The cut edge is not subjected to applied stress.b) The edge is incorporated in weld.c) The hardness of cut edge does not exceed 350 HV30.d) The material is removed from edge to the extent of 2mm or minimum necessary, so

that the hardness is less than 350 HV30.e) Edge is suitably heat treated by approved method to the satisfaction of the Engineer

and shown that cracks had not developed by dye penetrant or magnetic particle.f) Thickness of plate is less than 40mm for machine flame cutting for materials

conforming to IS : 226 and IS : 2062. The requirement of hardness below 350 HV 30of flame cut edges should be specified by the Engineer.Wherever specified by the Engineer, The flame cut edges shall be ground or machinedover and above the requirement (a) to (f).Where machining for edge preparation in butt joint is specified, the ends shall bemachined after the members have been fabricated.Outside edges of plate and section, which are prone to corrosion, shall be smoothed bygrinding or filling.In the case of high tensile steel at least 6mm of the material from the flame cut edgeshall be removed by machining.Longitudinal edges of all plates and cover plated in plate girders and built – upmembers shall be machined except in the following cases:

a) Rolled edges of single universal plates or flats may not be machined.b) Covers to single flange plates may be left unmachined.c) Machine flame cutting instead of machining is acceptable for edges of single plates in

compression and for edges of single plates, 25 mm or less thick, in-tension.d) Edges of single shaped plates over 25mm thick not capable of being machined by

ordinary method may be machine flame cut and the end surface ground.e) Edges of universal plates or flats of the same nominal width used in tiers may be left

unmachined, if so authorized by the Engineer.

All edges of splice and gusset plates 12mm thick and over shall be machined andthose less than 12mm thick may be sheared and ground.The ends of plates and sections forming the main components of plate girders or ofbuilt-up members shall be machined, machine flame cut, sawn or hand flame cut andground.

Page 81: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

81

Where ends of stiffeners are required to be fitted, they shall be machined machineflame cut, sawn, sheared and ground, or hand flame cut and ground.The ends of lacing bar shall be rounded unless otherwise required.Other edges and ends of mild steel parts may be sheared and any burrs at edges shallbe removed.

2.3 Preparation of Holes

Drilling and punching: Holes for rivets, black bolts, high strength bolts andcountersunk, bolts/rivets (excluding close tolerance and turn fitted bolts) shall beeither punched or drilled. The diameter of holes shall be 1.5 mm larger for bolts/rivetsless than 25mm dia and 2.0 mm for more than equal to 25mm.All holes shall be drilled except for secondary members such as floor plate, hand railsetc. members which do not carry the main load can be punched subject to thethickness of member not exceeding 12mm for material conforming to IS: 2062.Holes through more than one thickness of material or when any of the main material

thickness exceeds 20mm for steel conforming to IS:2062 or 16mm for steelconforming to IS:901, IS:8500, shall either be sub-drilled or sub-punched to adiameter of 3mm less than the required sized and then reamed to the required size.The reaming of material more than one thickness shall be done after assembly.Where several plates or sections form a compound member, they shall, wherepracticable, be firmly connected together by clamps or tacking bolts and the holes bedrilled through the group in one operation. Alternatively, and in the case of repetitionwork, the plates and sections may be drilled separately form jigs and templates, Jigsand templates shall be checked at least once after every 25 operations. All burrs shallbe removed.In the case of repetition of spans, the erection of every span shall not be insisted upon,expect where close tolerance or turned bolts are used, provided that methods areadopted to ensure strict interchangeability. In such cases, one span in ten or anynumber less than then of each type shall be erected from pieces selected at random bythe Engineer and should there by any failure of the pieces to fit, all similar spans shallbe erected complete, In the event of span being proved completely interchangeable,all corresponding parts shall carry the same mark so that sorting of the materials at siteis facilitated.

Block drilling: Where then umber of plates to be riveted exceeds, three or the totalthickness is 90 mm or more, the rivet holes, unless they have been drilled throughsteel bushed jigs, shall be drilled out in place 3mm all round after assembling. In suchcases, the work shall be thoroughly bolted together.Size of holes: The size of holes in millimeters are given in the table -1 below:-

TABLE 1 : DIAMETER OF HOLES FOR RIVETSNominal dia of Rivets (mm) Dia of Holes (mm)

12 13.514 15.516 17.518 19.5

Page 82: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

82

20 21.522 23.524 25.527 29.030 32.033 35.0

Close tolerance bolts and barrel bolts: Holes for close tolerance and turn fittedbolts. The diameter of the holes shall be equal to the nominal diameter of the boltshank minus 0.15 mm to 0.0 mm.The members to be connected with close tolerance or turn fitted bolts shall be firmlyheld together by service bolts or clamped and drilled through all thickness in oneoperation and subsequently reamed to required sized within specified limit ofaccuracy in IS : 919 tolerance grace H8.

The holes not drilled through all thickness at one operation shall be drilled to smallersized and reamed after assembly.Holes for high strength friction grip bolts: All holes shall be drilled after removal ofburrs. Where the number of piles in the grip does not exceed three, the diameters ofholes shall be 1.6mm larger than those bolts and for more than three plies in grip, thediameter of hole in outer plies shall be as above and dia of holes in inner plies shallnot be less than 1.6mm and not more than 3.2 mm larger than those in bolts, unlessotherwise specified by the Engineer.Removal of burrs: The work shall be taken after drilling and all burrs left by drillingand the sharp edges of all rivet holes completely removed.

