the west bengal power development corporation limited · modification of existing railway track...

105
1 Signature of the tenderer Under seal of the firm The West Bengal Power Development Corporation Limited (A Government of West Bengal Enterprise) Open Tender Notice No. 38/OT/WBPDCL-KTPS/PH- IV/Tr. Linking/PKG-1/2014 Dated 03.09.2014 Laying, Linking of Railway track including supply of Track Ballast & P. Way fittings including Formation in connection with Construction & Project Management Service for the Railway Infrastructure required to serve Kolaghat Thermal Power Project Phase-4, Dist-Purba Medinipur. West Bengal. Part – 1 (TECHNICAL BID) CONTENTS Section-1 : Notice Inviting Tender and Instructions to Tenderers Section-2 : Tender and Contract Form Section-3 : Special Conditions of Contract Section-4 : Schedule A to F Section-5 : Technical Specifications Section-6 : Drawings Issued to (Name of Tenderer):________________________________________ Address of tenderer:_________________________________________________ Signature of officer issuing the documents___________________ Designation _______________________________ Date of Issue___________________ (A Govt. of India Enterprise) Regional Project Office, KOLKATA 56 C R Avenue, 2 nd floor, Kolkata – 700 012 e.mail : [email protected] Phone No: (033) 22367118/7146/7162/7143(Fax)

Upload: trantuyen

Post on 28-Aug-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

1 Signature of the tenderer

Under seal of the firm

The West Bengal Power Development

Corporation Limited (A Government of West Bengal Enterprise)

Open Tender Notice No. 38/OT/WBPDCL-KTPS/PH-

IV/Tr. Linking/PKG-1/2014 Dated 03.09.2014

Laying, Linking of Railway track including supply of Track

Ballast & P. Way fittings including Formation in connection with Construction & Project Management Service for the Railway

Infrastructure required to serve Kolaghat Thermal Power Project Phase-4,

Dist-Purba Medinipur. West Bengal.

Part – 1 (TECHNICAL BID)

CONTENTS

Section-1 : Notice Inviting Tender and Instructions to Tenderers

Section-2 : Tender and Contract Form

Section-3 : Special Conditions of Contract

Section-4 : Schedule A to F

Section-5 : Technical Specifications

Section-6 : Drawings

Issued to (Name of Tenderer):________________________________________

Address of tenderer:_________________________________________________

Signature of officer issuing the documents___________________

Designation _______________________________

Date of Issue___________________

(A Govt. of India Enterprise)

Regional Project Office, KOLKATA

56 C R Avenue, 2nd floor, Kolkata – 700 012

e.mail : [email protected]

Phone No: (033) 22367118/7146/7162/7143(Fax)

2 Signature of the tenderer

Under seal of the firm

RITES LTD

(A Govt. of India Enterprise)

REGIONAL PROJECT OFFICE, 56, C.R. Ave. (2nd fl), Kolkata-12 Phone No. 033-2236 7118/46/62 FAX-033 2236 7143

NOTICE INVITING TENDER

GGM (P), RITES Ltd. invites sealed tenders for & on behalf of West Bengal Power

Development Corporation Ltd. (WBPDCL) in connection with renovation and

modification of existing railway track within plant area of Kolaghat Thermal Power

Station, P.O. Mecheda, Dist. Purba Medinipur, W.B from contractors who fulfill

qualifying criteria stipulated in respective Tender Documents for the following

works.

(1)NIT No.38/OT/WBPDCL-KTPS/PH-IV/Tr. Linking/PKG-1/2014 Dt.03.09.2014.

Name of work: Laying, linking of Railway track including supply of track ballast

and P. Way fittings etc. Estimated Cost: Rs 484.83 Lakhs (Approx), EMD:

Rs.4,84,850/-, Completion period: 6 (Six) months. Last date of Submission of

Tender: 22.09.2014. (2) NIT No.39/OT/WBPDCL-KTPS/PH-IV/PSC/PKG-2/2014 Dt. 03.09.2014.

Name of work: Supply & delivery of B.G. PSC Sleepers and Turnout Sleepers as

per RDSO Drg. & Specifications. Estimated Cost: Rs.220.63 Lakh (Approx),

EMD: Rs.2,20,630/-, Completion period: 3 (Three) months. Last date of

Submission of Tender: 22.092014. (3) NIT No.40/OT/WBPDCL-KTPS/PH-IV/P&C/PKG-3/2014 Dt. 03.09.2014.

Name of work: Supply & delivery of Points & Crossings with 60 Kg. Rails as per

RDSO Drg. & Specifications. Estimated Cost: Rs 114.14 Lakh (Approx), EMD:

Rs.1,14,150/-, Completion period: 3 (Three) months. Last date of Submission of

Tender: 18.09.2014. For complete Tender Documents including qualifying criteria etc. please visit:

(www.rites.com) or (www.tendervalue.in) w.e.f 04.09.2014 or contact this office.

Addendum/corrigendum, if any, would be hoisted on the websites only.

3 Signature of the tenderer

Under seal of the firm

PART - 1

TECHNICAL BID

Section – 1

NOTICE INVITING TENDER &

INSTRUCTIONS TO TENDERERS

4 Signature of the tenderer

Under seal of the firm

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

Tender No. 38/OT/WBPDCL-KTPS/PH-IV/Tr. Linking/PKG-1/2014 Dated 03.09.2014

1.0 GENERAL

1.1 Tender Notice

Tenders are invited in two packet system by RITES Ltd., a Public Sector Enterprise under

the Ministry of Railways, acting for and on behalf of The West Bengal Power Development

Corporation Ltd(Employer) as an Agent/Power of Attorney Holder, from working contractors

(including contractors who have executed works within the last five years reckoned from the

scheduled date of opening of tender) of Government Organizations / Semi Government

organizations of Central or State Government; or of Public Sector Undertakings/

Autonomous Bodies of Central or State Governments; or of Public Ltd. Companies listed in

Stock Exchange in India or Abroad, for the work of - Laying, Linking of Railway track

including supply of Track Ballast & P. Way fittings including Formation in connection with

Construction & Project Management Service for the Railway Infrastructure required to serve

Kolaghat Thermal Power Project Phase-4, Dist-Purba Medinipur. West Bengal.

(Note : Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their

derivatives are synonymous).

1.2 Estimated Cost of Work

The work is estimated to cost Rs.484.83 Lakhs. This Estimate, however, is given merely as a

rough guide.

1.3 Time for Completion

The time allowed for completion will be 06 (Six) months from the date of start which is

defined in Schedule F under Clause 5.1a of Clauses of Contract.

1.4 Brief Scope of Work Supply of ballast & P.way fittings and track linking with civil

works-Works will be carried out in running tracks

1.5 Availability of Site

The site for the work shall be made available in parts, as per progress of work and pre-

programming with client for obtaining permit to work in running track:

2.0 QUALIFICATION CRITERIA TO BE SATISFIED

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

2.2 The Qualification Criteria to be satisfied will depend on the category of works,

whether Normal or Large. The work for which the Tender is being invited falls

under the category of Normal .

5 Signature of the tenderer

Under seal of the firm

2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls

in Normal area or Difficult area. The work for which this Tender has been invited

falls under Normal 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 the

Qualification Criteria laid down should all be in the Bidder’s name, except in cases

where though the name has changed, the owners continued to remain the same and in

cases of amalgamation of entities.

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON

QUALIFICATION CRITERIA

3.1 Other than Joint Ventures

The Tenderer shall furnish a Letter of Transmittal as given in Annexure II A

enclosing the documents mentioned therein/listed in para 1(a) of Annexure IA.

4.0 CONTENTS OF TENDER DOCUMENT

4.1 Each set of Tender or Bidding Document will comprise the Documents listed below

and addenda issued in accordance with para 7 :

PART – 1 :- Technical Bid Packet (Read with Correction Slip Nos.1 to _____)

Section 1 Notice Inviting Tender and Instructions to Tenderers.

Section 2 Tender and Contract Form.

Section 3 Special Conditions.

Section 4 Schedules A to F

Section 5 Technical Specifications

Section 6 Drawings-Nil

PART – 2 :- Financial Bid Packet

Schedule of Quantities (Bill of Quantities)

PART – 3:- General Conditions of Contract (read with correction Slip Nos. 1 to ________)

Section 7 Conditions of Contract

Section 8 Clauses of Contract

Section 9 RITES Safety Code

Section 10 RITES Model Rules for protection of Health and Sanitary

arrangements for Workers

Section 11 RITES Contractor’s Labour Regulations

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

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

6 Signature of the tenderer

Under seal of the firm

5.0 ISSUE OF TENDER DOCUMENT

5.1 A complete set of Tender Document (Technical and Financial Bid) described in Para

4.1 above can be seen in the office of the GGM/P-Rites Ltd; Metro Service Building-

2nd

Floor;56-C.R.Avenue;Kolkata-70012 between hours of 11.00 AM and 4.00 PM

every day except on Saturdays, Sundays and Public Holidays.

5.2 One set of Tender Document may be purchased from the office of the GGM/P-Rites

Ltd; Metro Service Building-2nd

Floor;56-C.R.Avenue;Kolkata-70012 from

04.09.2014 to 19.09.2014 for a non refundable fee per set of Rs.5,000/- (Rupees five

thousand only) in the form of Demand Draft/ Pay Order/ Banker’s cheque drawn on

any Scheduled Bank payable at Kolkata in favour of RITES Ltd., on submission of an

application. Tender document may be issued free of cost to such applicants as are

exempted from payment of cost of tender document as a matter of Government

Policy.

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

(www.rites.com) or (www.tendervalue.in) and in such a case, the Tenderer shall

deposit the cost of tender documents (unless he is exempted from such payment as a

matter of Government policy ) along with submission of tender, failing which his

tender shall not be opened. The cost of tender documents shall be deposited in the

form of a separate Banker’s cheque / Demand Draft / Pay Order and enclosed in the

envelope containing the Earnest Money Deposit. In case the tenderer is exempted

from such payment, the onus of proving such exemption shall rest with the tenderer

and proof of the same shall be placed in the envelope meant for Earnest money.

The amendments / clarifications to the Tender documents will also be available on the

above mentioned website.

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

participating in the tender process. During the scrutiny of downloaded tender

document, if any modification / correction etc. is noticed as compared to the original

documents posted on the website, the bid submitted by such a Tenderer is liable to be

rejected. In case the bid of a Tenderer who has downloaded the document from

website is accepted the contract shall be executed in the original / manual tender

document issued by the concerned RITES officer.

5.5 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document may

notify Sibesh Ghosal,JGM/Civil(The official nominated for this purpose) in writing or

by telefax/ or by E-mail at the following Postal Address/ Fax No./E-mail address:

Office of the GGM/P-Rites Ltd;Metro Service Building-2nd

Floor;56-

C.R.Avenue;Kolkata-70012/033-22367143/[email protected]

In cases where Pre-Bid Meeting is not proposed to be held, request for clarifications

including request for Extension of Time for submission of Bid, if any, must be

received not later than 10 (ten) days prior to the deadline for submission of tenders.

Details of such questions raised and clarifications furnished will be uploaded in

RITES website without identifying the names of the Bidders who had raised the

7 Signature of the tenderer

Under seal of the firm

questions. Any modification of the Tender Document arising out of such

clarifications will also be uploaded on RITES website only.

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

may be referred to.

6.0 PRE-BID MEETING- NO

7.0 AMENDMENT OF TENDER DOCUMENT

7.1 Before the deadline for submission of tenders, the Tender Document may be modified

by RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will

however be stopped 7 days prior to the deadline for submission of tenders as finally

stipulated.

7.2 Addendum/corrigendum, if any, will be hosted on website only and shall become a

part of the tender document. All Tenderers are advised to see the website for

addendum/ corrigendum to the tender document which may be uploaded upto 7 days

prior to the deadline for submission of Tender as finally stipulated.

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

corrigenda into account in preparing their tenders, extension of the deadline for

submission of tenders may be given as considered necessary by RITES.

8.0 TENDER VALIDITY

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

Tender or any extended date as indicated in sub para below.

8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to

the expiry of the original time limit for Tender Validity, the Employer may request

that the Tenderers may extend the period of validity for a specified additional period.

The request and the tenderer’s response shall be made in writing. A Tenderer may

refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the

request will not be permitted to modify his Financial Bid to a higher amount but will

be required to extend the validity of the Earnest Money for the period of the

extension.

9.0 EARNEST MONEY

9.1 The Tender should be accompanied by Earnest Money of Rs.4,84,850/- (Rupees

Four lakh eighty four thousand and eight hundred fifty only) in any of the forms

given below:-

Banker’s Cheque / Pay Order/ Demand Draft payable at Kolkata drawn in favour of

RITES Ltd.

9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be

rejected by the Employer as non-responsive unless the tenderer is exempted from

payment of Earnest Money as a matter of Government Policy. The onus of proving

such exemption shall rest with the tenderer and such proof shall placed in the

envelope meant for Earnest money.

8 Signature of the tenderer

Under seal of the firm

9.3 Refund of Earnest Money

a) Two Packet System

The Earnest Money of the Tenderers whose Technical Bid is found not acceptable

will be returned without interest soon after scrutiny of Technical Bid has been

completed by the Employer subject to provisions of Para 9.4 (b). The Earnest Money

of the Tenderers whose Technical Bid is found acceptable but Financial Bid is

rejected will be returned without interest within 28 days of the end of Tender Validity

Period subject to provisions of Para 9.4 (b).

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

tenderer shall submit RTGS/NEFT Mandate Form as per proforma given in

Annexure 1X,duly filled in

c) In case of Two Packet System, the Earnest Money of the successful Tenderer,

without any interest, will be adjusted as a part of the Security Deposit payable in

terms of provisions in the General Conditions of Contract (Clause 1A of Clauses of

Contract).

9.4 The Earnest Money is liable to be forfeited

a) if after bid opening, but before expiry of bid validity or issue of Letter of

Acceptance, whichever is earlier, any Tenderer

i) withdraws his tender or

ii) makes any modification in the terms and conditions of the tender

which are not acceptable to the Employer.

b) in case any statement/information/document furnished by the Tenderer is

found to be incorrect or false.

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

i) fails to furnish the Performance Guarantee within the period specified

under Clause 1 of “Clauses of Contract”. or

ii) fails to commence the work without valid reasons within the period as

specified in Schedule F after the date of issue of Letter of Acceptance

or from the first date of handing over of the site, whichever is later.

In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be

allowed to participate in the retendering process of the work.

10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers which comply strictly with the requirements of the

Tender Document as amended from time to time as indicated in Para 7.0 above.

Alternatives or any modifications shall render the Tender invalid.

9 Signature of the tenderer

Under seal of the firm

11.0 SUBMISSION OF TENDER

11.1 Two Packet System

(a) Two Packet System

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

PACKET A :- TECHNICAL BID

Envelope 1 Earnest Money along with Mandate Form as per

Annexure 1X and cost of tender document if the bid is

submitted on the document downloaded from RITES

website, unless exempted from both payments as a

matter of Government Policy. If exempted, the

documents sustaining such exemption must be placed 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

given in Annexure II A/ II B (L)/IIB(N). As regards

“Authority to Sign” Para 11.2 below may be referred to.

As regards ‘Integrity Pact’, para 11.7 below may be

referred to.

Technical Bid (Part 1 and Part 3) (Refer Para 4.1)

including

signature on Tender Form (Section 2) duly witnessed

after filling up blanks therein.

Each page of the above documents including all

Drawings should bear the dated initials of the Tenderer

along with the seal of the Company, in token of

confirmation of having understood the Contents.

PACKET B :- FINANCIAL BID

Envelope 3 Schedule/Bill of Quantities.

Each page of the Financial Bid (Part 2 – Refer Para 4.1) should be signed by the

Tenderer along with the seal of the company. In the last page of Financial Bid, at the

end, the Tenderer should sign in full with the name of the Company, Seal of the

Company and Date.

All rates and amounts, whether in figures or words, must be written in indelible ink.

Each Correction, Cutting, Addition and overwriting should be initialed by the

Tenderer.

The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees

by ignoring fifty paise and less and considering more than fifty paise as rupee one. If

the same item figures in more than one section/part of Schedule of Quantities, the

10 Signature of the tenderer

Under seal of the firm

Tenderer should quote the same rate for that item in all sections/parts. If different

rates are quoted for the same item, the least of the different rates quoted only shall be

considered for evaluation of that item in all sections/parts of the Schedule of

Quantities.

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.

.