2.4 Rivet and RivetingThe diameter of rivets shown on the drawings shall be the size before heating. Eachrivet shall be of sufficient length to form a head of the standard dimensions as given inIS handbook on steel section, part I. it shall be free from burrs on the underside of thehead.When countersunk heads are required, the heads shall fill the countersunk. Theincluded angle of the head shall be as follows:a) For plates over 14mm thickness 90 degreesb) For plates up to and including 14mm thickness 120 degreesThe tolerance on the diameter of rivets shall be in accordance with IS: 1148 and IS:1149 form mild steel rivets and high tensile steel rivets respectively and unlessotherwise specified, the tolerance shall be minus tolerance.Rivets shall be driven when hot so as to fill the hole as completely as possible andshall be of sufficient length to form a head of standard dimension. When counter-sunkhead is required, the head shall fill the counter-sunk hole. Projection after counter-sinking shall be ground off wherever necessary.Rivets shall be heated uniformly to a “light cherry red” color between 650 degreesCelsius to 700 degrees Celsius for hydraulic riveting of mold steel rivets and shall bered hot from head to the point when inserted and shall be upset in its entire length soas to fill the hole as completely as possible when hot. Rivets, after being heated and

Page 83: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

83

before being inserted in the hole shall be made free from scale by striking the hot riveton a hard surface.Wherever possible, the rivets shall be machine driven, preferably by direct actingriveters. The driving pressure shall be maintained on the rivet for a short time after theupsetting is completed. High tensile steel drivers shall be heated up to 1100 degreesCelsius. Any rivet, whose point is heated more than prescribed, shall not be driven.

Where flush surface is required, any projecting metal shall be chipped or ground off.Before riveting is commenced, all work shall be properly bolted up do that the varioussections and plates are in close contact through out.

Drifts shall only be used for drawing the work into position and shall not be used tosuch an extent as to distort the holes. Drifts of a larger size than the normal diameterof the hole shall not be used. The riveting shall be done by hydraulic or pneumaticmachine unless otherwise specified by the Engineer.Driven rivets, when struck sharply on the head by a quarter pound rivet testinghammer, shall be free from movement and vibrations. Assembled riveted jointsurfaces, including those adjacent to the rivet heads shall be free from scale, dirt loosescale, burrs, other foreign, materials and defects that would prevent solid seating ofparts.

All loose or burnt rivets and rivets with cracked or badly formed defective heads orwith heads which are unduly eccentric with the shanks, shall be removed andreplaced. In removing rivets, the head shall be sheared off and the rivet punched outso as not to injure the adjacent metal and, if necessary, they shall be drilled out.Recupping or recaulking shall not be permitted. The parts not completely riveted inthe shop shall be secured by bolts to prevent damage during transport and handling.

2.5 Bolts, Nuts and Washers

Black bolts (black all over): Black bolts are forged bolts in which the shanks, headsand nuts do not receive and further treatment except cutting of screw threads. Theyshall be true to shape and size and shall have the standard dimensions as shown on thedrawing.Close tolerance bolts: Close tolerance bolts shall be faced under the head and turnedon the shank.Turned barrel bolts: The diameter of the screwed portion of turned barrel bolts shallbe 1.5mm smaller than the diameter of the barrel unless otherwise specified by theEngineer. The diameter of the bolts as given on the drawing shall be the nominaldiameter of the barrel. The length of the barrel shall be such that it bears fully on allthe pans connected. The threaded portion of each bolt shall project through the nut byat least one thread. Faces of heads and nuts bearing on steel work shall be machined.High strength friction bolts and bolted connections: The general requirement shallbe as per relevant IS specifications mentioned in clause 5.3 of (Fasteners) of IRC: 24,unless otherwise specified by the Engineer, bolted connections of structural jointsusing high tensile friction grip bolts shall comply with requirements mentioned in IS:4000.

Page 84: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

84

Washers: In all the cases where the full bearing area of the bolts is to be developed,the bolts shall be provided with a steel washer under the nut of sufficient thickness toavoid any threaded portion of the bolt being within the thickness of the parts boltedtogether and to prevent the nut when screwed up, from bearing on the bolt.For close tolerance or turned barrel bolts, steel washers whose faces give a truebearing shall be provided under the nut. The washer shall have a hole diameter not lesthan 1.5 mm larger than the barrel and a thickness of not less than 6 mm so that thenut when screwed up, will not bear on the shoulder of the bolt.Taper washers with correct angel of taper shall be proved under all heads and nutsbearing on beveled surfaces.Spring washers may be used under nuts to prevent slackening of the nuts whenexcessive vibrations occur.Where the heads or nuts bear on timber, square washers having a length of each sidenot less than three times the diameter of bolts or round washers having a diameter of3V, times the diameter of bolts and with the thickness not less than one quarter ofdiameter shall be providedStuds: Ordinary studs may be used for holding parts together the holes in one of theparts being tapped to take the tread of the stud. Counter –sunk may be used formaking connections where the surfaces are required to be clear of all obstruction, suchas protruding heads of bolts or rivets, studs may also be welded on the steel work inthe positions required.Service bolts: service bolts shall have the same clearance as black bolts and where itis required that there should be no movement prior to final riveting, sufficient drifts orclose tolerance bolts shall be used to locate the work.Tightening bolts: Bolted connection joints with black and high strength bolts shall beinspected for compliance of codal requirements.The Engineer shall observe the installation and the tightening of bolts to ensure thatcorrect tightening procedure is used and shall determine that all bolts are tightened.Regardless of tightening method used, tightening of bolts in a joint should commenceat most rigidly fixed or stiffest point and progress towards the free edges, both ininitial snugging and in final tightening.The tightness of bolts in connection shall be checked by inspection wrench, which canbe torque wrench, power wrench or calibrated wrench.Tightness of 10 percent bolts, but not less than two bolts, selected at random in eachconnection shall be checked by applying inspection torque. If not nut or bolt head isturned by this application, connection can be accepted as properly tightened, but if anynot or head has turned all bolts shall be checked and, if necessary, retightened.

2.6 DriftsThe barrel shall be drawn or machined to the required diameter for a length of not lessthan one diameter over the combined thickness of the metal through which the driftshave to pass. The diameter of the parallel barrel shall be equal to the nominal diameterof the hole subjected to a tolerance of +0 mm and 0.125 mm. Both ends of the drift fora length equal to 1 ½ times the diameter of the parallel portion of the bar shall beturned down with a taper to a diameter at the end equal to one-half that of parallelportion.

2.7 Pins and Pin Holes

Page 85: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

85

Pins: the pins shall be parallel throughout and shall have a smooth surface free fromflows. They shall be o sufficient length to ensure that all parts connected thereby shallhave a full hearing on them. Where the ends are threaded, they hall be turned to asmaller diameter at the ends for the thread and shall be provided with a pilot nutwhere necessary, to protect the thread when being drawn to place.Pins more than 175 mm in length or diameter shall be forged and annealed.Pin holes: Pin holes shall be bored true to gauge, smooth, straight at right angles tothe axis of the member and parallel with each other, unless otherwise required. Thetolerance in the length of tension members from outside to outside of pin holes and ofcompression members from inside to inside of pin holes shall be one millimeter. Inbuilt up members the boring shall be done after the members have been riveted orwelded.The specified diameter of the pin holes shall be its minimum diameter. The resultingclearance between the pin and the hole shall not be less than 0.5mm and not more than1.0 mm.

2.8 Shop Erection and Match MarkingBefore being dispatched, the steel work shall be temporarily erected in the fabricationshop for inspection by the Engineer either wholly or in such portion as the Engineermay require so that the may be satisfied both in respect of the alignment and fit of allconnections. For this purpose, sufficient number of parallel drifts and service boltstightly screwed up shall be employed. All parts shall fit accurately and be inaccordance with drawings and specifications.The steel work shall be temporarily assembled at place of fabrications.Assembly shall be of full truss or girder, unless progressive truss or girder assembly,full chord assemble, progressive chord assembly or special complete structureassembly is specified by the Engineer.The field connections of main members of trusses, aches, continuous beams, spans,bends, plate girders and rigid frame assembled, aligned, accuracy of holes and cambershall be checked by Engineer and than only reaming of sub size holed to specified sizeshall be taken up.

After the work has passed by the Engineer and before it is dismantled, each part shallbe carefully marked for re-erection with distinguishing marks and stamped withdurable markings. Drawings showing these markings correctly shall be supplied to theEngineer.Unloading handling and storage of steel work as per the specifications shall bet heresponsibility of the contractor/s. The cost of repairs or of rejected materials, itsremoval and the cost of transporting replacement material to the site shall be borne bythe Contractor.Where close tolerance or turned barrel bolts are used for those cases whereinterchangeability is not insisted upon each span shall be erected and members of eachspan marked distinctly.

2.9 WeldingAll welding shall be done with the prior approval of the Engineer and theworkmanship shall conform to the specifications of IS: 823 Surfaces or other relevantIndian Standards as appropriate.

Page 86: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

86

When material thickness is 20mm or more, special precautions like preheating shall betaken as laid down in IS:823 Surfaces and edges to be welded shall be smooth,uniform and free from fins, tears, cracks and other discontinuities. Surface shall alsobe free from loose or thick scale, slag rust, moisture, oil and other foreign materials.Surfaces within 50mm of any weld location shall be free from any paint or othermaterial that may prevent proper welding or cause objectionable fumes duringwelding.The general welding procedures including particular of the preparation of fusion facesof metal are welding shall be carried out in accordance with IS:9595.The welding procedures for shop and site welds including edge preparation of fusionfaces shall be submitted in writing in accordance with Clause 22 of IS:9595 for theapproval of the Engineer before connecting fabrication and shall be as per detailsshown on the drawings. Any deviation from above has to be approved by Engineer.Preparation of edges shall, wherever practicable, be done by machine methods.Machine flame cut edges shall be substantially as smooth and regular as thoseproduced by edge planning and shall be left free of slag. Manual flame cutting shall bepermitted by the Engineer only where machine cutting is not practicable.Electrodes to be used for metal are welding shall comply with relevant ISspecifications mentioned in IRC: 24. Procedure test shall be carried out as per IS:8613 to find out suitable wire- flux combination for welded joint.Assembly of parts for welding shall be in accordance with provisions of IS: 9595.The welded temporary attachment should be avoided as far as possible. Otherwise themethod of making any temporary attachment shall be approved by the Engineer. Anyscares from temporary attachment shall be removed by cutting, chipping and surfacesshall be finished smooth by grinding to the satisfaction of the Engineer.