11.2 Authority to Sign

a) If the applicant is an individual, he should sign above his full type written

name and current address.

b) If the applicant is a proprietary firm, the Proprietor should sign above his full

type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all

the partners of the firm above their full type written names and current

addresses. Alternatively the Documents should be signed by the person

holding Power of Attorney for the firm in the Format at Annexure IV.

d) If the applicant is a limited Company, or a Corporation, the Documents shall

be signed by a duly authorized person holding Power of Attorney for signing

the Documents in the Format at Annexure IV.

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following

should be kept in mind:

i) There shall be no additions or alterations except those to comply with the

instructions issued by the Employer or as necessary to correct errors, if any,

made by the Tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in

the Financial offer will however be accepted.

iii) The Employer reserves the right to accept or reject any conditional

rebate/discounts. While evaluating the Bid Price, the conditional

rebates/discounts which are in excess of the requirements of the bidding

documents or otherwise result in accrual of unsolicited benefits to the

Employer, shall not be taken into account.

11.4 Sealing and Marking of Tenders

11.4.1 Two Packet System

(a) PACKET A – TECHNICAL BID

Envelopes 1 & 2 as described in Para 11.1 (a) above should be sealed separately

superscribing “Technical Bid” with Envelope Number, Name of the work and

Name of the tenderer. In addition, the following should also be superscribed on the

respective envelopes.

11 Signature of the tenderer

Under seal of the firm

Envelope 1 i) Earnest Money alongwith mandate Form as

per

Annexure 1X

ii) Cost of Tender Document if the Bid is

submitted on the document downloaded from

RITES website.

iii) If the bidder is exempted from payment

Earnest Money and Cost of Tender

Document, he should superscribe “Documents

substantiating exemption from payment of

Earnest Money and Cost of Tender

Documents”.

Envelope 2 i) Authority to Sign, ‘Integrity Pact’ (when

applicable as per para 11.7 below) and

Qualification Information/ documents as per

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

ii) Technical Bid including Drawings

Both the envelopes should be put in a packet which should be sealed. The following

should be superscribed on the packet:

i) Packet A – Technical Bid

ii) Name of the Work

iii) Name of the Tenderer

(b) PACKET B – FINANCIAL BID

Envelope 3 – Financial Bid should be put in Packet B which should be sealed. The

following should be superscribed on the packet.

i) Packet B - Financial Bid

ii) Name of the work

iii) Name of the tenderer

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

envelope should be superscribed with the following details:

i) Tender for (Name of work)

ii) Tender number

iii) Date and time of opening of Tender

iv) From (Name of Tenderer)

v) Addressed to ---- (RITES Officer inviting the Tender)

11.4.2 If the envelopes and packets are not superscribed and sealed as indicated in Paras

11.4.1 above, the Employer will assume no responsibility for the misplacement or

premature opening of the Tender.

12 Signature of the tenderer

Under seal of the firm

11.5 Deadline for submission of Tender

11.5.1 Tenders must be received by the Employer at the following address not later than

14.00 Hrs. on 22.09.2014. In the event of the specified date for the submission of the

Tender being declared a holiday due to Strike/Bandh or on any account by the

Employer, the Tenders will be received up to the appointed time on the next working

day.

Address for submission of Tender: GGM/P-Rites Ltd; Metro Service Building-2nd

Floor;56-C.R.Avenue;Kolkata-70012

11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an

amendment in writing in accordance with Para 7.3 in which case all rights and

obligations of the Employer and the Tenderer previously subject to the original

deadline will be subject to new deadline.

11.6 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of

Tender will be returned unopened to the Tenderer.

11.7 Integrity Pact: NA

11.8 Modification and Withdrawal of Bids

11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the

deadline prescribed in para 11.5 for submission of Bids.

11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and

delivered in accordance with paras 11.1, 11.2 and 11.4 with the outer envelopes

additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate.

The envelopes for modifications on ‘Technical Bid’ and ‘Financial Bid’ shall be

submitted in separate sealed envelopes and marked as ‘Modifications of Technical

Bid’ or ‘Modifications of Financial Bid’ as the case may be.

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

below. If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid

after the deadline for submission of Bids, such offer will not be considered for

Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on

his original offer without considering the suo moto offer, the rebate / discount offered

will be taken into account for incorporation in the Contract Agreement.

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

the deadline for submission of Bids shall result in forfeiture of the Earnest Money.

13 Signature of the tenderer

Under seal of the firm

12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF

APPLICATIONS

12.1 The Employer will open all the Tenders received (except those received late or

delayed)as described in para 12.2/12.3 below, in the presence of the Tenderers or their

representatives who choose to attend at 14.30 Hrs. on 22.09.2014 in the office of

GGM/P-Rites Ltd;Metro Service Building-2nd

Floor;56-C.R.Avenue;Kolkata-70012.

In the event of the specified date of the opening being declared a holiday by the

Employer, the Tenders will be opened at the appointed time and location on the next

working day.

12.2 Two Packet System

(a) (i) The PACKET A will be opened and Envelope 1 containing Earnest Money and

Cost of Tender Document (where Bid is submitted in the document downloaded

from RITES website) of all the Tenderers will be opened first and checked. If the

Earnest Money furnished is not for the stipulated amount or is not in an

acceptable form (unless exempted ) and where applicable, the cost of Tender

Document has not been enclosed for the correct amount and in an acceptable form

(unless exempted), the Envelope 2 of PACKET A (TECHNICAL BID) and

PACKET B will be returned to the Tenderer concerned unopened at the time of

opening of the Tender itself. The Envelopes 2 of PACKET A (TECHNICAL

BID) of other Tenderers who have furnished Earnest Money of correct amount in

acceptable form (unless exempted) and where applicable the cost of Tender

Document for the correct 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 and such other details as the Employer may consider appropriate

will be announced by the Employer at the time of opening of Packet A. PACKET

B (FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted

for evaluation will be checked to see if the seals are intact. All such PACKETS B

will be put in an envelope and sealed. The Employer’s official opening the

Tender will sign on this envelope and will also take the signatures of preferably

atleast two Tenderers or their representatives present. This envelope will be kept

in safe custody by the Employer.

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

whether each Tenderer

(i) has submitted `Authority to sign’ as per para 11.2 above and Integrity Pact

(where applicable) duly signed and witnessed as per para 11.7 above;

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

(iii) conforms to all terms, conditions and specifications of the Tender Document

without any modifications or conditions.

(c) If required, the Employer may ask any such Tenderer for clarifications on his

Technical Bid. The request for clarification and the response from the Tenderer will

be in writing. If a Tenderer does not submit the clarification/document requested, by

the date and time set in the Employer’s request for clarification, the bid of such

Tenderer is likely to be rejected. Tenderers whose Technical Bids are not found

acceptable will be advised of the same and their Earnest Money and PACKET B

14 Signature of the tenderer

Under seal of the firm

(FINANCIAL BID) will be returned unopened. Tenderers whose Technical Bids are

found acceptable will be advised accordingly and will also be intimated in writing of

the time and date and place where and when the PACKET B (Financial Bid) will be

opened.

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

representatives who choose to be present, the Employer will open the envelopes

containing the PACKET B (FINANCIAL BID). The Tenderer’s name, the tender

amount quoted and such other details as the Employer may consider appropriate will

be announced by the Employer.

13.0 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy

themselves before submitting their Tenders, as to the nature of the ground and sub-

soil (as far as is practicable), the form and nature of the site, the means of access to

the site, the accommodation they may require and in general shall themselves obtain

all necessary information as to risks, contingencies and other circumstances which

may influence or affect their Tender. A Tenderer shall be deemed to have full

knowledge of the site whether he inspects it or not and no extra charges consequent

on any misunderstanding or otherwise shall be allowed. The Tenderer shall be

responsible for arranging and maintaining at his own cost all materials, tools & plants,

water, electricity, access, facilities for workers and all other services required for

executing the work unless otherwise specifically provided for in the contract

documents. Submission of a tender by a Tenderer implies that he has read this notice

and all other contract documents and has made himself aware of the scope and

specifications of the work to be done and of conditions and rates at which stores, tools

and plant etc. will be issued to him by the Employer and local conditions and other

factors having a bearing on the execution of the work.

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If

the Tenderer does not submit the clarification by the date and time set in the

Employers request for clarification, such Tender is likely to be rejected.

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

accept the lowest or any other Tender and reserves to himself the authority to

reject any or all the Tenders received without the assignment of any reason. All

Tenders in which any of the prescribed conditions is not fulfilled or any condition

is put forth by the Tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITED

Canvassing whether directly or indirectly, in connection with tenders is strictly

prohibited and the tenders submitted by the Contractors who resort to canvassing will

be liable to rejection.

15 Signature of the tenderer

Under seal of the firm

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

The competent authority on behalf of the Employer reserves to himself the right of

accepting the whole or any part of the tender and the Tenderer shall be bound to

perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS

17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted

as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the

concerned

SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM

and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also

intimate the names of persons who are working with him in any capacity or are

subsequently employed by him and who are near relatives to any Gazetted officer in

the organization of the Employer. Any breach of this condition by the Tenderer would

render his Tender to be rejected.

No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or

Administrative duties in an Engineering Department of the Organisation of the

Employer is allowed to work as a contractor for a period of one year after his

retirement from the Employer’s service without the previous permission of the

Employer in writing. The contract is liable to be cancelled if either the Contractor or

any of his employees is found any time to be such a person who had not obtained the

permission of the Employer as aforesaid before submission of the tender or

engagement in the Contractor’s service.

17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials

Secret Act 1923, for maintaining secrecy of the tender documents drawings or other

records connected with the work given to them. The unsuccessful Tenderers shall

return all the drawings given to them.

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

liable for rejection.

17.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender

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 be accurately

filled in so that there is no discrepancy in the rates written in figures and words.

However, if a discrepancy is found, the rates which correspond with the amount

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 correspond with

the rates written either in figures or in words then the rates quoted by the Tenderer in

words shall be taken as correct. Where the rates quoted by the Tenderer in figures

and in words tally but the amount is not worked out correctly, the rates quoted by the

Tenderer will, unless otherwise provided, be taken as correct and not the amount. In

the event that no rate has been quoted for any item(s), leaving space both in figure (s)

or word(s) and the amount blank, it will be presumed that the Tenderer has 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.

16 Signature of the tenderer

Under seal of the firm

b) In case of percentage Rate Tender only percentage quoted shall be considered. Any

tender containing item rates is liable to be rejected. Percentage quoted by the

Tenderer in percentage rate tender shall be accurately filled in figures and words so

that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount

has been indicated by the Tenderer and if discrepancy is noticed in the percentages

quoted in words and figures, then the percentage which corresponds with the total

amount, shall, unless otherwise proved be taken as correct. If the total amount is not

worked out or if worked out, it does not correspond with the percentages written

either in figures or in words, then the percentage quoted by Tenderer in words shall be

taken as correct. When the percentages quoted by the Tenderer in figures and in

words tally but the total amount is not worked out correctly, the percentage quoted by

the Tenderes shall be taken as correct, unless proved otherwise and the total amount

worked out accordingly.

17.5 In the case of any Item rate tender where unit rate of any item/items appears

unrealistic, such tender will be considered as unbalanced and in case the Tenderer is

unable to provide satisfactory explanation, such a tender is liable to be disqualified

and rejected.

17.6 (a) In Item rate Tender, all rates shall be quoted on the tender form. The amount for

each item should be worked out and requisite totals given. Special care should be

taken to write the rates in figures as well as in words and the amount in figures only,

in such a way that interpolation is not possible. The total amount in each Schedule

should be written both in figures and in words. In case of figures, the word ‘Rs.’

should be written before the figure of rupees and word ‘P’ after the decimal figures,

e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word

‘Paise’ should be 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 in schedule of quantities, the word ‘only’ should be written closely following the

amount and it should not be written in the next line.

(b) In Percentage Rate Tender, the Tenderer shall quote percentage below / above (in

figures as well as in words) at which he will be willing to execute the work. He shall

also work out the total amount of his offer and the same should be written in figures

as well as in words in such a way that no interpolation is possible. In case of figures,

the word “Rs” should be written before the figure rupees and word ‘P’ after the

decimal figures (eg.) Rs.2.15 P and in case of words the word “Rupees” should

precede and the word “Paisa” should be written at the end.

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

on material, labour and Works in respect of this Contract shall be payable by the

Contractor and the Employer will not entertain any claim whatsoever in respect of the

same. However, in respect of Service Tax, same shall be paid by the Contractor to the

concerned department on demand and it will be reimbursed to him by the Engineer-

in-Charge after satisfying that it has been actually and genuinely paid by the

Contractor.

17 Signature of the tenderer

Under seal of the firm

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

Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited

Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has

submitted a Bid for a work, shall not be a witness for any other Bidder for the same

work. Failure to observe the above stipulations would render all such Tenders

submitted as a Bidder and / or as a witness, liable to summary rejection.

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

Performance of the Contract and shall, at his own expense, comply with all laws/ acts/

enactments/ orders/ regulations/ obligations whatsoever of the Government of India,

State Government, Local Body and any Statutory Authority.

18.0 SIGNING OF CONTRACT AGREEMENT

18.1 The Tenderer whose tender has been accepted will be notified of the award by the

Employer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity

period, in the form at Annexure VI.

The Letter of Acceptance will be sent to the Contractor in two copies one of which he

should return promptly, duly signed and stamped. The Letter of Acceptance will be a

binding Contract between the Employer and the Contractor till the formal Contract

Agreement is executed.

18.2 Within the period as specified in Clause 1 of `Clause of Contract’, of the date of issue

of Letter of Acceptance, the successful Tenderer shall deliver to the Employer,

Performance Guarantee and Additional Performance Guarantee (where applicable) in

the format prescribed.

18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp

papers of appropriate value as per the provisions of Indian Stamp Act within 15 days

of the date of issue of Letter of Acceptance.

18.4 At the same time the Employer notifies the successful Tenderer that his Tender has

been accepted, the Employer will direct him to attend the Employer’s office within 28

days of issue of Letter of Acceptance for signing the Agreement in the proforma at

Annexure VII. The Agreement will however be signed only after the Contractor

furnishes Performance Guarantee and Additional Performance Guarantee (where

applicable) and hence, where justified, the period of 28 days stipulated above will be

extended suitably.

18 Signature of the tenderer

Under seal of the firm

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS

1. Annual Financial Turnover

The bidder should have achieved a minimum annual financial turnover of Rs.

48483139/-in any one of the last 5 Financial Years.

Notes :

- The financial turnover will be taken as given under the head “Income” in audited

Profit and Loss Account and excluding non-recurring income, income from other

sources and stock. It is clarified that the Financial Turnover means relevant revenue as

recorded in the Income side of Profit and Loss Account. It does not mean Profit.

- Closing stocks in whatsoever manner should not form part of turnover.

- Weightage of 7% (compounded annually) shall be given for equating the financial

turnover of the previous years to the current year.

- For considering the Financial Years, for example for a work for which the Tender is

being opened in Financial Year 2014-15, the last five Financial Years shall be 2013-

14, 2012-13, 2011-12, 2010-11 and 2009-10. For a Tender opened on (say)

05.05.2014 (F.Y. 2014-15), with weightage of 7% compounded annually, the

weightages to be applied on the Turnover of the previous five Financial Years will be

: F.Y. 2013-14 = 1.070; F.Y. 2012-13 = 1.145; F.Y. 2011-12 = 1.225; F.Y. 2010-11 =

1.311; F.Y. 2009-10 = 1.403.

- The Bidder should furnish Annual Financial Turnover for each of the last 5 Financial

Years in tabular form and give reference of the document (with page no.) relied upon

in support of meeting the Qualification Criterion.

- The Bidder should submit self attested copy of Auditor’s Report along with Balance

Sheet and Profit and Loss Statement along with Schedules for the relevant Financial

Year in which the minimum criterion is met. Provisional audit reports or certified

statements will not be accepted.

- If the Audited Balance Sheet for the immediately preceding year is not available in

case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss

Statements and other financial statements of the five Financial Years immediately

preceding the previous Financial Year may be adopted for evaluating the credentials

of the Bidder.

19 Signature of the tenderer

Under seal of the firm

2. WORK EXPERIENCE

a) Similar Works Experience

(i) For works in normal areas

The Bidder should have satisfactorily completed in his own name or

proportionate share as a member of a Joint Venture, at least one similar

work of minimum value of Rs.3,87,86,511/- OR at least two similar

works each of minimum value of Rs.2,42,41,569/- OR at least three

similar works each of minimum value of Rs.1,93,93,255/- during the

last 5 (five) years prior to the last stipulated date for submission of the

Bid. Works completed prior to the cut off date shall not be considered.