Welding shall not be done when the air temperature is less than 10 degrees Celsius.Welding shall not be done where the surfaces are moist, during periods of strongwinds or in snowy weather unless the work and the welding operations are adequatelyprotected.For welding of any particular type of joint, welders shall qualify to the satisfaction ofEngineer in accordance with appropriate welder qualifications test as prescribed inany of the Indian Standards IS: 817,Is: 1966,IS: 1393, IS:7379(part I), andIS:7310(part I) and IS:7318(part I) as relevant.In assembling and joining parts of a structure or of built- up members, the procedureand sequence of welding shall be such as to avoid distortion and minimize shrinkagestress.All requirements regarding pre-heating of parent material, and interpass temperatureshall be in accordance with provision of IS: 9595.Peening weld shall be carried out wherever specified by the Engineer:

a) If specified, peening may be employed to be effective one each weld layer exceptfirst.

b) The peening should be carried out after weld has cooled by light blows form a powerhammer using a round tool care shall be taken to prevent scaling or flaking of weldand base metal form over peening.Where the Engineer has specified the butt welds are to be ground flush. The loss ofparent metal shall not be greater than that allowed for minor surface defects. The endsof butt joints shall be welded so as to provide full throat thickness. This may be done

Page 87: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

87

by use of extension pieces, cross runs or other means approved by the Engineer.Extension pieces shall be removed after the joint has cooled and the ends of the weldsshall be finished smooth and flush with the faces of the abutting parts.The joints and welds listed below are prohibited type, which do not perform wellunder cyclic loading,a) Butt joints not fully welded throughout their cross-sectiona) Groove welds made from one-side only without any backing gripc) Intermittent groove weldsd) Intermittent fillet weldse) Bevel – grooves and j-grooves in butt joins for other than horizontal position.f) Plug and slot welds.The run-on and run – off plate extension shall be used providing full throat thicknessat the end of built welded joints. These plates shall comply with the followingrequirements:

i) One pair of “run-on” and one pair of “run-off” plates prepared from same thicknessand profile as the parent metal shall be attached to start and finish of all butt weldspreferably by clamps.ii) When “run-on” and “run-off” plates shall be removed by flame cutting, it should becut at more than 3mm from parent metal and remaining metal shall be removed bygrinding or by another method approved by the Engineer.

Welding of stud shear connectors:The stud shear connectors shall be welded in accordance with the manufactureinstruction including preheating.The stud and the surface to which studs are welded shall be free from scale, moisture,rust and other foreign material. The stud base shall not be painted, galvanized orcadmium plated prior to welding.Welding shall not be carried out when temperature is below 10 degrees Celsius orsurface is wet or during periods of strong wings unless the work and the welder isadequately protected.The welds shall be visually free from cracks and shall be capable of developing atleast the nominal ultimate strength of studs.The procedural trial for welding the stud shall be carried out when specified by theEngineer.

2.10 TolerancesTolerances in dimensions of components of fabricated structural steel work shall bespecified on the drawings and shall be subjected to be Engineer before fabrication.Unless specified, all parts of an assembly shall fit together accurately within tolerancespecified in MORTH Section 1900 specification as given in Table-2 below.A machined bearing surface, where specified by the Engineer, shall be machinedwithin a deviation of 0.25 mm for surfaces that can be inscribed within square of side0.5mm

Page 88: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

88

A. INDIVIDUAL COMPONENTS

1

Lengtha) Member with both ends finished for contactbearing + 1 mm

b) Individual components of members withend plate connection

+ 0 mm

-2 mmc) Other members

i) Upto and including 12 M + 2 mm

ii) Over 12 M+ 3.5 mm

2

Widtha) Width of built - up girders + 3 mm

b) Deviation in the width of members requiredto be inserted in other members

+0-3 mm

3DepthDepth Deviation in the depths of solid weband open web girders

+ 3 mm-2 mm

4

Straightness

a) Deviation from straightness of columns L/3000 subject to a maximum of 15mm where L is length of member

i) In elevation +5 mm-0 mm

ii) In plan L/1000 subject to a maximum of10mm

5Deviation of center line of web from centreline of flanges in built- up members atcontract surfaces

3mm

6Deviation from flatness of plates of webs ofbuilt - up members in a length equal to thedepth of the member.

0.005 d to a maximum of 2mm Whered is the width of the member

7

Tilt of flange of plate girders 0.005 b to a maximum of 2mma) At splices and stiffeners, at supports, at thetop flanges of Plate girders and at bearings Where b is the width of the member

b) At other places 0.005 b to a maximum of 4mm Whereb is the width of the member

8 Deviation from squareness of flange to a webof columns and box Girders

L/1000, where L is nominal Length ofthe diagonal

Page 89: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

89

9

Deviation from squareness of fixed base plate(not machined) to axis of column. Thisdimension shall be measured parallel to thelongitudinal axis of the column at pointswhere the other surfaces of the column sectionmake contract with the base plate

D/500, where D is the distance fromthe column axis to the point underconsideration on the Base plate

10 Deviation from squareness of machined endsto axis of columns

D/1000-, where D is as defined In 9above

11 Deviation from squareness of machined endsto axis of beams or Girders

D/1000-, where D is as defined In 9above

12Ends of members abutting at joint throughcleats or end plates, Permissible deviationform squareness of ends

1/600, of depth of member Subject toa maximum of 1.5 mm

3.0 ERECTION AND LAUNCHING:

3.1 GeneralThe provision of this item shall apply to erection & launching of steel bridgesuperstructures or main members of bridge superstructures, composed of steel, whichspan between supports.The contractor shall erect the structural steel, remove the temporary construction, anddo all the work required to complete the construction included in the contract inaccordance with the drawings and the specifications and to the entire satisfaction ofthe Engineer.