Similar Works

A Similar Work shall mean any Permanent Way work or Permanent Way work with

Supply of P. Way materials and other related ancillary work( formation, drain,

retaining wall, concrete apron) or Permanent Way work with Supply of P. Way

materials or Permanent Way work with related ancillary work( formation, drain,

retaining wall, concrete apron)

Notes :

- A weightage of 7% (compounded annually from the date of completion of the work to

the submission of the Bid) shall be given for equating the value of works of the

previous years to the current year.

- Only such works shall be considered where physical completion of entire work is over

or commissioning of work has been done, whichever is earlier.

- The Bidder should submit the details of such similar completed works as per the

format at Proforma-1 enclosed.

- Works carried out by another Contractor on behalf of the Bidder on a back to back

basis will not be considered for satisfaction of the Qualification Criterion by the

Bidder.

- Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations of

Central or State Government; or by Public Sector Undertakings/ Autonomous bodies

of Central or State Governments; or by Public Ltd. Cos. listed in Stock Exchange in

India or Abroad shall only be accepted for assessing the eligibility of a Tenderer.

- The cut off date shall be calculated backwards from the last stipulated date for

submission/ opening of Tender i.e. for a Tender which is being opened on

06.08.2011, the cut off date shall be 07.08.06.

b) Construction Experience in key activities/specified components: NA

3. SOLVENCY CERTIFICATE A Solvency Certificate of minimum solvency of Rs. 1.93.93.255/- (suggested format

at Proforma 2) from a Scheduled Bank issued not earlier than 6 months from the last

date for submission of tender is required to be submitted by the bidder.

20 Signature of the tenderer

Under seal of the firm

Notes:

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

Bank.

4. Net Worth

The bidder should have positive Net Worth. This will be judged from the Audited

Balance sheet of the last financial year ending on a date not prior to 18 months from

the due date for submission of the tender (or, if the due date is extended, such

extended date of submission)

5. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN

CASE OF BOTH LARGE AND NORMAL WORKS

a) Sub-Contractor’s Experiences and Resources

Sub-Contractors’ Experiences and Resources will not be taken into account in

determining the Bidder’s compliance with the qualifying criteria.

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

companies

If the Bidder is a wholly owned subsidiary of a company, the experience and

resources of the owner/parent company or its other subsidiaries will not be

taken into account. However, if the Bidder is a Company, the Experience and

Resources of its subsidiaries will be taken into consideration.

6. DECLARATION BY THE BIDDER

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

be disqualified if they have

a) Made misleading or false representation in the forms, statements and

attachments in proof of the qualification requirements. In such a case, besides

Tenderer’s liability to action under para 9.4 of Instructions to Tenderers, the

Tenderer is liable to face the penalty of banning of business dealings with him

by RITES.

b) Records of poor performance such as abandoning the work, not properly

completing the contract, inordinate delays in completion, litigation history or

financial failures etc.

c) Their business banned or suspended by any Central/State Government

Department/ Public Undertaking or Enterprise of Central/State Government

and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant

details as per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/-

duly attested by Notary/Magistrate should be submitted as per format given in

Proforma 3 enclosed.

21 Signature of the tenderer

Under seal of the firm

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION

COMPLETED DURING THE LAST 5 YEARS

S.

No.

Client's

Name

and

Address

Name of

the Work &

Location

Scope of

work

carried

out by

the

Bidder

Agreement

/ Letter of

Award No.

and date

Contract Value Date of start Date of Completion Reasons for

delay in

completion

if any

Ref. of

document

(with page

no.) in support

of meeting

Qualification

Criterion

Awarded Actual on

completion

As per

LOA/

Agreement

Actual

SEAL AND SIGNATURE OF THE BIDDER

Note :

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

completion certificate from the owner/client or Executing Agency / Consultant

appointed by owner / Client indicating the name of work, the description of work

done by the Bidder, date of start, date of completion (contractual & actual) and

contract value as awarded and as executed by the Bidder . “Contract Value” shall

mean gross value of the completed work including cost of materials supplied by the

owner/client but excluding those supplied free of cost.

2. Such Credential certificates issued by Government Organizations/ Semi Government

Organizations or Central or State Government; or by Public Sector Undertakings /

Autonomous bodies of Central or State Government; or by Public Ltd. Companies

listed in Stock Exchange in India or Abroad shall only be accepted for assessing the

eligibility of a Tenderer.

In case of a Certificate from a Public Limited Company, the Bidder should also

submit documentary proof that the Public Ltd. Co. was listed in Stock Exchange in

India or Abroad when the work was executed for it.

22 Signature of the tenderer

Under seal of the firm

3. Information must be furnished for works carried out by the Bidder in his own name or

proportionate share as member of a Joint Venture. In the latter case details of contract

value including extent of financial participation by partners in that work should be

furnished.

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

the Bidder cannot include such a work for his satisfying the Qualification Criterion

even if the Client has issued a Completion Certificate in favour of that Bidder.

5. Use a separate sheet for each partner in case of a Joint Venture.

6. Only similar works completed during the last 5 years prior to the last stipulated date

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

list.

23 Signature of the tenderer

Under seal of the firm

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED

OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s

____________________, having their registered office at _____________, a customer of our

Bank, is a reputed company with a good financial standing and can be treated as solvent to

the extent of Rs. ___________. This certificate is issued without any guarantee or risk and

responsibility on the Bank or any of its officers.

Signature with date

Senior Bank Manager (Name of Officer issuing the

Certificate)

Name, address & Seal of the Bank/ Branch

Note:

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

24 Signature of the tenderer

Under seal of the firm

Proforma 3

DECLARATION BY THE BIDDER

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

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

confirm that:-

i) We have not made any misleading or false representation in the forms, statements and

attachments in proof of the qualification requirements;

ii) We do not have records of poor performance such as abandoning the work, not

properly completing the contract, inordinate delays in completion, litigation history or

financial failures etc.

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

of Central / State Government has banned/suspended business dealings with us as on

date.

iv) We have submitted all the supporting documents and furnished the relevant details as

per prescribed format.

v) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does

not include any work which has been carried out by us through a Subcontractor on a

back to back basis.

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

subsequently by way of clarifications / making good deficient documents are correct

and we are fully responsible for the correctness of the information and documents

submitted by us.

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

be furnished by us in connection with this offer, is found to be incorrect or false, our

EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

signing this document

25 Signature of the tenderer

Under seal of the firm

ANNEXURE I A

CHECK LIST OF DOCUMENTS TO BE SUBMITTED

1. a) BY BIDDERS OTHER THAN JOINT VENTURES

i) Annual Financial Turnover

- Annual financial turnover for each of the last 5 Financial Years in

tabular

form.

- Self attested copies of Auditor’s Report along with the Balance Sheet

and Profit and Loss Statement for the relevant Financial Year in which

the minimum criterion is met (Refer Notes under Para 1 of Annexure

I).

ii) Work Experience

- Similar Work Experience : Proforma 1 of Annexure I with details of

1, 2 or 3 works as the case may be, which satisfy requisite qualification

criterion with self attested copies of supporting document (Refer Para

2a of Annexure I).

iii) Solvency Certificate.

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

iv) Profitability

- Net profit of last 5 Financial Years in tabular form.

- Self attested copies of Auditor’s Report along with the Balance Sheets

and Profit and Loss Statements for last 5 or 3 Financial Years, as the

case may be (Refer Para 4 of Annexure I).

v) Declaration by Bidder

Proforma 3 (Refer Para 6 of Annexure I)

26 Signature of the tenderer

Under seal of the firm

ANNEXURE II A

QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS

--LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES

(on letter head of the Applicant) From To

_____________ RITES Ltd._________

(Authority Inviting

Tender)

Sir,

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

1. I/We hereby submit the following documents in support of my/our satisfying the

Qualification Criteria laid down for the work:-

a) Self attested copy of a certificate, confirming that the applicant is a working

contractor or has executed any work within the last five years reckoned from the

date of opening of Tender, issued by a Government Organization/Semi

Government Organization of Central or State Government; or by a Public Sector

Undertaking /Autonomous Body of Central or State Government; or by a Public

Limited 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 tabular

form.

(ii) Self attested copy of Auditor’s Report along with the Balance Sheet and

Profit and Loss Statement and Schedules for the relevant Financial Year in

which the minimum criterion is met, with calculations in support of the same.

c) Work Experience

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

works as applicable and self attested copies of supporting documents

as mentioned therein.

.

d) Solvency Certificate - Proforma 2.

e) Profitability - Net profit of last 5 Financial years in tabular form with self

attested copies of Profit and Loss Statements for the last 5 or 3 Financial Years

as applicable.

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

a) Self attested copy of Partnership Deed/Memorandum and Articles of

Association of the Firm.

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

c) Declaration – Proforma 3

d) 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)

27 Signature of the tenderer

Under seal of the firm

.

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

whether mentioned in the enclosed documents or not, to verify our competence and

general reputation.

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

the Tenderer.

Yours faithfully,

Encl: As in Paras 1, 2 & 4

Signature of Applicant

with Name _________________

Date with seal

28 Signature of the tenderer

Under seal of the firm

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance with

relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing

the Power of Attorney).

We, M/s.______ (name of the firm/company with address of the registered office) hereby

constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is

presently employed with us and holding the position of ______ and whose signature is given

below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things

necessary or incidental to our bid for the work _____ (name of work), including signing

and submission of application / proposal, participating in the meetings, responding to

queries, submission of information / documents and generally to represent us in all the

dealings with RITES or any other Government Agency or any person, in connection with the

works until culmination of the process of bidding, till the Contract Agreement is entered into

with RITES and thereafter till the expiry of the Contract Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney

pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid

Attorney shall always be deemed to have been done by us.

(Add in the case of a Consortium/Joint Venture)

Our firm is a Member/Lead Member of the Consortium of ___________, _________ and

___________.

Dated this the _____ day of ______ 20

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

___________

(Signature and name in block letters of *All the partners of the firm, * Authorized Signatory

for the Company)

(* Strike out whichever is not applicable)

Seal of firm/ Company

Witness 1: Witness 2:

Name: Name:

Address: Address:

Occupation: Occupation:

29 Signature of the tenderer

Under seal of the firm

Notes:

- In case the Firm / Company is a Member of a Consortium/ JV, the authorized

signatory has to be the one employed by the Lead Member.

- The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the

executant(s) and when it is so required the same should be under common seal affixed

in accordance with the required procedure.

30 Signature of the tenderer

Under seal of the firm

ANNEXURE VI

BLANK

31 Signature of the tenderer

Under seal of the firm

ANNEXURE VII

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between

RITES Ltd. a Government of India Enterprise and a Company registered under Companies

Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its

Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana)

representing through ____________, RITES LIMITED acting for and on behalf of and as an

Agent /Power of Attorney Holder of _____ hereinafter called the Employer (which

expression shall, wherever the context so demands or requires, include their successors in

office and assigns) on one part and M/s.______ hereinafter called the Contractor (which

expression shall wherever the context so demands or requires, include his/ their successors

and assigns) of the other part.

WHEREAS the Employer is desirous that certain works should be executed

viz.___________ (brief description of the work) and has by Letter of Acceptance dated ____

accepted a tender submitted by the Contractor for the execution, completion, remedying of

any defects therein and maintenance of such works at a total Contract Price of Rs. ______

(Rupees ______________ only)

NOW THIS AGREEMENT WITNESSETH as follows:-

1. In this Agreement words and expressions shall have the same meaning as are

respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents in conjunction with addenda/ corrigenda to Tender

Documents shall be deemed to form and be read and construed as part of this

agreement viz.

The Letter of Acceptance dated______.

Priced Schedule (Bill) of Quantities

Notice Inviting Tender and Instructions to Tenderers.

RITES Tender and Contract Form

Special Conditions

Schedules A to F.

Technical Specifications

Drawings

Amendments to Tender Documents (List enclosed)

General Conditions of Contract (read with Correction Slip Nos. 1 to --) comprising of

(i) Conditions of Contract

(ii) Clauses of Contract

(iii) RITES Safety Code

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

arrangements for Workers

(v) RITES – Contractor's Labour Regulations.

32 Signature of the tenderer

Under seal of the firm

3. In consideration of the payment to be made by the Employer to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Employer to execute,

complete, remedy defects therein and maintain the works in conformity in all respects

with the provisions of the Contract.

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

execution, completion, remedying of any defects therein and maintenance of the

works, the contract price or such other sum as may become payable under the

provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be

hereinto affixed (or have herewith set their respective hands and seals) the day and year first

above written.

SIGNED, SEALED AND DELIVERED BY

____________________________

In the capacity of _____

On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name &

Designation)

1.

2.

______________________________

representing RITES LIMITED

In the capacity of Agent / Power of

Attorney Holder

For and on behalf of _________

(The Employer)

In the presence of

Witnesses (Signature, Name &

Designation)

1.

2.

33 Signature of the tenderer

Under seal of the firm

ANNEXURE-1X

Mandate Form

To

RITES Ltd

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

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

Dear sir

Authorization for payments through Electronic Fund Transfer System(RTGS/NEFT)

We hereby authorize RITES Ltd to make all our payments, including refund of Earnest

Money through Electronic Fund Transfer System(RTGS/NEFT).The details for facilitating

the payments are given below:

(TO BE FILLED IN CAPITAL LETTERS)

1 NAME OF THE BENEFICIARY

2 ADDRESS WITH PIN CODE

3 (A) TELEPHONE NO WITH STD CODE

(B) MOBILE NO

4 BANK PARTICULARS

A BANK NAME

B BANK TELEPHONE NO. WITH STD CODE

C BRANCH ADDRESS WITH PIN CODE

D BANK FAX NO. WITH STD CODE

E 11 CHARACTER IFSC CODE OF THE BANK (EITHER

ENCLOSE A CANCELLED CHEQUE OR OBTAIN

BANK CERTIFICATE AS APPENDED)

F BANK ACCOUINT NUMBER AS APPEARING ON THE

CHEQUE BOOK

G BANK ACCOUNT TYPE (TICK ONE) SAVING CURRENT

LOAN CASH CREDIT

OTHERS

H IF OTHERS, SPECIFY

5 PERMANENT ACCOUNT NUMBER (PAN)

6 E-MAIL ADDRESS

I/We here by declare that the particulars given above are correct and complete. If the

transaction is delayed or credit is not effected at all for reasons of incomplete or incorrect

information. I/We would not hold RITES Ltd responsible. Bank charges for such transfer will

be borne by us

Date……………………

SIGNATURE

(AUTHORISED

SIGNATORY)

Name…………………………

34 Signature of the tenderer

Under seal of the firm

BANK CERTIFICATION

It is certified that the above mentioned beneficiary holds bank account No.

………………………….with our branch and the Bank particulars mentioned above are

correct.

Date………………..

SINGATURE

(AUTHORISED SIGNATORY)

Name………………………

OFFICIAL STAMP

35 Signature of the tenderer

Under seal of the firm

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 12

of Constitution of India, has to ensure preservation of rights enshrined in Chapter III

of the Constitution. RITES has also to safeguard its commercial interests. It is not in

the interest of RITES to deal with Agencies who commit deception, fraud or other

misconduct in the execution of contracts awarded / orders issued to them. In order to

ensure compliance with the constitutional mandate, it is incumbent on RITES to

observe principles of natural justice before banning the business dealings with any

Agency.

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

concerned, it is incumbent that adequate opportunity of hearing is provided and the

explanation, if tendered, is considered before passing any order in this regard keeping

in view the facts and circumstances of the case.

2. Scope

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

has been laid down in these guidelines.

2.2 It is clarified that these guidelines do not deal with the decision of the Management

not to entertain any particular Agency due to its poor / inadequate performance or for

any other reason.

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

3. Definitions

In these Guidelines, unless the context otherwise requires:

i) `Bidder / Contractor / Supplier' in the context of these guidelines is indicated

as ‘Agency’.

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

a) The Director shall be the ‘Competent Authority’ for the purpose of

these guidelines. MD, RITES shall be the ‘Appellate Authority’ in

respect of such cases.

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

information available or received by him and pass such order(s) as he

may think appropriate, including modifying the order(s) passed by any

authority under these guidelines.

36 Signature of the tenderer

Under seal of the firm

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

investigating into the conduct of the Agency and shall include the Vigilance

Department, Central Bureau of Investigation, the State Police or any other

department set up by the Central or State Government having powers to

investigate.

4. Initiation of Banning / Suspension:

Action for banning / suspension business dealings with any Agency should be

initiated by the department/ unit having business dealings with them after noticing the

irregularities or misconduct on their part.

5. Suspension of Business Dealings

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

department, the Competent Authority may consider whether the allegations under

investigation are of a serious nature and whether pending investigation, it would be

advisable to continue business dealing with the Agency. If the Competent Authority,

after consideration of the matter including the recommendation of the Investigating

Department/Unit, if any, decides that it would not be in the interest to continue

business dealings pending investigation, it may suspend business dealings with the

Agency. The order to this effect may indicate a brief of the charges under

investigation. The order of such suspension would operate for a period not more than

six months and may be communicated to the Agency as also to the Investigating

Department.

The Investigating Department/Unit may ensure that their investigation is completed

and whole process of final order is over within such period.

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

the Competent Authority, having regard to the circumstances of the case, decides

otherwise.

5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be

informed that its conduct is under investigation. It is not necessary to enter into

correspondence or argument with the Agency at this stage.

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

before issuing the order of suspension. However, if investigations are not complete in

six months time, the Competent Authority may extend the period of suspension by

another three months, during which period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated

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

so warrants;

37 Signature of the tenderer

Under seal of the firm

6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted

by a Court of Law for offences involving moral turpitude in relation to its business

dealings with the Government or any other public sector enterprises or RITES, during

the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors, Partners,

owner of the Agency have been guilty of malpractices such as bribery, corruption,

fraud, substitution of tenders, interpolations, etc;

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

convicted for an offence involving corruption or abetment of such offence;

6.5 If business dealings with the Agency have been banned by the Govt. or any other

public sector enterprise;

6.6 If the Agency has resorted to Corrupt, fraudulent practices including

misrepresentation of facts;

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

Company (RITES) or its official in acceptance / performances of the job under the

contract;

6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in

complying with contractual stipulations;

6.9 Based on the findings of the investigation report of CBI / Police against the Agency

for malafide / unlawful acts or improper conduct on his part in matters relating to the

Company (RITES) or even otherwise;

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

6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The

Competent Authority may decide to ban business dealing for any good and sufficient

reason).

7. Banning of Business Dealings

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

Company.

7.2 If the Competent Authority is prima-facie of view that action for banning business

dealings with the Agency is called for, a show-cause notice may be issued to the

Agency as per paragraph 8.1 and an enquiry held accordingly.

38 Signature of the tenderer

Under seal of the firm

8. Show-cause Notice

8.1 In case where the Competent Authority decides that action against an Agency is

called for, a show-cause notice has to be issued to the Agency. Statement containing

the imputation of misconduct or mis-behaviour may be appended to the show-cause

notice and the Agency should be asked to submit within 30 days a written statement

in its defence. If no reply is received, the decision may be taken ex-parte.

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

RITES, necessary facility for inspection of documents may be provided.

8.3 After considering the reply of the Agency and other circumstances and facts of the

case, a final decision for Company-wide banning shall be taken by the Competent

Authority. The Competent Authority may consider and pass an appropriate speaking

order:

a) For exonerating the Agency if the charges are not established;

b) For banning the business dealing with the Agency.

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

order. If it decided to ban business dealings, the period for which the ban would be

operative may be mentioned.

9. Appeal against the Decision of the Competent Authority

9.1 The Agency may file an appeal against the order of the Competent Authority banning

business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall

be preferred within one month from the date of receipt of the order banning business

dealing, etc.

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

be communicated to the Agency as well as the Competent Authority.

10. Review of the Decision by the Competent Authority

Any petition / application filed by the Agency concerning the review of the banning

order passed originally by Competent Authority under the existing guidelines either

before or after filing of appeal before the Appellate Authority or after disposal of

appeal by the Appellate Authority, the review petition can be decided by the

Competent Authority upon disclosure of new facts /circumstances or subsequent

development necessitating such review.

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

banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of

RITES may circulate the names of Agency with whom business dealings have been

banned, to the Ministry of Railways and PSUs of Railways, for such action as they

deem appropriate.

39 Signature of the tenderer

Under seal of the firm

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

information about the Agency with whom business dealings have been banned a copy

of the report of Inquiring Authority together with a copy of the order of the

Competent Authority/ Appellate Authority may be supplied.

12. Restoration

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

the banning order shall be considered as "withdrawn".

12.2 In case any agency applies for restoration of business prior to the expiry of the ban

order, depending upon merits of each case, the Competent Authority which had

passed the original banning orders may consider revocation of order of suspension of

business/lifting the ban on business dealings at an appropriate time. Copies of the

restoration orders shall be sent to all those offices where copies of Ban Orders had

been sent.

40 Signature of the tenderer

Under seal of the firm

Section - 2

TENDER & CONTRACT FORM

41 Signature of the tenderer

Under seal of the firm

SECTION 2

TENDER AND CONTRACT FORM FOR WORKS

To

__________________________

Tender Accepting Authority/RITES

[Refer Schedule F (Conditions of Contract)]

Name, Designation / Address

Sub: TENDER FOR THE WORK OF ___________ ______________

(TENDER No. ______________________ ISSUED BY ____________)

TENDER

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

Tenderers, Special Conditions, Schedules A to F, Technical Specifications,

Drawings, Schedule / Bill of Quantities and General Conditions of Contract as well as

other documents and rules referred to in GCC and all the details contained in the

Tender Document for the work.

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

defects therein, specified in the Schedule of Quantities within the time specified in

Schedule “F”, and in accordance in all respects with the specifications, designs,

drawings and instructions in writing referred to in Notice Inviting Tender and

Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such

materials as are provided for, by, and in respects in accordance with, such conditions

so far as applicable.

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

for submission of bid or extended date as stipulated and not to make any

modifications in its terms and conditions.

4. A sum of Rs. ___________ (Rupees _________ only) is hereby forwarded in the form

of Banker’s cheque/Pay Order /Demand Draft issued in favour of RITES Ltd.,

payable at _________ as the Earnest Money. Mandate Form authorizing RITES Ltd

to make all payments through RTGS/NEFT as per Annexure 1X,duly filled in, is

enclosed.

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

Letter of Acceptance which ever is earlier or make modifications in the Terms and

Conditions of the Tender which are not acceptable to the Employer, then the

Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit

entire Earnest Money absolutely.

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

Performance Guarantee (if applicable) within prescribed period, I/We agree that the

said Employer shall, without prejudice to any other right or remedy, be at liberty to

forfeit the said Earnest Money absolutely.

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

Employer shall, without prejudice to any other right or remedy available in law, be at

42 Signature of the tenderer

Under seal of the firm

liberty to forfeit the Earnest Money and Performance Guarantee and Additional

Performance Guarantee (if applicable) absolutely.

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

Money & Performance Guarantee and Additional Performance Guarantee (if

applicable) as aforesaid in paras 5 to 7, I/We shall be debarred from participation in

re-tendering process of the work.

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

Money shall be retained by the Employer towards Security Deposit, to execute all the

works referred to in the Tender document upon the Terms and Conditions contained

or referred to therein and to carry out such deviations as may be ordered, upto

maximum of the percentage mentioned in Schedule F at rates as stipulated in relevant

Clauses of contract and those in excess of that limit at the rates to be determined in

accordance with the provisions contained in Clauses 12.2 and 12.3 of the tender form.

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

within 28 days from the date of issue of Letter of Acceptance. In case of any delay,

I/We agree that we shall not submit any Bill for Payment till the Contract Agreement

is signed.

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

records connected with the work as secret/confidential documents and shall not

communicate information derived there from to any person other than a person to

whom I/We am/are authorized to communicate the same or use the information in any

manner prejudicial to the safety of the Employer/State.

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

content of Technical Bid and/or Financial Bid. I/We agree that in case any condition

is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may

be rejected.

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

may receive. I/We also understand that the Employer reserves the right to accept the

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

rates quoted.

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

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

15. I am/We are signing this Tender offer in my / our capacity as one/those authorized to

sign on behalf of my/our company/as one holding the Power of Attorney issued in my

favour as Lead Member by the Members of the Joint Venture.

Witness Signature of Authorized Person/s

Signature Date

Name Name/s & Title of Signatory

Postal Address Name of Tenderer

Occupation Postal Address

Seal

43 Signature of the tenderer

Under seal of the firm

Section - 3

SPECIAL CONDITIONS

44 Signature of the tenderer

Under seal of the firm

SECTION 3

SPECIAL CONDITIONS OF CONTRACT

1. GENERAL:

The work site is inside & outside plant area of KTPS/WBPDCL

1.1 SITE FAMILIARIZATION CERTIFICATE: - The tenderers should visit the

worksite, acquaint themselves with site conditions, approach roads, availability of

materials, lead of materials etc. and should submit the certificate in Proforma 4 of

section 1.

1.2 The Contractor has to work along with other agencies in and around the area allotted

for his works. He should execute all his works in complete co-ordination and co-

operation with all such agencies and provide access to other agencies so that at no

time either his work or the work of other agencies is stopped or delayed. In case of

any dispute in this regard, the decision of Engineer-in-charge or his representative

will be final and binding on the Contractor. No claim for idle labour, plant and

machinery under any circumstances will be entertained by the Employer/RITES.

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

overhead) and structures, all precautions should be taken for ensuring that during the

execution of the work no damage is caused to such assets and also no obstruction is

caused to the movement of trains/road traffic.

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

available to him and which may or may not be in continuous stretches. Decision of

Engineer-in-charge shall be final in this regard and binding on the contractor.

Contractor shall have no claim if the stretches /areas are not available for the

construction /repair at the same time. Extra time where requested by the Contractor

on this account shall be considered by the Engineer-in-charge on case to case basis.

1.5 The contractor shall provide a detailed schedule of work along with material and

labour deployment on monthly basis and revise or update the same every month.

1.6 The P. Way materials as per "Schedule of Quantities” in the tender documents

required for the work and to be supplied by the Contractor as per BOQ shall have to

be supplied from RDSO approved manufacturers duly inspected by

Railways/RDSO/RITES.

1.7 Any other items which are not covered in the Schedules of Quantities shall be operate

as per actual market rate analysis.

.

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

materials, at his own expense to the entire satisfaction of Engineer In charge.

45 Signature of the tenderer

Under seal of the firm

1.9 Contractor should be registered with the concerned department of Employees

Provident Fund Organisation (EPFO). No payment shall be released to the

contractor until and unless the contractor submits the registration certificate and

upto date deposit receipt of provident fund due to be deposited by him.

1.10 Contractor shall submit to RITES/Employer the entry challan of incoming materials

for verification of Stores and record.

1.11 Contractor should maintain consumption register of P.Way & other materials in

connection with the above work. Engineer - in - charge or his representative may

check the registers and the challans at any time.

1.12 FIRST AID: The contractor shall maintain in a readily accessible place first aid

appliance including an adequate supply of sterilized dressing and sterilized cotton

wool. The appliances shall be placed under the charge of responsible person who shall

be readily available during working hours.

1.13 HANDING OVER OF SITE:

Efforts will be made by the Employer/RITES to hand over the site to the Contractor

free of encumbrance. However, in case of any delay in handing over of the site to the

Contractor, the Employer shall only consider suitable extension of time for the

execution of the work. It should be clearly understood that the Employer/RITES shall

not consider any other compensation whatsoever viz. towards idleness of contractor’s

labour equipment etc.

1.14 The Contractor has to made temporary diversion/access to work site during execution

of any work conveniently free of cost.

1.15 The Contractor will bear all the inspection charges and charges for testing of materials

at third party approved Laboratory as per the direction of Engineer-in-Charge.

1.16 The Contractor will have to arrange water supply and electricity connection at his

own expenses at work site if required by them. No electricity & Water supply will be

arranged by the department.

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

understood that the tender documents have been sold/issued to the Tenderer and the

Tenderer is being permitted to tender in consideration of the stipulations on his part that

after submitting his Tender, he will not withdraw his offer or modify the terms and

conditions thereof, in a manner not acceptable to RITES.

3. KTPS/WBPDCL is the Principal Employer. Form-V will be issued by KTPS

Authority. For Closure/Finalization of the contract necessary clearance from

WBPDCL authority will have to be obtained

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

has/have gone through carefully in detail all the instructions, conditions, General and

Special conditions of contract all General and Special instructions/ specifications for

46 Signature of the tenderer

Under seal of the firm

execution of the work and that the Tenderer(s) has/have got himself/ themselves clarified

on all points and doubts and interpretations by the proper authority of RITES Ltd.

5. Contractor's store houses, yards etc. for stocking materials issued by RITES shall be located

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

6. If there is any conflict between description given in schedule of quantity and conditions

mentioned in the special conditions, the schedule of quantity shall prevail.

7. After handing over of the existing section to the contractor, the same section will be

maintained and guarded by the contractor, till all the works are completed in all respect

and handed over back to the Engineer-in-charge.

8. The Contractor will be responsible for the safe custody of P.WAY materials,PSC

Sleepers,Pts & Crossings,Rails issued to him till completion of the works and handing

over the Track. The contractor will also be responsible to account for the P.WAY

materials including Rails,Pts & Crossings,PSC etc issued to him and surplus if any has to

be returned by him at his cost at the depot from which these were issued. For P.WAY

materials remaining not accounted for by being laid on track or returned to the depot,

recovery will be effected from the contractor's dues at rates to be decided by the Engineer

in charge which will be final and binding. No wastage, breakage allowance or loss is

permitted for fixing of P. Way & other materials supplied by the contractor.

9. In the event of any accident at the work spot, or while transporting P.WAY materials, if it

is established by the enquiry by RITES representative/Clients' representatives or

Railway/local Civil authority that the accident occurred wholly or partly due to any act

tantamount to negligence on part of the contractor, he shall render himself liable for all

damages and also legal proceedings.

10. In case the released P.WAY materials are left over at site, the contractor has to employ

security/chowkidars day and night at his own cost till the P.WAY materials are handed

over to 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 remain in the

custody of the contractor.

11. While stacking P.WAY materials (new or second hand or released) on Cess/side, care

should be exercised to ensure that those stacks do not infringe the Railway's moving

dimensions.

12. The work of P.WAY at existing level crossings will be taken up only when specifically

authorized by RITES representative after giving due notice to road users. The road

surface will be made good on completion of works at contractor’s cost, to the original

standard. No extra payment for digging up road surface for the work and restoring the

road surface will be admissible for work at level crossings.

13. Time shall be regarded as the essence of the contract and failure on the part of contractor

to complete the work by the date stipulated in the agreement and work order will

entitle RITES Administration to recover liquidated damages/penalty.

47 Signature of the tenderer

Under seal of the firm

14. RITES Administration reserve the right to alter the detailed plan and sections and to

carry out minor alteration in the plans resulting in corresponding increase or decrease

in the quantity of works without being liable to pay enhanced rates for the work or to

allow extra time for completion of the work.

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

be made available to the contractor.

16. The Schedule of items of work to be carried out, provided in the “SCHEDULE OF

QUANTITIES” gives only brief description of each of the items. Execution of these

items will be governed by the Technical specifications. For detailed specifications

reference may be made to Section 5 “Technical Specifications” in general and in

particular to the various Guidelines and Specifications listed in Para 1.0 “Preamble to

Technical Specification” of Section 5. RITES' representative at site will be fully

empowered to provide guidance in the matter of execution of the works and his

instructions will be final and binding in this regard.

17. In case any workman is found incompetent or otherwise undesirable by the RITES'

representative at site, he should not be allowed to work under the Contractor. In this

matter, the opinion of the Engineer-in-Charge will be final and binding on the contractor.

Any violation of this requirement by the Contractor shall be treated as fundamental

breach of contract entitling RITES to rescind the contract by giving 7 days notice.

18. RITES' representative shall have the right at all times to supervise the contractor's work and

instruct the contractor and the contractor shall execute the work as per the instructions

without any lapse of time. For this purpose the Contractor shall maintain a Site Order

Book. Failure to comply with RITES' representative's instructions shall be deemed to

be a fundamental breach of contract on the part of the Contractor entitling RITES to

rescind the Contract at the Contractor's risk and cost after serving a notice of 7 days.

19. On-account payments to Contractor shall be made periodically based on the quantity and

item of work executed at the rates accepted under this contract, and upon a certificate

by the RITES' representative that work has been done to proper specification and to

the satisfaction of its representative.

20. The Contractor will make all arrangements for getting passes/authorities for his men

including making necessary application with photos for each labourer deployed for this

work and will bear all costs, any. Housing accommodation and watering arrangements

for contractor's labour will have to be arranged by the contractor.

21. The Contractor will bear all medical expenses and make immediate arrangement for

medical attention to his labourer, if injured on duty. He will provide "Medical Aid" Box

at site of work at his cost.