3.2 Organization and Equipment:The Contractor shall submit erection & launching plans prepared by the fabricator,showing a method and procedure of erection, compatible with the details offabrication.A detailed scheme must be prepared and approved by SEC Railway Bilaspur showingstage-wise activities, with complete drawings and working phase-wise instructions.This should be based on detailed stage-wise calculation and take into accountspecifications and capacity of erection equipment machinery, tools, tackles to be usedand temporary working loads as per Codal provisions.The scheme should be based on site conditions, climate conditions and availableworking space including space required for temporary staging, etc.

The scheme should indicate precisely the type of temporary fasteners to be used asalso the minimum percentage of permanent fasteners to be fitted during the stageerection. The working drawings should give clearly the temporary jigs, fixtures,clamps, spacer supports, etc.Unless otherwise provided in the contract, the contractor shall supply and erect allnecessary false work and staging and shall supply all labour, tools, erection plant andother materials necessary to carry out the work complete in all respects.Prior to actual commencement of erection and launching all equipment, machinery,tools, tackles, ropes, etc. Need to be tested to ensure their efficient working. Frequentvisual inspection is essential in vulnerable areas to detect displacements, distress,drainages, etc.

Page 90: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

90

Deflection and vibratory tests shall be conducted in respect of supporting structures,launching truss as also the structure under erection and unusual observations reviewedlooseness of fittings are to be noted.For welded structures, welders’ qualifications and skill are to be checked as perstandard norms. Non-destructive tests of joints as per designers’ directives are to becarried out. Precision non-destructive testing instruments available in the marketshould be used for noting various important parameters of the structures frequentlyand systematic record is to be kept.Erection work should start with complete resources mobilized as per latest approveddrawings and after a thorough survey of foundations and other related structural work.In case of work of magnitude, maximum mechanization is to be adoptedThe structure should be divided into erectable modules as per the scheme. This shouldbe pre-assembled in a suitable yard/platform and its matching with members of theadjacent module checked by trial assembly before erection.The structure shall be set out to be required lines and levels. The stocks and massesare to be carefully preserved. The steel work should be erected, adjusted andcompleted in the required, position to the specified line and levels with sufficientdrifts and bolts. Packing materials are to be available to maintain this condition.Organized “Quality Surveillance” checks need to be exercised frequently.Before starting work the Contractor/s shall obtain necessary approval of the Engineeras to the method adopted for erection & launching, the number and character of toolsand plants. The approval of the Engineer shall not relieve the Contractor/s of hisresponsibility for the safety of his method or equipment or from carrying out the workfully in accordance with the drawings and specification.During the progress of work, the Contractor/s shall have a competent engineer orforeman in charge of the work, who shall be adequately experienced in steel erectionand acceptable to the Engineer.

3.3 Formwork:The formwork shall be properly designed, substantially built and maintained for allanticipated loads. The Contractor, if required, shall submit plans for approval to theEngineer. Approval of the plans, however, shall not relieve the Contractor of hisresponsibility.

3.4 Straightening Bend Material:The straightening of plates, angles and other shapes shall be done by methods notlikely to produce fracture or any injury. the metal shall not be heated unless permittedby the Engineer for special cases, when the heating shall not be to a temperaturehigher than that producing a dark “cherry red” color, followed by as slow cooling aspossible. Following the straightening of a bend or buckle the surface shall be carefullyinvestigated for evidence of fracture. Sharp kinks and bends may be cause forrejection of material.

3.5 Assembling Steel:The parts shall be accurately assembled as shown on the drawings and match marksshall be followed. The material shall be carefully handled so that no parts will be bent,broken or otherwise damaged.

Page 91: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

91

Hammering which will injure or distort them embers shall not be done. Bearingsurface or surfaces to be in permanent contact shall be cleaned, before the membersare assembled. The truss spans shall be erected on blocking so placed as to give theproper camber. The blocking shall be left in place until the tendon chord splices arefully riveted and all other truss connections pinned and bolted. Rivets in splices of buttjoints of compression members and rivets in railing shall be driven until the span hasbeen swung.All joints surface for bolted connections including bolts, nuts, washers shall be freefrom scale, dirt, burrs, other foreign materials and defects that would prevent solidseating of parts. The slope of surface of bolted parts in contact with bolt head and nutshall not exceed 1 in 20, plane normal to bolt axis, otherwise suitable tapered washershall be used.All fasteners shall have a washer under not or bolt head whichever is turned intightening.Any connection to be riveted or bolted shall be secured in close contract with servicebolts or with a sufficient number of permanent bolts before the rivets are driven orbefore the connections are finally bolted. Joints shall normally be made by filling notless than 50 percent of holes with service bolts and barrel drifts in the ratio 4:1. Theservice bolts are to be fully tightened up as soon as the joint is assembled.Connections to be made by close tolerance or barrel bolts shall be completed as soonas practicable after assembly.Any connection to be site welded shall be securely held in position by approvedmethods to ensure accurate alignment, camber and elevation before welding iscommenced.

The field riveting, welding, bolted and pin connection shall conform to therequirements of Clause 1904 as appropriate.The correction of minor misfits involving harmless amounts of reaming, cutting andchipping will be considered a legitimate pan of erection. However, any error in theshop fabrication or deformation resulting from handling and transportation whichprevents proper assembling and fitting up of parts by moderate use of drifts(by amoderate amount of reaming and slight chipping or cutting shall be reportedimmediately to the Engineer and his approval of the method of correction obtained,.The correction shall be made in the presence of the Engineer.