22. Employer will provide 'C' form.

23. However employer will provide 'Way Bill', if necessary to the contractor.

24. The rates quoted shall be inclusive of all taxes such as sales tax, excise duty, entry tax, toll

tax, turnover tax on works contract, Octroi, Royalty, VAT, Labour Welfare Cess and any

48 Signature of the tenderer

Under seal of the firm

other tax, levy, cess etc as applicable. However, sales tax/ VAT on works contract if paid

by Employer/RITES directly the same amount shall be recovered from contractor's on

account bill and no exemption claims on this account shall be entertained by

Employer/RITES. Inspection charges and the charges for loading, transportation,

unloading and stacking of materials at store should not be quoted separately. The quoted

rates should remain firm till completion of the entire work.

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

account bill/running account bill. If the contracts fails to submit the royalty certificate,

requisite amount will be deducted as per extant Govt. rule, from his bill be deposited with

the concerned department.

26. The tender is being invited on behalf of Employer payment will be made to the Contractor

within 15(fifteen) days from the date of receipt of fund from Employer.

27. Tenderers may please note-

i. Client of RITES Ltd also termed as “Employer” .

ii. In case of any dispute between RITES Ltd. and contractor, RITES Ltd. being merely

an agent, client should be made first respondent and should be liable for all monetary

losses.

iii. RITES Ltd. is only agent/consultant acting on behalf of the client/employer and in

case of arbitration the client shall be the first respondent.

28. No payment will be made unless copy of the current & valid S.T.C.C. or exemption

certificate is submitted prior to or along with the bills.

29. STORES TO BE SUPPLIED BY THE CONTRACTOR

a) All the P. Way items should be as per RDSO Drawing Numbers and shall comprise

of all parts and accessories listed in the Drawing except where otherwise stated. All

P. way fittings should be procured from RDSO approved manufacturers only.

b) The quoted rates should be inclusive of Inspection Charges and all taxes and duties

of Central, State, Local bodies including Loading, transportation, unloading and

stacking at site store near/within the premises of WBPDCL Site as per the direction of

Engineer-in-Charge or his authorized representative of RITES Ltd. at KTPS , Dist.

Purba Medinipur, West Bengal. The quoted rates shall remain firm during the

currency of the Contract.

c) Actual quantity delivered & accepted at site by RITES will be considered for the

purpose of effecting payment.

d) Inspection is to be carried out by the RITES Quality Assurance (QA) Division,

Kolkata/New Delhi/ Chennai/ Mumbai or Zonal Railways with which the factory is

tied up, as the case may be, before effecting dispatch of the materials. Inspection

certificates and the original money receipt of the Inspection Wing/Zonal Railways

will have to be submitted along with the bills as documentary evidence.

49 Signature of the tenderer

Under seal of the firm

e) Consignee: - Authorized representative of RITES Limited for & on behalf of

WBPDCL, at KTPP, Dist. Murshidabad, West Bengal.

f) RITES Ltd on behalf of WBPDCL reserves the right to undertake any test, if

required, before acceptance of the materials on contractor's cost.

g) Any materials and accessories, found to be damaged at the time of receipt will not be

accepted and shall have to be replaced by good ones free of cost after being duly

inspected.

h) Terms of payment: - 90% payment will be made against delivery of materials at site

and on submission of bills along with the receipt / delivery challan, Inspection

Certificate. The bills in triplicate are to be raised in favour of RITES A/c, WBPDCL

and are to be submitted to Site-In-Charge, RITES Ltd. at site office at WBPDCL,

KTPS, Dist: Purba Medinipur, West Bengal. Balance 10% payment of P. Way fittings

shall be released after put into on track.

NOTE: In case of delay in fixing of P. Way fittings on track for the reason not

attributable to the contractor, balance 10% payment will be released on receipt

of the unused materials in good condition and delivery at RITES/WBPDCL

store as per the direction of Engineer In charge.

30. Defect Liability Maintenance period :

As per clause 17 of clauses of contract in GCC applicable to this work, the period of

maintenance/defect liability period for this work shall be 12 (twelve) months from the

date of completion of the work. Security deposit will be released only after completion of

defect liability maintenance period.

31. In the event of accidents like derailment, capsizement of wagons/rollings stock, RITES

Engineer-in-charge of the work or their representative, official of KTPP and official of

S.E Rly will represent in joint enquiry. Where the cause of derailment is established due

to the fault of contractor’s unsafe work, the charges for re-railment of wagons and /or

rolling stock are to recover from the contractor’s payment.

32. Contractor should deploy Railway retired permanent way Engineer/Inspector Supervisor

those who are well experience for execution of permanent way works.

33. The contractor should arrange adequate nos. of labourers for execution of the works like

renewal of rails, renewal of sleepers, overhauling of level crossing, linking work,

formation etc during block period. The work is to be planned at least a week advance

jointly with the representative of RITES. KTPP and S.E Rly for block period. In the

event of non-availability or postponed of block period, the contractor should use those

laboureres for other connected works. No compensation will be made for idle labourer.

34. Execution of works like dismantling of the track, lifting of the track & turn-outs, renewal

of rails, screening of existing ballast mixed with earth, aligning of the track, gauging and

packing of the track etc.

50 Signature of the tenderer

Under seal of the firm

35. The payment for supply as well as for spreading of stone ballast as specified will be made

based on the joint measurement (with representative of RITES, KTPP and the contractor

of the stone ballast without deduction of any shrinkage 90% payment for supply of

ballast shall be released on the quantity accepted and balance 10% shall be released after

spreading the same in the track.

36. During or after the execution of part/whole of particular days work, the contractor should

keep/make the track fit for running of traffic.

37. Necessary paint for spacing mark of sleepers on rails is to ne supplied by the contractor

at his own cost.

38. All the P.Way tools such as (a) Rail tongs, (b0 Crow bars, (c) Fishing spanners, (d)

Hammers, (e) Keying hammers, (f) Cotter splitters, (g) Shovels, (h) Mortar pans, (i)

beaters, (j) track lifting jacks, (k0 Gauges, (l) Level board, (m) Sprit levels, (n) Cant

Board, (o) Expansion Liners, (p) Wooden Squares, (q) Steel Tape ,(r ) Wire brushed, (s)

Cotton waster, (t) Rake Ballast etc as required for the work depending on labour strength

will be arranged by the contractor at his own cost.

39. KTPP will provide suitable places /areas for setting up of stores free of cost.

40. Civil works under Schedule – C mainly covers formation with blanketing and drain

works. Tests are to be carried out as per RDSO Specification and CPWD Specification.

41. Completion Drawings:

(a) Completion drawings for the works executed, shall be prepared by the contractor

(b) Completion drawing will be prepared on tracing paper.

(c) Contractor will supply 6 sets of completion drawing along with original tracing on a

standard 7.5 micron polyester film in Auto-Cad format with CD.

51 Signature of the tenderer

Under seal of the firm

Section - 4

SCHEDULES A TO F

52 Signature of the tenderer

Under seal of the firm

SECTION 4

PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intendingTenderer)

SCHEDULE ‘A’

Schedule of quantities ( As per Bill of Quantities attached)

(BOQ to be attached with Financial Bid)

SCHEDULE ‘B’ –

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

S.No Description of

items

Quantity Rates in Figures & words at

which the material will be

charged to the contractor

Place of Issue

1 2 3 4 5

- Not Applicable -

SCHEDULE ‘C’ –

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

S.No Description Hire charges per day Place of Issue

1 2 3 4

- Not Applicable -

SCHEDULE ‘D’

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

- Not Applicable -

SCHEDULE ‘E’ –

Schedule of components of Cement, Steel, other materials, POL,

Labour etc .for price escalation. (Refer Clause 10CC of Clauses

of Contract).

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

Components and their percentages may be modified depending on

the nature of work)

CLAUSE 10 CC

Component of Cement (Xc)

expressed as percent of total value of work _______%

Component of steel (X5)

53 Signature of the tenderer

Under seal of the firm

expressed as percent of total value of work ______%

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

expressed as per cent of total value of work ______%

Component of labour (Y)

expressed as percent of total value of work _______%

Component of P.O.L (Z)

expressed as percent of total value of work _______%

______________

Total 100 %_

SCHEDULE ‘F’

Reference to General Conditions of Contract

Name of Work :Laying, Linking of Railway track including supply of Track Ballast & P.

Way fittings including Formation in connection with Construction & Project Management

Service for the Railway Infrastructure required to serve Kolaghat Thermal Power Project

Phase-4, Dist-Purba Medinipur. West Bengal.

Estimated cost of work Rs. 4,84,83.139.37

Earnest money : Rs. 4,84,850/-

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

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

Notice Inviting Tender and Instruction to Tenderers

Officer inviting tender : GGM/P-Rites Ltd;Metro Service Building-2nd

Floor;56-

C.R.Avenue;Kolkata-70012

CONDITIONS OF CONTRACT

Definitions

2 (iv) Employer The West Bengal Power Development Corporation Ltd

2(v) Engineer-in-Charge Group General Manager/Project

2(vii) Accepting Authority Group General Manager/Project

2(ix) Percentage on cost of materials

and labour to cover all 15%

overheads and profits.

2(x) Standard Schedule of Rates DSR 2013 (to be modified as per

requirement and as applicable)

54 Signature of the tenderer

Under seal of the firm

2(xiii) Date of commencement of work 15 days from the date of issue of LOA or the

first

date of handing over of site whichever is later

9 (a) (ii) General Conditions of Contract RITES General Conditions of Contract

2011 Edition as modified & corrected upto

C.S.No. _______________ dated -------

CLAUSES OF CONTRACT

Clause 1

1 (i) Time allowed for submission of

P.G. from the date of issue of

Letter of Acceptance subject 15 days.

to maximum of 15 days

Maximum allowable extension

beyond the period provided in

(i) above subject to a maximum of 07 days.

7 days

Clause 2

Authority for fixing compensation under

Clause 2 Group General Manager/Project

Clause 2A

Whether Clause 2A shall be applicable NO

Clause 5

5.1 (a) Time allowed for execution of work 06(Six) months from the date of start

Date of start 15 days from the date of issue of

Letter of Acceptance or the first date of

handing over of site whichever is later

5.1 (b) TABLE OF MILESTONE(S) : NA

Clause 5 A – Shifting of stipulated date of completion:

Competent authority –Accepting Authority as specified in clause 2(vii) of Conditions of

Contract above

Clause 6 A Whether Clause 6 or 6A applicable 6

Clause 7

55 Signature of the tenderer

Under seal of the firm

Gross work to be done together with net

payment/adjustment of advances for

material collected, if any, since the last such Rs 50 lakh

payment for being eligible to interim payment

Clause 10A

i) Whether Material Testing Laboratory is to

be provided at site. YES

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

Clause 10 B

Whether Clause 10 B(ii) to (v) applicable NO

Clause 10 CC

Whether Clause 10CC applicable NO

Clause 11

Specifications to be followed for execution For CPWD DSR Items:-

of work CIVIL WORKS

CPWD Specifications 2013 Vol. I & II

.

ELECTRICAL WORKS

CPWD General Specifications

Part I Internal 2005

Part II External 1994

Part III Lifts & Escalators 2003

Part IV Substations 2007

Part V Wet Riser

Sprinkler System 2006

Part VI Heating, Ventilation &

Air Conditioning Works

2005

Part VII DG Sets 2006

For Railway Works : Rly

Schedule/IRPWM

56 Signature of the tenderer

Under seal of the firm

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 limit

ii) For Foundation Items

Plus 100%

Minus No limit

Note: For Earthwork, individual classi-

fication quantity can vary to any extent

but overall Deviation Limits will be as

above.

12.5 Definition of Foundation item if

other than that described in

Clause 12.5 No

Clause 16 Competent Authority for

deciding reduced rates Group General Manager/Project

Clause 17 Maintenance Period 12 months from date of completion

Clause 18 List of mandatory machinery, tools & plants to be deployed by the Contractor

at site:-As per requirement at site

Clause 25

25 (i) Appellate Authority -Director/Rites

Appointing Authority -Director/Rites

Clause 36 (i) & (iii)

Minimum Qualifications & Experience required and Discipline to which should

belong

Designation Minimum

Qualification

Minimum

working

experience

Discipline to

which should

belong

Number

Principal Technical

Representative

Diploma in Engg 03 yrs Civil/P.Way 1

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

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

deployment

Principal Technical

Representative

Rs 25000/-

Clause 42

57 Signature of the tenderer

Under seal of the firm

i)(a) Schedule/statement for determining DSR 2013

theoretical quantity of cement &

bitumen on the basis of Delhi

Schedule of Rates printed by CPWD

ii) Variations permissible on theoretical

quantities

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 lakhs

b) Bitumen for All Works 2.5% plus only & nil on minus

side

c) Steel Reinforcement and structural 2% plus / minus

steel sections for each diameter,

section and category

d) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl.

No.

Description of

Item

Rates in figures and words at which recovery shall be made

from the Contractor

Excess beyond permissible

variation

Less use beyond the

permissible variation

1 Cement As will be decided by the Engineer In Charge

2 Steel

reinforcement

3 Structural Sections

4 Bitumen issued

free

5 Bitumen issued at

stipulated fixed

price

Clause 46

Clause 46.10

Details of temporary accommodation

including number of rooms and their

sizes as well as furniture to be made

available by the Contractor NA

Whether Clause 46.11.1A applicable NO

Whether Clause 46.13A applicable NO

Clause 46.17

City of Jurisdiction of Court Kolkata

58 Signature of the tenderer

Under seal of the firm

Clause 47.2.1

Sum for which Third Party Rs. 5 Lakhs per occurrence

Insurance to be obtained. with the number of occurrences limited to four.

Clause 55

Whether clause 55 shall NO

be applicable.

59 Signature of the tenderer

Under seal of the firm

Section - 5

Technical Specifications for

P. Way work

60 Signature of the tenderer

Under seal of the firm

1.0 PREAMBLE TO TECHNICAL SPECIFICATIONS

It is to be noted that for items where no specific reference has been made to any

specifications, the following will be adopted in the order of precedence starting from top

where there is conflict in the provisions in different Documents. In all cases the latest edition

with upto date correction slip issued before one month from the date of opening of tender or

earlier will apply. Copies of the Documents are available for perusal with the Project

Coordinator. In case of any doubt on the Specifications, Clarifications may be sought from

the Engineer-in-charge.

61 Signature of the tenderer

Under seal of the firm

PERMANET WAY (Track) WORKS

SECTION – I

1. General : 1.1 All works such as linking of Railway tracks, assembling, laying and linking

of points and crossings, ballasting, through packing and connected works

shall conform to the various instructions and specifications stipulated in

"Indian Railways Permanent Way Manual with upto date correction slips, IRS

drawings, Track manual and other relevant Railway Codes/Manuals”. Except

where otherwise provided for in the Schedule of Quantities, the Contractor’s

quoted rate shall include the cost of Transport of Rails, Sleepers and Fittings etc.

to the Site of work from the Employer’s / Contractor’s Depot, as the case may be,

as well as carriage of Ballast & blanketing material from the Quarry to the Site of

Work. The rate will also include the cost of all operations in linking and packing

of track to the Standards laid down in clause 3.11 of Section- III.

1.2 Where the contract provides for issue of any materials to the Contractor by the

Employer, the same will be issued at the nominated Depot of the Employer. The

contractor will lead all the issued materials from Depot to site of laying at his cost

and nothing extra shall be payable on this account. It will be the responsibility of

the Contractor to give a proper accountal of the utilisation of the materials so

issued for the Track work. The cost of damaged / lost materials will be recovered

from the Contractor.

1.3 The contractor shall not start any work on open line / running track without the

presence of an authorized representative of RITES/ Railways. Any work on open

line / running track without the presence of such representative will be treated as

illegal tampering with the track and action as per Law may be initiated against

him.

1.4 While working on running tracks, the work site shall be protected by display of

hand / fixed signals as prescribed and as directed by the Engineer – in Charge. In

case of speed restrictions at work site, temporary engineering fixed signals, if

required, shall be displayed as per IRPWM provisions. The cost of all these

signals (hand signals and / or temporary engineering fixed signals) and manning

of all these signals (look out men, hand signals, temporary engineering fixed

signals etc.) shall be at contractors’ cost. Nothing extra shall be payable on this

account as these costs are part of the item rate.

1.5 The staff of the contractor who are deputed to work as lookout men, signal men,

temporary engineering fixed signals men shall all be trained by the contractor in

these duties and got certified from the Engineer – in Charge before being assigned

such duties. Notwithstanding such a certification from the Engineer – in Charge,

the entire responsibility for proper manning of such signals and safety of works

shall solely rest with the contractor and the Engineer – in Charge shall, in no way,

be responsible for any failure on this account.

62 Signature of the tenderer

Under seal of the firm

1.6 In case trains are detained on the worksite due to unsafe conditions created by the

contractor, he shall be liable to pay a penalty @ Rs. 10,000/- per hour or part

thereof of (Penalty amount may be decided by SBU Head) the detention caused

to each train.