3.6 Field InspectionAll materials, equipment and work of erection shall be subject to the inspection of theEngineer who shall be provided with all facilities including labour and tools requiredat all reasonable times. Any work found defective is liable to be rejected.No protective treatment shall be applied to the work until the appropriate inspectionand testing has been carried out. The stage inspection shall be carried out for alloperations so as to ensure the correctness of fabrication and good quality. Girderdimensions and camber shall not be finally checked until all welding and heatingoperations are completed and the member has cooled to a uniform temperature.

(a) Testing of material : Structural steel shall be tested for mechanical and chemicalproperties as per various IS codes as may be applicable and shall conform torequirements specified in IS:226, IS:2062, IS:11587, IS:1977, IS:8500 and IS:961 etc.

Page 92: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

92

Rivets, bolts, nuts, washers, welding consumables, steel forging, casting and stainlesssteel shall be tested for mechanical and chemical properties in the appropriate IS :Code.Rolling and cutting tolerance shall be as per IS: 1852. The thickness tolerance checkmeasurements for the plate and rolled sections shall be taken at not less than 15mmfrom edge.Laminations in plates shall be carried out by ultra-sonic testing or any other specifiedmethods.Steel work shall be inspected for surface defects and exposed edge laminations duringfabrication and blast cleaning. Significant edge laminations found shall be reported tothe Engineer for his decision.Clipping, grinding, machining or ultrasonic testing shall be used to determine depth ofimperfection.

(b) Bolted connections: Bolts and bolted connection joints with high strength friction gripbolts shall be inspected and tested according to IS: 4000.Rivets and riveted connection s shall be inspected and tested for compliance of codalrequirements.The firmness of joint shall be checked by 0.2 mm filler gauge, which shall not goinside under the rivet head by more than 3mm. There shall not be any gap betweenmembers to be riveted.Driven rivets shall be checked with rivet testing hammer. When struck sharply onhead with rivet testing hammer, rivet shall be free from movement and vibration.All loose rivets and rivets with cracks, badly formed or deficient heads or with headswhich are eccentric with shanks, shall be cut out and replaced.The alignment of plates at all bolted splice joints and welded butt joints shall bechecked for compliance with codal requirements.Testing of flame cut and sheared edges is to be done, where the hardness criteria givenin the code are adopted. Hardness testing shall be carried out on six specimens.

(c) Welding and welding consumables: Welding procedures, welded connection andtesting shall be in compliance with codal requirements.All facilities necessary for stage inspection during welding and on completion shall beprovided to the Engineer or their inspecting Authority by manufacture.Adequate means of identification either by identification mark or other record shall beprovided to enable each weld to be traced to the welder(s) by whom it is carried out.All metal welding shall be in compliance with IS: 9595 provisions.The method of inspection shall be in accordance with IS: 822 and extent of inspectionand testing shall be in accordance with the relevant standards or in the absence of sucha standard, as agreed with the Engineer, Procedure tests.The Destructive and Non-Destructive test of weld shall be carried out according to IS:7307 (part I).Non Destructive Testing WeldsOne or more of the following methods may be applied for inspection or testing ofweld:

(i) Visual Inspection: All welds shall be visually inspected, which should cover alldefects of weld such as size, porosity, crack in the weld or in the HAZ (Heat AffectedZone) etc. suitable magnifying glass may be used for visual inspection. A weld shallbe acceptable by visual inspection if it shows that:

Page 93: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

93

a) The weld has no cracks.b) Through fusion exists between weld and base metal and between adjacent

layers of weld metal.c) Weld profiles are in accordance with requisite clauses of IS: 9595 or as agreed

with the Engineer.d) The weld shall be of full cross section, expect for the ends of intermittent fillet

welds outside their effective length.e) When weld is transverse to the primary stress, undercut shall not be more than

0.25 mm deep in the part that is undercut and shall not be more than 0.8mmdeep when the weld is parallel to the primary stress in the pan that is undercut.

f) The fillet weld in any single continuous weld shall be permitted to under runthe nominal fillet weld size specified by 1.6 run without correction providedthat undersize portion of the weld does not exceed 10 percent of the length ofthe weld. On the web-to-flange welds on girders, no under-run is permitted atthe ends for a length equal to twice the width on the flange.

g) The piping porosity in fillet welds shall not exceed one in each 100 mm ofweld length and the maximum diameter shall not exceed 2.4mm, except forfillet welds connecting stiffeners to web where the sum of diameter shall notexceed 9.5mm in any 25 mm length of weld and shall not exceed 19mm in any300 mm length of weld.

h) The full penetration groove weld in butt joints transverse to the direction ofcomputed tensile stress shall have no piping porosity. For all other groovewelds, the piping porosity shall not exceed one in 100 mm of length and themaximum diameters shall not exceed 2.4 mm.

(ii) Magnetic Panicle and Radiographic Inspection: Welds that are subject to radio-graphic or magnetic panicle testing in addition to visual inspection shall have nocrack.Magnetic panicle test shall be carried out for detection of crack and otherdiscontinuity in the weld according to IS: 5334Radiographic test shall be carried out for detection of internal flaws in the weld suchas crack, piping porosity inclusion, lack of fusion, incomplete penetration, etc, Thistest must be carried out as per :182 and IS: 4853Acceptance Criteria: The weld shall be unacceptable if radiographic or magneticpanicle testing shows any of the type of discontinuities indicated in the code.

(iii) Ultrasonic Inspection: The Ultrasonic testing in addition to visual inspection shall becarried out for detection of internal flaws in the weld such as cracks, piping porosityinclusion, lack of fusion, incomplete penetration, etc. Acceptance criteria shall be asper IS: 4260 or any other relevant IS Specification and as agreed to by the Engineer.