1.7 Accidents :

1.7.1 If any accident occurs in the project area under the charge of the contractor during

the period of construction or during the defect liability / maintenance period after

the commissioning of works, causing damage to the works / assets, an inquiry

shall be conducted by RITES / Employer/Railway and if it is found in the inquiry

that the accident was caused due to any negligence / failure on the part of the

contractor / his staff / defective workmanship /defective material etc. attributable

to the contractor, he shall be responsible to carry out all required repairs /

replacement / works to the assets being maintained by him, solely at his cost. The

decision of the inquiry committee in this regard, shall be final and binding. In

addition, the contractor shall compensate the Railway / Employer/RITES by

payment of Rs, 5 Lacs (Rs. Five lacs) per accident (Penalty amount may be

decided by SBU Head) in cases where the contractor / his staff / defective

workmanship /defective material etc. are found responsible for the accident

subject to an upper limit of 10% of the contract value in each case.

1.7.2 If, however, it is found in the inquiry that the contractor was not responsible in

any way for the accident and the accident occurred due to any fault on the part of

Railway / Employer/ RITES /any other cause, the contractor shall not be

responsible for carrying out the required repairs / replacements/ works at his cost.

1.7.3 Notwithstanding as to who is responsible for the accident, the contractor, if

required by RITES / Employer/Railway, shall immediately carry out all the

required repairs / replacements / works to the assets being maintained by him, at

accident site and in case he is not found responsible for the accident as indicated

in para 1.7.2 above, he shall be paid for the works / replacements/repairs as per

schedule of rates as accepted in Schedule of Quantities. For additional items if

any, the payment shall be governed by provisions of General Conditions of

Contract. In any case, the contractor shall not delay the restoration work at

accident site and shall carry them out immediately on instructions from Engineer –

in Charge. Any failure in this regard (delay in restoration work) shall be treated as

breach of contract and the contractor shall be liable to pay a penalty of Rs. 25000/-

Per day for the days the restoration work is not taken up by the contractor

(Penalty amount may be decided by SBU Head ).

1.8 The traffic blocks,

Traffic blocks, if required shall be arranged by RITES. The contractor shall not

have any claim for payment of any compensation on account of any wastage of his

labour, resources etc. due to less or delay in grant of blocks.

1.9 The contractor shall make his own arrangement for safety of his men working on

track by deputing lookout men as required. RITES shall not be responsible for

any loss of life / property of contractors resources (men, material, equipment etc.)

caused while working on track.

63 Signature of the tenderer

Under seal of the firm

1.10 The contractor shall ensure that all materials are kept at a safe distance from track

so as not to infringe Railways Schedule of dimensions. Similarly he will ensure

that all his vehicles move at a safe distance from track so as not to infringe

Railways Schedule of dimensions.

1.11 After completion of the works, the contractor shall maintain all assets during

defect liability period (defect liability period to be specified by SBU head) from

the date of completion of the works. No Payment shall be made for this work.

During this period the contractor shall carry out the asset maintenance works as

detailed in Clause 3.12 of Section- III, at his cost.

1.12 The words ‘IRPWM’ where used in these specifications mean ’Indian Railways

Permanent Way manual”.

1.13 The words ‘Sleeper Density’ where used in these specifications mean, number of

sleepers laid in one kilometer of track.

1.14 All the track works should be executed in a workman like manner to the

satisfaction of the Engineer-in-Charge of work. The contractor will be primarily

responsible for Safety of traffic that moves on opened up track, not withstanding

the presence of RITES representative at site.

64 Signature of the tenderer

Under seal of the firm

SECTION – II

Supply of Permanent Way Materials

2.0 All the P. W. materials must conform to specifications and standard / approved

drawings.

2.1 While procuring the materials complete details i.e specification, drawing no. etc.

shall be given. In case of points & crossings, type of switch and crossing, LH or

RH shall be mentioned besides other details as mentioned above.

2.2 All the materials required for track shall be procured from the suppliers /

manufactures approved by Railways /RDSO.

2.3 Other track materials for which approved manufacturers / suppliers are not

available, shall be procured from sources after getting them approved from

RITES.

2.4 All the materials so procured, shall be got inspected and passed from the RDSO /

Railways authorized inspecting agencies. The cost of such inspections shall be

borne by the contractor.

2.5 Inspection certificates obtained from the inspecting Agencies must be submitted

along with supply of materials.

2.6 Care in handling of materials.

2.6.1 Rails : Rails, specially 90UTS need careful handling. Instructions contained in

IRPWM para 254 & 255 be followed for stacking & handling of rails.

2.6.2 PSC sleepers : Care shall be taken in handling them as they are very heavy &

prone to chip off. As far as possible, mechanical handling should be adopted

2.7 All the materials supplied by the contractor shall be properly stacked by him at

locations specified by the Engineer – in- charge. Nothing extra shall be payable on

this account as the cost of stacking is included in the rate of supply of materials.

2.8 Payment against Supply of materials :

2.8.1 In case of contracts for supply of materials only, payments may be made as per the

supply made & accepted by RITES/ Employer.

65 Signature of the tenderer

Under seal of the firm

2.8.2 Terms of payment: - 90% payment will be made against delivery of materials at

site and on submission of bills along with the receipt / delivery challan, Inspection

Certificate. The bills in triplicate are to be raised in favour of RITES A/c,

WBPDCL and are to be submitted to Site-In-Charge, RITES Ltd. at site office at

WBPDCL, KTPP, Dist: Purba Medinipur, West Bengal. Balance 10% payment of

P. Way fittings shall be released after put into on track.

NOTE: In case of delay in fixing of P. Way fittings on track for the reason not

attributable to the contractor, balance 10% payment will be released on receipt

of the unused materials in good condition and delivery at RITES/WBPDCL

store as per the direction of Engineer In charge.

2.9 Custody of materials :

2.9.1 In case of contracts comprising of supply of materials and construction of track,

all materials brought by the contractor for the work, even if, these have been

passed by RITES and payments made therefore, will remain in the custody of the

contractor till finally used on the work by the contractor or taken over by

RITES/Employer, and properly accounted for.

2.9.2 For this purpose, the contractor will set up his stores at his cost at locations as

directed by the site engineer of RITES. Proper record of receipt of such materials,

its acceptance and payment by RITES/Employer shall be maintained in such

stores. When such materials are used on works, the issue will be shown against

each type of materials and balance derived. Proper formats for maintaining this

record will be given by RITES/ Employer to the contractor who will maintain the

materials transaction accounts accordingly at his cost.

2.9.3 All the materials so received and stored in the stores by the contractor shall be

carefully handled, stacked and maintained so that they are not damaged and used

in the work in good condition. In case any materials are damaged/ lost in storing,

deductions for their cost shall be made from contractors’ bills.

2.9.4 All such stores will be set up and maintained by the contractor at his own cost and

nothing extra shall be payable on this account.

2.9.5 On completion of work, all materials brought by the contractor and paid for by

RITES shall be accounted for by tallying with the track linked and all surplus

materials, if any, shall be removed by the contractor at his cost unless RITES /

Employer want this material which will then be taken over from contractor by

RITES / Employer. Payment for them (if not already made or balance payment)

will be made as per Schedule of Rates. In case of excess material removed by the

contractor, payment already made shall be recovered.

66 Signature of the tenderer

Under seal of the firm

SECTION – III

Execution of Track construction work

3.1 Preliminary works :

The following works should be done before taking up actual track laying-

• The formation top shall be properly leveled providing designed cross

slopes.

• Alignment pegs to be fixed as per designed alignment of track at 50 m

interval

• Level pegs indicating final rail level shall be fixed at 50 m interval.

3.2 Ballast :

3.2.1 Good quality track ballast as per specification and of approved quality will

have to be supplied and stacked on ‘Cess’ of formation or at the toe of bank or

at other suitable places as directed by Engineer-in-Charge . Stacks will be

measured jointly by the contractor and Engineer-in-Charge and entered in a

register to be signed jointly by them.

3.2.2 The ballast shall then be spread on the finished surface of formation along the

proposed track alignment and the thickness of ballast layer shall be kept about 5

% more than the specified ballast cushion. It should then be compacted by at

least 2 passes of 5 to 10 t roller. The work will include leading of ballast from

ballast stacks available along the side of formation.

3.2.3 Minimum depth of ballast under the rail seat of the sleepers shall be 150mm except

under PRC sleepers where it shall be 250mm. In any case the contractor shall

provide ballast cushion as specified in Specifications.

3.2.4 Lifting and spreading of stone ballast in track includes all lead, lift, ascent,

descent, crossing road/ railway, etc. as required for packing of tracks from the

stacks already measured and passed. The payment for spreading will be

made based on measurement of ballast supplied in stacks.

3.2.5 In no circumstances, vehicular carts/trucks shall be permitted to ply on the

finished blanketing/ formation. In case some damage to the surface is done, the

Contractor shall repair the damages at his own cost before spreading the ballast.

3.2.6 The shortage of ballast shall be recouped in stages after linking of track as

required so as to obtain designed track levels, ballast cushion and ballast

profile prescribed for different type of track structures (LWR, SWR, Fish plated,

straight or curve) as per IRPWM para 263, Annexure 2/11 & 2/13. No extra

payment is to be made on this account.

3.3 Laying of Sleepers :

3.3.1 On the ballast already laid and consolidated, PSC sleepers to relevant RDSO

drawing shall be laid at specified spacing (sleeper density) and orientation.

Damaged sleepers will not be accepted.

3.3.2 In case of PSC sleepers, the inter sleeper spacing shall be kept uniform even at rail

joints. In addition, one metre long fishplates shall be provided at such fish plated

rail joints. If any other type of sleeper has to be used, sleeper spacing may be kept

as per relevant provisions in IRPWM.

67 Signature of the tenderer

Under seal of the firm

3.3.3 Centre line of the sleepers shall coincide with the centre line of the alignment

marked. On straight track, sleepers shall be laid square to the centre line of track

where as on curves the sleepers shall be laid radial.

3.3.4 Greasing of Elastic rail clips and MCI / SGCI Inserts : All the Elastic rail clips and eyes of the inserts fixed in the concrete sleepers shall

be thoroughly cleaned and grease to I.S. specification I.S. 15 : 408 – 1981

(Specification for Grease No. “O” Graphited) should then be applied on the

central leg of ERC and eye of the insert and then the clip be driven at the time of

assembly of the rail with the sleeper as per provisions of para 1411 (5) (a) of IRP

WM.

3.3.5 On curves sharper than 5º (radius less than 350 m) PSC sleepers having provision

for slack gauge shall be provided.

3.3.6 On curves with radius less than 400 m, the rail joints will be mid-staggered

3.3.7 On curves 8º & sharper (radius equal to or less than 218 m) the rail joints will be

mid-staggered and check rails should be provided. All the sharper curves (radius

equal to or less than 218 m) are to be provided with PSC sleepers having

provision for check rail.

3.4 Laying of rails

3.4.1 The track shall be laid with 52 Kg / 60 Kg rails in LWR/ SWR/single rails as

provided for in the Schedule of Quantities.

3.4.2 For laying LWR track instructions contained in ‘Manual of Instructions on Long

Welded Rails 1996’ reprint 2005 with up dated amendments shall be followed.

Similarly for laying SWR track instructions contained in IRPWM para 505 to 508

shall be followed.

3.4.3 Rail shall be laid with square joints on curves up to 400 metre radius. On sharper

curves (radius less than 400m), mid staggered joints should be provided.

Provisions of Paras 424 and 425 of IRPWM will apply while laying track on

curves.

3.4.4 Provision of rail joints in Level Crossings and approaches will be governed by

instructions contained in Para 921 of IRPWM.

3.4.5 On curved track, when the lead of inner rail over outer rail exceeds 83 mm ( for

52/60 Kg rails), the inner rail should be cut by 166 mm so as to keep the rail ends

of outer and inner rails within the half pitch distance of the bolt holes in terms of

para 424 of IRPWM.

3.4.6 Cutting of rails where required, shall be done using Abrasive disc cutters / rail

cutting machine. In exceptional cases manual cutting may be done with the prior

approval of Engineer – in Charge.

68 Signature of the tenderer

Under seal of the firm

3.4.7 The number of holes in rails shall be kept to the minimum. Holes in rails shall be

drilled with hole drilling machines and not by hand drills. All holes made in rails

shall be chamfered.

3.4.8 Rails shall be connected by means of pair of fish plates; in the first instance only

with two bolts and nuts, one in each rail. Over tightening of fish bolts must be

avoided. Remaining bolts shall be provided after aligning the track.

3.4.9 Before laying in track, greasing of fish plates, fish bolts and nuts with lubricating

oil and graphite grease should be done after cleaning fishing planes of rail ends &

fishplates with wire brush.

3.4.10 Expansion Gaps at rail joints : 3.4.10.1 The value of maximum, minimum and mean rail temperatures shall be

obtained from railway engineers of that area.

3.4.10.2 Proper rail thermometer shall be arranged by the contractor to measure rail

temperature at the time of laying & fixing he rails with the sleepers.

3.4.10.3 At the time of initial laying of track(fixing of rails with the sleepers) the

expansion gaps at rail joints shall be provided based on the prevailing rail

temperature as indicated below—

(a) SWR TRACK (3RAIL PANELS):

Rail Temp.

at laying

tm - 22.5

to

tm -17.6

tm - 17.5

to

tm -12.6

tm - 12.5

to

tm -7.6

tm - 7.5

to

tm -2.5

tm - 2.4

to

tm +2.5

tm + 2.6

to

tm +7.5

Laying gap

(mm)

12 10 8 6 4 2

tm - Average of maximum & minimum rail temperatures in the year

(b) Single Rails (12 / 13 metre long)):

RAIL TEMPERATURE at

laying

LAYING GAP (mm)

0° TO 10 ° 10

10° TO 25 ° 8

25° TO 40 ° 6

40° TO 55 ° 4

55° TO 70 ° 2

Above 70 ° 0

3.4.10.4 For providing specified expansion gaps, the contractor shall, at his cost,

arrange proper liners which shall be made of steel. Each liner must have

stamped on it the corresponding expansion space in millimeters.

69 Signature of the tenderer

Under seal of the firm

3.4.10.5 The expansion liners should be kept in position at the joints for at least six rail

lengths at a time and the rails butting against expansion pieces.

3.4.11 Bent rails shall should be straightened with a jim crow, before laying.

3.4.12 The rails used at Level Crossings and Station Yards should be given a coat of

coal tar before laying.

3.4.13 The shortest length of rails to be used in track shall not be less than 5.5 m.

except as a temporary measure,

3.4.14 Rails of the same length should be used in pairs.

3.4.15 The rails and other fittings as required for the work shall be lead to site of

actual laying in track without causing any damage to them.

3.4.16 Single rails so brought to site shall be converted into 3 rail welded panels /

longer panels by Short Pre Heat process of Thermit Welding process or by

Mobile Flash Butt welding plant where so specified in the Schedule of

Quantities.

3.4.17 Rails shall then be linked to sleepers with specified fastenings which shall be

correctly fixed and tightened. The track shall then be aligned.

3.5 Points & Crossings :

3.5.1 Points & Crossings shall be laid on PSC sleepers including approach & exit

sleepers as per RDSO design unless otherwise specified in the Schedule of

Quantities.

3.5.2 All the points and crossings including trap points shall be supplied complete

including all parts (sub assemblies), lead rails, all fittings, and sleepers

including approach and exit sleepers.

3.5.3 Transportation of sleepers:

While transporting PSC points and crossing sleepers, the loading and

unloading shall be done carefully as per para 1413 (1) and (2) of IRPWM so

as to avoid damage to them.

3.5.4 Laying of turnouts in Track :

3.5.4.1 The availability of all fittings at site shall be ensured as per latest drawings.

3.5.4.2 When the turnout is to be laid in running track and space is available it is

preferable to first assemble complete turnout on a level ground adjacent to the

site of laying.

3.5.4.3 Red/blue rounded marking on the sleepers should invariably be kept on the

right hand side irrespective of left hand or right hand turnout.

70 Signature of the tenderer

Under seal of the firm

3.5.4.4 Spacing of sleepers & their orientation should be strictly as per layout drawing.

(Refer Annexure-14/1 of IRPWM).

3.5.4.5 The approach sleeper in advance of switch portion and the exit sleepers behind

the crossing portion should be provided without fail as they are for gradual

elimination of slope of rail top (1:20).

3.5.4.6 The assembled turnout shall be inserted in position after breaking it into three

panels viz. Switch, lead and crossing portions, by means of cranes or rollers.