(iv) Liquid Penetration Inspection: The liquid penetration test shall be carried out fordetection of surface defect in the weld, as- per IS: 3658, in addition to visualinspection.

The non-destructive testing of following welds be carried out using one of themethod or; methods described at (ii), (iii) and (iv) above, as may be agreed to by theEngineer.a) All transverse butt welds in tension flange.

Page 94: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

94

b) 10 percent of the length of the longitudinal and transverse butt welds incompression flanges.

c) 5 per cent of the length of longitudinal and transverse butt welds incompression flanges.

d) All transverse butt welds in webs adjacent to tension flanges as specified bythe Engineer.

The particular length of welds in webs to be tested shall be agreed with the Engineer,in case of (b) or (c).Where specified by the Engineer, bearing stiffeners or bearing diaphragms adjacent towelds, flange pates adjacent to web/flange welds at cruciform welds, plates in boxgirder construction adjacent to comer welds or other details shall be ultrasonicallytested after fabrication.for his decision.

(d) Testing of Welding for Cast Steel: The testing of weld for cast steel shall becarried out as may be agreed to by the Engineer.

(e) Stud Shear Connectors: Stud Shear connectors shall be subjected to thefollowing tests:

(i) The fixing of studs after being welded in position shall be tested by striking the side ofthe head of the stud with a 2 kg. Hammer to the satisfaction of the Engineer.

(ii) The selected stud head stroked with 6 kg. Hammer shall be capable of lateraldisplacement of approximately 0.25 the height of the stud from its original position.The stud weld shall not show any sign of crack or lack of fusion.The studs whose welds have failed the test given in (a) and (b) shall be replaced.

(f) Inspection requirement: The fabricated member/component made out of rolled andbuilt-up section shall be checked for compliance of the tolerances given in Table-2.Inspection of member/components for compliance with tolerances, and the check fordeviations shall be made over the full length.During checking, the inspection requirement shall be placed in manner that localsurface irregularities do not influence the result.For plate, out of plane deviation shall be checked at right angle to the surface over thefull area of the plate.The relative cross-girder or cross frame deviation shall be checked over the middlethird of length of the cross girder of frame between each pair of webs and forcantilever at the end of member.The web of rolled beam or channel section shall be checked for out-of-plane deviationin longitudinal direction equal to the depth of the section.During inspection, the component /member shall not have any load or external

restraint.Inspection Stages: The inspection to be carried out for compliance of tolerances shallinclude but not be limited to the following stages:

i) For completed parts, component/members on completion of fabrication and beforeany subsequent operation such as surface preparation, painting, transportation, anderection.

ii) For webs of plate and box girder, longitudinal compression flange stiffeners in boxgirders and orthotropic decks and all web stiffeners at site joints, on completion of sitejoint.

iii) For cross girders and frames, cantilevers in orthotropic decks and other parts in whichdeviations have apparently increased on completion of site assembly.

Page 95: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

95

Where, on checking member/component for the deviations in respect of out of planepr out of straightness at right angles to the plate surface, any other instances, exceedtolerance, the maximum deviation shall be measured and recorded. The recordedmeasurements shall be submitted to the Engineer who will determine whether thecomponent/member may be accepted without rectification, with rectification orrejected.

4.0 OILING AND PAINTING:

4.1. No part of the work is to be painted or coated, packed or dispatched until it has beenfinally inspected and approved by the inspecting officer.

4.2. The whole of the work except machined surfaces shall be painted using one of thesystems of painting given below. Prior to painting, the surfaces shall be carefullyprepared removing mill scale, rust, etc, using wire brushes, sander or short blasting asapproved by the Engineer/Inspecting Officer.a) Priming coat:i. The coats of ready mixed Paint red lead priming to IS: 102. ,

ORii. One coat of ready mixed zinc chrome priming to IS: 104 followed by one coat ofzinc chrome red oxide priming to IS: 2074. The dry film thickness should e 40microns (Each coat of 20 microns)

b) Finishing coats:Two coats of aluminum paint to IS: 2339 shall be applied over the primer coats. Onecoat shall be applied before the fabricated steel work leaves the shop. After the steelwork is erected at site the second coat shall be given after touching up the primer andthe cover coat if damaged in-transit. The dry film thickness shall be 3o microns (Eachcoat of15 microns)

4.3 Surfaces which are inaccessible for cleaning and painting after fabrication shall bepainted as specified in before assembled for riveting.

4.4 All rivets, bolts, nuts, washers, etc, are to be thoroughly cleaned and dipped intoboiling linseed oil to IS:77

4.5 All machined surfaces are to be well coated with a mixture of white lead to IS: 34 andMutton tallow to IS: 887

4.6 For site paintings the whole of the steel work shall be given the second cover coatafter finally passing and after touching up the Primer and Cover Coats, if damaged in-transit.

5.0 TEST AND STANDARDS OF ACCEPTANCEThe materials shall be tested in accordance with relevant IS specifications andnecessary test certificates shall be furnished. Additional tests, if required, shall be gotcarried out by the Contractor at his own cost.The fabrication, furnishing, erecting, painting of structural steel work shall be inaccordance with these specifications and shall be checked and accepted by theEngineer.

Page 96: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

96

6.0 MEASUREMENTS FOR PAYMENTThe measurements of this shall be in tones based on the net weight of metal in thefabricated structure computed on the basis of nominal weight of materials.The weight of rolled and cast steel and cast iron shall be determined from thedetermine shown on the drawings on the following basis:

Rolled or cast steel: 7.84X10-3 kg/cu.cm. Cost Iron: 7.21 X10-3 kg/cu.cm.Weight of structural sections shall be nominal weight.Weight of weld fillets and weight of protective coating shall not be included.Weight of rivet heads shall be computed by taking the weight of 100 snap heads asgiven in Table-3.