In case of Manual insertion, the PSC turnout sleepers be inserted sleeper by

sleeper ensuring that at no time the alignment and level is beyond permissible

limits.

3.5.4.7 All the points and crossings shall be laid at correct locations and alignment on

properly prepared ballast bed and correctly linked as per the relevant drawings

and specifications.

3.5.4.8 The turn in curve of the turn outs shall conform to provisions of para 410 of

IRPWM. The ballast profile of turn in curves (wider width on out side) shall

be as per Annexure 2/13 para 263 of IRPWM.

3.5.4.9 After linking in position, the turnouts shall be correctly aligned and leveled to

designed L-section.

3.6 Bridges :

3.6.1 Longitudinal Profile of Rails – In standard plate girders no camber is

provided. Open web girders of span 30.5 m. and above are provided with

camber. Track on these bridges should be laid correctly following the camber

of the girder. While re-timbering is done it should be ensured that the

longitudinal level of rails follows the camber of girders.

3.6.2 The rail joints on girder bridges with opening less than 6.1m shall be avoided.

For other spans, the preferred position of rail joints is at 1/3rd

of span from

either end as per para 272 (3) of IRPWM).

3.6.3 On the approaches of Bridges, rail joints should be avoided within 3 metres of

a bridge abutment as per para 277 (4) of IRPWM.

3.6.4 SWR on Bridges – SWR may be continued over girder bridges with un

ballasted decks up to 13.3 m. opening if the length of SWR is symmetrical to

the centre line of bridge and up to 6.1 m. opening if the length of SWR is

unsymmetrical to the centre line of the bridge. No fish-plated joint should be

located on the girder or within six metres from either abutment. In all such

cases rail free fastenings, like rail free clips shall be used, so that relative

movement between rail and sleepers may take place.

71 Signature of the tenderer

Under seal of the firm

3.6.5 LWR/CWR on Bridges – In the case of laying LWR/CWR, provisions of

LWR Manual should be followed.

3.6.6 Provision of Guard Rails on Bridges –Guard rail should be provided on all

girder bridges (including pre-stressed concrete girder bridges without deck

slab) whether major or minor. Guard rails should also be provided on all major

and important ballasted bridges.

3.6.7 The design of guard rails on the bridge and its approaches shall be as per para

275(2) of IRPWM. On the approach of the bridge the guard rails shall be

flared and bent down as per design.

3.6.8 Special guard rail PSC sleepers may be used on ballasted deck bridges and

approaches. However, on un-ballasted steel girder bridges, steel channel

sleepers will have to be used but PSC approach sleepers will still be used in

every case.

3.6.9 On all flat top, arch and pre-stressed concrete girder bridges with deck slab,

where guard rails are not provided, whole width of the bridge between the

parapet walls shall be filled with ballast up to the top of sleeper level.

3.6.10 Gang path as per para 276 of IRPWM, shall be provided on the sleepers on the

bridge only in case of un-ballasted girder bridges.

3.7 Level Crossings:

3.7.1 Rail joints should be avoided in check rails and on the running rails, within the

level crossings and three meters on either side.

3.7.2 In the case of S.W.R., the short welded panel may be continued through the

level crossing, avoiding fish plated joint on the level crossing and within six

meters from the end of level crossing.

3.7.3 The level crossing should not fall within the breathing length of L.W.R.

3.7.4 Check rails at level crossings should be at least 2 metres longer than the width

of the gate.

3.7.5 No holes in running rails shall be made for providing distance blocks between

running rail & check rails. Flange way clearance should be obtained by

providing designed PSC sleepers for level crossings with specified LC fittings.

3.7.6 The horizontal and vertical clearances between running rail and check rail at

level crossing shall be maintained as detailed below –

a) Horizontal clearance between the heads of running rail and check rail :

minimum – 51 mm – maximum- 57 mm.

b) Minimum Vertical clearance from top table of running rail to any fixture

between running rail and check rail like distance block, bracket, bolt etc. --

- 38 mm

72 Signature of the tenderer

Under seal of the firm

3.7.7 Coal tar shall be applied on running rails and guard rails to prevent corrosion.

3.7.8 Road surface at level crossings between gate posts to full width of gates, shall

be at rail level and made of either RCC slabs or black top. The road on the

level crossing and on approaches, shall be provided complying with

instructions contained in items 12 to 15, of Annexure 9/1 para 908, Chapter IX

of IRP WM.

3.7.9 Whistle boards (W/L), Stop boards, LC indicator boards and Speed breaker

indicator boards etc. shall be fixed on the rail / road approaches of the level

crossing as provided in para 916 of IRPWM.

3.7.10 Other parameters for level crossings as laid down in Annexure 9/1 of para 908

of IRWM shall be followed.

3.7.11 Height Gauges on Electrified Sections.-

Height gauges should be erected on either side of the overhead equipment or

other equipment at every level crossing as per provisions of para 910 (4) of

IRPWM.

3.8 Welding of Rail Joints :

It is preferable to weld rail joints by Flash Butt welding process. If that is not

considered feasible, the rail joints at site shall be welded with Alumino Thermic

welding of rail joints by short pre-heating (SKV) process to IR Specification

no. T-19-1994 as detailed in RDSO ‘Manual for Fusion welding of Rails by

the Alumino, Thermic Process ‘Reprint 2006’ with up dated amendments.

Detailed procedure of welding as given in the specifications shall be followed.

3.9 Follow up Packings :

3.9.1 General :

3.9.1.1 After the track is laid, in general, 3 follow up packings are required to bring

the track to designed level and line. Accordingly the contractor shall be paid

only for three follow up packings. If, however, the track is not found to be of

satisfactory standards even after the 3 follow up packings, the contractor shall

carry out more packings / other works to bring the track to standards at his

cost and nothing extra shall be payable to him on this account.

3.9.1.2 It is desirable that PSC sleeper track is packed by tamping machines and not

manually to get better track geometry and to avoid damage to PSC sleepers.

However, if track machines are not available follow up packings can be done

manually with care to avoid damage to the PSC sleepers. For this purpose,

wooden beaters/ blunt ended crow bars may used for packing the sleepers. In

any case, the contractor has to avoid damage to sleepers at all costs.

3.9.1.3 Paint mark shall be made on the rails showing the spacing of sleepers as per

the specified sleeper density.

73 Signature of the tenderer

Under seal of the firm

3.9.1.4 The packing shall be done in the rail seat area (from end of sleeper to about 45

cm in side the rail seat) leaving the central portion of the sleepers which shall

be loosely packed to avoid centre binding of sleepers.

3.9.1.5 Leading and putting of additional ballast from the ballast stacks will be

required in follow up packings to achieve designed level and ballast profile.

This is part of the work of ballast supply and spreading and will be done by

the contractor in stages as per requirement through out the follow up

operations.

3.9.2 First Packing :

3.9.2.1 The track shall be lifted to the designed levels and slewed to correct alignment

with the help of reference pegs already fixed and as directed by the Engineer’s

representative. This operation may be done in stages depending upon the

magnitude of work involved

3.9.2.2 While packing, sleepers should be shifted to correct spacing. These shall then

be squared.

3.9.2.3 The sleepers shall be well packed with ballast under them, taking care that the

sleepers are not damaged during packing.

3.9.2.4 Roughly the ballast profile as indicated in para 263 of Indian railway

permanent way manual 1986 reprint of 1999 shall be achieved. For this

purpose, additional ballast from the stacks along the alignment shall be lead

and dumped over the track.

3.9.2.5 Correct track parameters ie. Gauge, alignment of rails, square ness of the

sleepers, longitudinal and cross levels, expansion gaps at rail joints etc. shall

be achieved as directed by the Engineer’s representative.

3.9.2.6 All track fittings shall be properly fixed in position and tightened. All missing

fittings shall be recouped.

3.9.3 Second packing :

3.9.3.1 After the first packing, a gap of 2/3 days be given and effort shall be made to

roll the track with a locomotive/ other rail vehicle, if available. RITES/

Employer shall try to arrange run of a locomotive for this purpose, free of cost.

Before such a run, it is, essential that the contractor brings all track parameter

in a satisfactory condition so as to allow such rolling without affecting safety

of such rolling stock/track for which the contractor shall be solely responsible.

If this is not possible, the contractor should, at his own cost arrange a run of

any other loaded vehicle/ lorry etc. at his cost, to carry out whatever rolling

and consolidation is possible under the circumstances. Second packing shall

be done after running of loco/loaded vehicle.

3.9.3.2 The sleepers shall be adjusted to correct spacing and alignment before the

Second round of packing. Spacing and square ness of other sleepers shall also

be checked and corrected as required.

74 Signature of the tenderer

Under seal of the firm

3.9.3.3 During this packing the alignment and levels of track, points and crossings,

level crossings, bridges etc. shall be brought to designed value. Check rails &

guard rails where provided shall be adjusted to correct alignment and

clearances. Similarly curves shall be adjusted to designed alignment, levels

and correct super elevation shall be provided on them.

3.9.3.4 The ballast section shall be dressed as directed by Engineer’s representative to

uniform height and width with correct side slopes.

3.9.4 Third and Final Packing :

3.9.4.1 Again, a gap of 3/4 days be given and effort shall be made to roll the track

with a locomotive/ other rail vehicle, if available. RITES/ Employer shall try

to arrange run of a locomotive for this purpose, free of cost. If this is not

possible, the contractor should, at his own arrange few runs of any other

loaded vehicle/ lorry etc. at his cost, to carry out maximum possible rolling

and consolidation under the circumstances. Third packing shall be done after

running of loco/loaded vehicle.

3.9.4.2 Any sleeper which has shifted from correct spacing or gone out of square shall

be moved back and squared after loosening the fastenings, care being taken

not to damage the PRC Sleepers while slewing the sleeper. The fastenings

shall be tightened again after squaring.

3.9.4.3 In this round of packing, the track should be brought to required alignment,

level, gauge etc. as per design and as laid down in the specifications. The track

shall be opened for the traffic after this packing so as to allow specified speed.

3.9.4.4 In case the contractor fails to achieve designed track alignment and levels and

specified tolerances, the contractor shall have to take remedial measures as

required including additional manual packings / other works, so as to achieve

the specified track design and tolerances. The cost of all such additional works

shall be entirely to contractor’s account and nothing extra shall be payable for

these works.

3.9.4.5 The ballast profile shall be made up and dressed as per the specified ballast

profile for plain track, curves, bridges, level crossings, bridges etc.

3.10 Signages :

3.10.1 The contractor shall provide all warning / indication, speed boards etc. as

required. All such boards shall be fixed as per design and at correct locations

as directed by Engineer – in Charge.

3.10.2 Curves : The following Indicators/Boards shall be provided in curves–

a) Curve Board – Each approach of a curve should be provided with a curve

board at the tangent point fixed on the outside of the curve. This Board should

indicate the radius of the curve, the length of the curve, length of transition in

metres and the maximum cant provided on the circular portion of curve in

millimetres.

75 Signature of the tenderer

Under seal of the firm

b) Rail Posts Indicating Tangent Points – On the inside of the curve, rail posts

should be erected on each approach of the curve, to indicate the position of the

begining and end of transition curves. These rail posts may be painted in red

and white colours respectively. In the case of non transitioned curve, similar

rail post should be erected on the tangent track and on the circular curve over

which the cant is run out, indicating the begining and end of the virtual

transition.

c) Versine station numbers starting from zero at 3 stations before the start of

curve shall be painted at 10 meter interval on the inside web of outer rail of the

curve and shall be continued over the entire length of the curve and 3 stations

beyond with figures in white paint over black back ground.

d) Indication of cant on track – Super-elevation or cant should be indicated by

painting its value on the inside face of the web of the inner rail of the curve

and at every versine station, beginning with zero at the commencement of the

transition curve. The value of cant should be indicated on the circular curve at

its beginning and at the end. In the case of long circular curve the cant value

should be indicated at intermediate stations at a distant not exceeding 250

metres.

e) Operation indicated in c & d above are included in the item and nothing extra

is payable on this account.

3.10.3 Kilometre, Hectometre and Gradient Posts – These may be of R.C.C./ stone

slabs as per Schedule of Rate, specifications and approved drawing and fixed

at right angles to the track on the cess so as to be distinctly visible. The

figures, arrows and letters should be painted in black on a white background.

3.10.4 Land boundary posts, Station & bridge name boards, bridge tablets and

other miscellaneous boards: These boards & posts shall be made as per

design and fixed as directed by the Engineer – in Charge.

3.10.5 Fouling Marks – These should be fixed at the point at which the spacing

between the tracks, begin to reduce to less than the minimum as laid down in

the schedule of dimensions. The design of Fouling mark shall be as per para

236 of IRPWM.

3.11 Specifications for Finished Work :

3.11.1 Ballast profile:

3.11.1.1 The ballast profile should be in conformity with para 263 of IRPWM and

brought to specified section.

3.11.1.2 The ballast cushion shall be checked at three random locations in each 100 M

(these locations shall be recorded) and the average value shall be considered

for acceptance.

76 Signature of the tenderer

Under seal of the firm

3.11.1.3 The expression “Ballast Cushion” wherever used in these specifications, shall

mean depth of clean layer of ballast below the bottom of sleepers and above

the finished top of formation, measured under the rail seat.

3.11.2 New Track Tolerances :

3.11.2.1 In cases where the follow up packings have been done with ‘On Track

Tamping machines’, the new track shall conform to the following track

standards. The track measurements should be taken in floating conditions.

Track

Parameter

Items for measurement Max variation

acceptable

(a) Gauge sleeper to sleeper variation + 2 mm.

(b) Expansion

gap

Over average gap worked out by recording

20 successive gaps

+ 2 mm

(c) Joints

Low joints not permitted

High joints not more than .

Squareness of joints on straight

± 2 mm

± 10 mm

(d) Spacing of

sleepers

With respect to theoretical spacing ± 20 mm

(e) Cross level To be recorded on every 4th sleeper ± 3 mm

(f) Alignment

On straight on 10M. Chord.

± 2 mm

On curves of Radius more than

600 M. On 20 M. Chord.

Variation over theoretical versines:

± 5 mm

On curves of Radius less than

600 M. On 20 M. Chord.

Variation over theoretical versines

± 10 mm

(g)

Longitudinal

level

Variation in longitudinal level with

reference to approved longitudinal sections

50 mm

3.11.2.2 In case of private sidings with restricted speed potential and where the

packings have been done manually, the new track shall conform to the

following track standards. The track measurements should be taken in floating

conditions

S.

N

Track Parameter Items for measurement Max variation

acceptable

1 i. Gauge on straight

& curves up to 350 m

radius.

ii. On curves sharper

than 350 m radius

iii. Sleeper to sleeper

variation in gauge

� Nominal Gauge of 1673 mm.

� Slack Gauge of 5 mm i.e. 1678

± 6mm

± 6 mm

2 mm

2 Expansion Gap at rail

joints

Maximum deviation from the

prescribed gap (Average gap worked

out by recording 20 successive

gaps)

± 2mm

77 Signature of the tenderer

Under seal of the firm

3 Joints � Low joints not permitted.

� High joints not more than

� Maximum out of Square-ness of

joints on straight.

� Maximum out of square-ness of

joints on curves

3mm

±10mm

83 mm.

4 Spacing of Sleepers With respect to theoretical spacing ± 20mm

5 Cross level To be recorded on every 4th sleeper ± 5 mm

6 Alignment on 7.5 M

chord

i. On straight

ii. On curves,

� variation over theoretical

versions.

(on curves station to station

variation in versine shall not be

more than 10mm)

± 5mm

± 10 mm at

isolated

locations.

± 5mm

± 7 mm at

isolated

locations.

7 Longitudinal level • With reference to approved

longitudinal sections.

± 50 mm

8

Uneven ness

• Unevenness (variation in

longitudinal profile of track as

measured on 3.6 m chord at the

centre)

not more than

10mm, 15 mm

can be tolerated

at isolated

locations

Note : In item 6 & 8 isolated locations means not more than 10 locations in one km.

3.11.3 The payment for finished work shall be made only when the constructed track

complies with track parameters / tolerances given above and as per terms and

conditions of contract.

3.12 Maintenance /Defect liability period :

3.12.1 The safe and satisfactory maintenance of all assets / works of the project

handed over to the contractor by RITES/Employer / constructed by the

contractor will be the responsibility of the contractor, during the period of

construction and thereafter till the assets are finally handed over to

RITES/Employer by the contractor.