TABLE-3 : WEIGHT OF RIVET HEADS

Dia of Rivets asmanufactured

Weight of 100 snapheads

mm kg12 1.314 2.116 3.418 4.4520 6.122 8.124 10.527 1530 20.533 27.5

The Contractor shall supply detailed calculations sheets for the weight of the metal inthe fabricated structure.No additions shall be made for the weight of protective coating or weld fillets.Where computed weight forms the basis for payment, the weight shall be calculatedfor exact cut sizes of members used in the structure, deductions being made for allcuts, except for rivet holes. Additions shall be made for the rivet heads as mentionedabove.

7.0 RATE:The Contract unit rate for the completed structural steel work shall included the costof all materials, labour, tools, plant and equipment required for fabrication,connections, oiling, painting, temporary erection, inspection, tests and compete finalerection as shown on the drawings and as specified in these specifications.

8.0 POT & PTFE BEARING:8.1 The POT & PTFE bearings shall be procured from RDSO approved Venders.8.2 The design of POT & PTFE bearings shall be submitted by the Vendor for approval

before supply.

Page 97: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

97

Section - 6

DRAWINGSGAD ENCLOSED

Page 98: RITES LIMITED, NAGPUR T-13...1 RITES LIMITED, NAGPUR TENDER No. RITES/ GM/ NGP/ 13-2013 Dt. 29.04.2013 Name of work: CONSTRUCTION OF ROB OF SIZE 2 X 30M COMPOSITE GIRDER (B RIDGE No

953010030

60003946

159706730

68066550

C/L

OF M

GR

HO

PPER

LIN

EC

/L O

F MG

RT

IPPLE

R L

INE

C/L

OF M

GR

EN

GIN

EE

SCA

PE L

INE

C/L

OF M

GR

RE

TU

RN

LIN

EC

/L O

F OIL

SIDIN

G L

INE

FL 260.500

RL

261.138

267.501 267.688

Ro L

270.094A

PPRO

CH

SLA

BPC

C 150 T

HK

EX

ISTIN

G R

OA

D L

EV

EL

267.125

CO

UN

TE

RFO

RT

OF A

BU

TM

EN

T

RE

TU

RN

WA

LL

EX

ISTIN

G R

OA

D L

EV

EL

268.475

900750

900750

5351

150200

1450

100

37001300

PLA

N O

F PIER

L/S O

F PIER

C/S O

F PIER

GL

CR

ASH

BA

RR

IER

CH

AM

PAT

EN

DU

BH

AT

A

L/S O

F AB

UT

ME

NT

C/S O

F AB

UT

ME

NT

SEC

A−A

250

250

500

200

500

500

1500

CO

UN

TE

RFO

RT

S

RE

TU

RN

WA

LL

1000

1250

150

7501890

600

6101

1100500

107509000

300D

IRT

WA

LL

POT

−PTFE

BE

AR

ING

RE

TA

ININ

G W

AL

L L

EN

GT

H 29560

RE

TA

ININ

G W

AL

L L

EN

GH

T 83560

8800

1360

550

700

500

2610

400

400

8800

200

4000

BA

CK

FILL

RE

TA

ININ

G W

AL

L ST

AR

TIN

G SE

CT

ION

TO

WA

RD

S CH

AM

PA E

ND

OG

L

1750

450

200

150

500

500550

4501000

1750

450

200

150

8800

EA

RT

H FIL

L

2500

500

500

600

EA

RT

H FIL

L

RE

TA

ININ

G W

AL

L E

ND

SEC

TIO

N T

OW

AR

DS

CH

AM

PA E

ND

RE

TA

ININ

G W

AL

L ST

AR

TIN

G SE

CT

ION

TO

WA

RD

S TE

ND

UB

HA

TA

EN

D

RE

TA

ININ

G W

AL

L E

ND

SEC

TIO

N T

OW

AR

DS

TE

ND

UB

HA

TA

EN

D

APPR

OC

H L

EN

GT

H 59560

APPR

OC

H L

EN

GT

H 113560

AA

BB

PLA

N O

F AB

UT

ME

NT

SEC

B−B

MO

OR

UM

FILL

MO

OR

UM

FILL

10950

2400

6637

10950

9631

1656

4500

1371

570

7000

7162

600

6430

1000 7251

2125

6430

8800

6130

2463

30000

GL

1360

550

700

500

2610

400

400

200

4000

MO

OR

UM

FILL

EA

RT

H FIL

L

300300

500

500550

4501000

300

200300150

1220

2500

500

500

600

300

200300

150

1220

750R

OA

D L

EV

EL

/ FILL

ED

UP SO

IL

OG

L

RO

AD

LE

VE

L / FIL

LE

D U

P SOIL

OG

L

RO

AD

LE

VE

L / FIL

LE

D U

P SOIL 1500O

GL

1750

450

200

150

500

500550

4501000

1750

450

200

150

8800

EA

RT

H FIL

L

MO

OR

UM

FILL

300300

500

500550

4501000

750R

OA

D L

EV

EL

/ FILL

ED

UP SO

IL

CA

BL

E D

UC

T / FO

OT

PAT

H

130

CA

RR

IAG

E W

AY

7500

400

300

2000

2370

2000

3000

15085010005700

5700

3700

4800

100

1450

1900

1450100

WE

AR

ING

CO

AT