3.12.2 After completion of the works, the contractor shall maintain all assets during

the defect liability period as specified in tender conditions. The defect liability

period shall start from the date of completion of the works as accepted by the

Engineer – in charge. During this period, the contractor shall carry out the

following activities at his cost:

3.12.2.1 All track materials supplied by the contractor and installed in track shall

render satisfactory performance in service and must not develop any

manufacturing defects during the defect liability period. If any such defect /

lack of performance is noticed during the defect liability period, the contractor

78 Signature of the tenderer

Under seal of the firm

shall replace the materials and carry out all other works connected with such

defect / lack of performance at his cost to the entire satisfaction of the

Engineer – in charge. Nothing extra shall be payable on this account.

3.12.2.2 Maintenance and repairs to formation, cess and slopes of banks/ cuttings to

proper profile.

3.12.2.3 Cleaning and repairs to drains including cleaning of water ways of the

bridges.

3.12.2.4 Maintenance of ballast profile to designed section including recoupement of

ballast deficiency, if any.

3.12.2.5 Maintenance and repairs to track, as required, to keep the track parameters

within the limits as specified in para (3.11.2) above.

3.12.2.6 Replacement of missing/ defective/ ineffective fittings and keeping all

fittings in proper position and fully tight.

3.12.2.7 Maintenance and adjustment of expansion gaps at rail joints as laid down to

keep the joint gaps within the range as specified in para 510(3) of IRPWM.

3.12.2.8 Maintenance of track on bridges, level crossings and points and crossings as

per design and specifications.

3.12.2.9 Maintenance of all civil works including road, equipment, fixtures/ fittings

etc. at level crossings.

3.12.2.10 Maintenance of station yards, fouling marks, all name boards, indication

boards and all track indicators painted on rails/ boards etc. to a satisfactory

condition.

3.12.2.11 The assets shall be handed over to Engineer-in-Charge / Employer at the end

of defect liability period as per stipulations given in Technical

Specifications.

3.13. Reconciliation of quantities of rails/ other P. Way material issued to the

contractor by RITES / Employer:

3.13.1 Rails

3.13.1.1 The rails will be issued to contractor from RITES / Employer’s store, in

metres.

3.13.1.2 One metre rail shall be considered to weigh 52 kg for 52 kg rails and 60 kg for

60 kg rails issued to the contractor.

3.13.1.3 Calculation of consumption :

a) To calculate the rail length laid, both rails of the track laid will be

measured separately (excluding complete layout of points & crossings,

trap points, Glued joints, check rails, guard rails, SEJs etc), and added.

b) No allowance for wastage of rails will be allowed.

c) The quantity by which the consumption of rails worked out vide clause

3.13.1.3 a) above falls short of quantity issued to the contractor vide para

3.13.1.1 will be considered as excess quantity of rails issued to the

contractor.

79 Signature of the tenderer

Under seal of the firm

3.13.1.4 Disposal of excess quantity issued :

a) The excess quantity of rails issued as worked out vide para 3.13.1.3 c)

shall have to be returned back by the contractor to RITES/Employer in

their store. All cost for handling, leading, lifting etc. of such rails shall be

fully borne by the contractor and no payment, whatsoever, shall be made

to the contractor on this account.

b) If, however, the contractor fails to return the excess quantity of rails,

recovery at the rate of (Last purchase price including all taxes &

transportation, handling, packing etc. charges + 12.5 % supervision

charges thereon) per metric tonne of rails, shall be made from his bills.

The weight of the rails for this purpose will be calculated as per Clause

3.13.1.2.

3.13.2 Other materials :

3.13.2.1 Other materials like sleepers, fittings etc., if issued, by RITES / Employer to

the contractor will be issued in numbers. After the work is completed, the

number placed in track will be counted and must match with the quantity

issued. Shortfall, if any, shall have to be made good by the contractor who

will return all excess materials issued to him by depositing the same in

RITES / Employer’s store in work area at his cost.

3.13.2.2 No wastage is to be permitted.

3.13.2.3 In case of failure of the contractor to return excess material issued to him, the

cost of such material shall be worked at the rate = last purchase price of the

material by RITES / Employer including all taxes & transportation,

handling, packing etc. charges + 12.5 % supervision charges thereon. This

worked out cost shall then be recovered from contractor’s dues / bills.

80 Signature of the tenderer

Under seal of the firm

SECTION – IV

Dismantling and Re – Linking of Track

4.1 Dismantling:

4.1.1 Dismantling of plain track, curved track, welded track, points & crossings,

level crossings, track on bridges etc. where ever required shall be carried out by

the contractor as follows—

4.1.2 The track which is to be dismantled will be surveyed by the engineer with the

contractor and all materials existing in track shall be marked with paint to

indicate usable and unusable materials duly approved by the engineer. Such

marking will be done by the contractor at his own cost. Inventory of all

materials in track to be dismantled, shall be taken jointly by the contractor with

a representative of site engineer, category wise which shall be signed by both.

4.1.3 After dismantling, all released materials will be stacked within 50 metres of the

site of dismantling in separate stacks of usable and unusable materials. The

materials including fittings of different layouts of track (plain track, points &

crossings, glued joints, LCs, bridges etc,) shall be stacked separately. Such

leading and stacking will be done by the contractor at his own cost and nothing

extra shall be payable on this account.

4.1.4 The material shall remain in the custody of the contractor till it is used or taken

over by RITES /Employer. If any shortage of materials is found while re using

it or at the time of taking over by RITES/ Employer, recovery of the cost of

such shortage will be made from the dues of the contractor.

4.1.5 Care shall be taken that the materials are not damaged during dismantling.

4.2 Ballast :

4.2.1 If directed by the Engineer – in – Charge, ballast under the track being

dismantled will be removed from site up to existing formation level and duly

stacked within 50 metres of the site. The formation shall then be leveled to

proper slope.

4.2.2 If the released ballast is required to be screened , it shall be measured by the

engineer in presence of contractor. For screening of ballast, payment will be

made as per Schedule of rates.

4.2.3 The screening of ballast shall be done by the contractor as per the procedure

detailed in the Section on ‘Routine Track Maintenance Works’. The screened

ballast shall be neatly stacks at locations as directed by the engineer.

4.2.4 The muck generated during screening of ballast shall be disposed off by the

contractor as directed by the Engineer – in – Charge. Nothing extra shall be

payable on this account.

4.3 Re-linking of track :

If the material released from dismantling of track is to be used for re- linking of

track at same / other location, the work will be done as per procedure given

below -

81 Signature of the tenderer

Under seal of the firm

4.3.1 Ballast screened and stacked as detailed in clause 4.2.3 shall be measured and

lead to site of laying and spread on formation to required depth. No payment

will be made to contractor for leading the ballast from stacks of screened

ballast to site of laying.

4.3.2 Similarly all usable track materials viz. sleepers, rails, points & crossing, track

fittings etc. should be used for track linking as directed by the engineer. The

contractor will lead all the required materials to new location, lay them in track

and will be paid as per Schedule of rates. No payment will be made for leading

the materials to site of re – linking.

4.3.3 If the number of released usable track fitting is less than what is required for

track linking, the same quantity will be issued by RITES/ Employer to the

contractor for use in re linking. Such fittings will be issued from RITES/

Employer ’s store free of cost and will be lead by the contractor to site at his

cost. No payment what so ever, will be made to the contractor for leading such

fittings.

4.3.4 The follow up procedure after track linking will be as stipulated in Section-III

of these specifications.

82 Signature of the tenderer

Under seal of the firm

SECTION – V

Routine Track maintenance works.

5.1 Through Packing of Track :

5.1.1 General: Through packing shall consist of the following operations in sequence.

The length of track opened out on any one day shall not be more than that can be

efficiently tackled before the end of the day:

(i) Opening of the road,

(ii) Examination of rails, sleepers and fastenings,

(iii) Squaring of sleepers,

(iv) Slewing of track to correct alignment,

(v) Gauging,

(vi) Packing of sleepers including lifting & leveling,

(vii) Repacking of joint sleepers,

(viii) Boxing of ballast section & tidying.

5.1..2 Opening of Road: Ballast on BG tracks should be opened out from end of sleeper

to 450 mm inside of the rail seat on either side rail to a depth of 50 mm. below the

packing surface without disturbing the cores under the sleepers.

5.1.3 Track shall be examined to detect cracks in rails, broken sleepers, broken or

missing fittings. All such materials are to be replaced and loose ones tightened.

Material required for replacement will be supplied by RITES/EMPLOYER free of

cost at the depot. Contractor will have to lead the same to work site at his cost.

Contractor will deposit all released material in the RITES/EMPLOYER depot.

5.1.4 Any sleeper which has shifted from correct spacing or gone out of square shall

be moved back and squared after loosening the fastenings. The fastenings

shall be tightened again after squaring.

5.1.5 Slewing of track to correct alignment: - Slewing of track to correct alignment

should be done after opening out the road, loosening the cores at ends and

drawing out sufficient ballast at the ends of the sleepers.

5.1.6 Gauging shall then be done in a way that it does not introduce kinks in track.

Uniform gauge should be aimed at.

5.1.7 The track shall then be given final packing. For this, sighting shall be done along

the base rail and if any dip or low joint is found, it shall be corrected by packing

up the sleepers. After the base rail is thus packed for two or three rail lengths, the

cross levels on the opposite rail shall be rectified by packing the sleepers under the

rail.

5.1.8 The joint and shoulder sleepers shall be re-packed and cross level adjusted as

required.

5.1.9 Boxing to Ballast section and Tidying – Clean ballast should be worked in with

ballast forks or rakes. The ballast section should be dressed to the specified

dimensions, The deficiency of ballast, if any, shall be reflected along the centre of

the track and not under the rails or in the shoulders. The cess should then be tidied

up and maintained to correct depth below rail level and cross slope for effective

drainage of track be provided according.

83 Signature of the tenderer

Under seal of the firm

5.2 Through packing of points and crossings

5.2.1 Through packing of points and crossings will comprise of all operations of through

packing detailed in clause 5.1. In addition it will also include checking and

adjustment of clearances at toe of switch, Heel of switch, check rails, wing rails,

etc. The packing of sleepers, specially, at toe of switch and under the crossing shall

be done firmly adjusting alignment and levels. Boxing and dressing of ballast shall

be done as per profile and no shortage be allowed on shoulders. All fish bolts and

nuts at rail joints shall be properly oiled and greased.

5.2.2 Burrs developed at nose of crossing or toe of switch shall be removed by careful

chiseling.

5.2.3 On non interlocked points, cleaning and lubrication of all slide chairs shall be done.

On interlocked points, lubrication of slide chairs on which signalling gears are not

fixed shall also be done. For any bent tongue rail, if required, Jim-crowing may

have to be done and the gap at toe of switch and in switch rail and stock rail

adjusted as required. All required staff, equipment and consumables etc. for

this work, will be provided by the Contractor at his cost.

5.3 Picking up of Slacks : Picking up slacks shall be done where the alignment is

kinky or top level is uneven. In all cases sighting shall be done, the defects

assessed and marks made on sleepers to be dealt with in chalk. The marked

sleepers should then be dealt with as in through packing, care being taken that the

packing of adjacent sleepers does not get disturbed. In case a large percentage of

sleepers need attention in a rail length, the entire rail length should be attended to.

When rail joints are picked up, at least three sleepers on either side of the joints

are packed. In the case of a low joint, the fish plates should be slightly loosened

and the joint tapped, so that the rail ends are, rendered free and are capable of

being lifted. After the joint is thoroughly packed the fish plates should be

tightened again.

5.4 Screening of Ballast : The words ‘Screening of ballast’ where ever used in these

specifications mean screening of track ballast on a 20mm x 20 mm square mesh

sieve where the material passing through the sieve is called muck and thrown

away and the portion retained on the sieve is called screened ballast and is used

for track.

5.5 Systematic Overhauling (Shallow screening) –

5.5.1 The crib ballast between sleepers should be opened out to a depth of 50 to 75 mm.

below the bottom of sleepers, sloping from the centre towards sleeper end. The

ballast in the shoulders opposite to the crib as well as the sleepers should be

removed to the full depth. A slope is given at the bottom sloping away from the

sleeper end. The ballast is then screened and put back. Care should be taken to see

that the packing under the sleepers is not disturbed and the muck removed is not

allowed to raise the cess above the correct level.

5.5.2 Two contiguous spaces between sleepers should not be worked at the same time.

5.5.3 Screening should be progressed in alternate panels of one rail length. In no

circumstances should several rail lengths of track be stripped of ballast

5.5.4 Where drains across the track exist, they should be cleaned and filled with boulders or

ballast to prevent packing from working out and forming slacks.

5.5.5 After screening, full ballast section should be provided. Deficiency, if any, should be

shown in the central portion of sleeper and this also should be made up soon.

84 Signature of the tenderer

Under seal of the firm

5.5.6 After screening through packing of track shall be done as per Cl.5.1.

5.5.7 Cess when high should be cut along with overhauling and when low should be made

up. A template should be used for this purpose.

5.5.8 In the case of L.W.R territory, the provisions in L.W.R. Manual should be followed.

In the case of S.W.R. area screening may be carried out at rail temperatures and

conditions as detailed in Para 510 of IRPWM.

5.5.9 All works mentioned above are to be carried out by the contractor against this item

including all labour, equipment, tools, consumables etc. at his cost and nothing extra

shall be payable. The ballast where required shall, however, be arranged by

RITES/Employer free of cost to the contractor but he will have to lead it up to 50m

lead and dump it in track for which nothing extra shall be payable.

5.6 Deep Screening of Ballast-

5.6.1 Reference pegs for final track alignment and level shall be fixed before undertaking

deep screening of track. Instructions and procedure contained in para 238 of IRPWM

shall be followed for carrying out deep screening work.

5.6.2 The work should be taken in hand only after imposing speed restriction of 20 kmph

and speed restriction boards put up and lookout men posted.

5.6.3 Adequate number of wooden blocks shall be arranged at site.

5.6.4 After screening, the track should be lifted to provide required ballast cushion.

5.6.5 Follow up packings shall then be done and the track should be packed to final position

w.r.t. alignment and level and then boxed.

5.6.6 Lifting should be limited to 50 mm. at a time.

5.6.7 The speed should be gradually raised as per para 238(g) of IRPWM.

5.6.8 All works mentioned above are to be carried out by the contractor against this item

including all labour, equipment, tools, consumables etc. at his cost and nothing extra

shall be payable. Speed indicator boards, their manning and lighting up during will

also have to be arranged by the contractor at his cost. Extra track ballast, if required,

will however, be arranged free of cost by RITES/Employer within 50 m of work area

but will have to be lead from there to work site and spread in track as per requirement,

by the contractor at his cost.

85 Signature of the tenderer

Under seal of the firm

TECHNICAL SPECIFICATIONS FOR TRACK

BALLAST

86 Signature of the tenderer

Under seal of the firm

SPECIFICATIONS FOR SUPPLY OF BALLAST

1.0 Ballast Supply - General

1.1. These specifications will be applicable for stone ballast to be used for all types for

sleepers on normal track, turn outs etc. The Ballast to be supplied shall conform

strictly to the provisions contained in Indian Railway Specifications for Track Ballast/

IRS GE-1 of June 2004 subject to modification if any till date of issue of NIT.

A copy of these Specifications incorporating Correction Slip Nos.1 and 2 is at

Annexure A. Wherever the word “CTE” or “CAO/Construction” appears, it should

be replaced by “SBU Head” and reference to “Railways” by “RITES”.

1.17 The rates, as per the Schedule, are inclusive of all taxes viz. commercial sales tax /

VAT, octroi, etc. (excluding Service Tax) and other charges levied by the State /

Central government. In respect of Service Tax, the same shall be paid by the

Contractor to the concerned Department on demand and will be reimbursed to the

contractor by the Engineer-in-charge after satisfying that it has been actually and

genuinely paid by the Contractor. The rate also includes all lead, lift, ascent, descent,

loading, unloading, royalty etc. and all other incidental charges.

1.18 The rates in this schedule cover any purchase and/or royalties and/or compensation,

etc. incurred by him whatsoever. The accepted rate includes all quarry charges

monopoly fee and other charges, if any and tools and plants for clearing site for

stacking, tests and testing screens, carriage of materials to the site of stacking and

removal of any material rejected by the Engineer In charge to any site where the

rejected materials are to be thrown.

1.19 The contractor shall stack the ballast, at specified locations as directed by the

Engineer-in-Charge.

1.20 The ballast shall be supplied as per the requirement given by the Engineer-in-Charge.

The quantity of ballast for various locations will be indicated by the Engineer-in-

Charge and the contractor shall make supply accordingly with +/- 2% variation. If

excess quantity over 2% is supplied it shall not be paid for. If there is shortage over

2%, the payment for the ballast supplied for concerned location will be with held till

the shortage is made up.

1.21 The successful bidder should ensure the submission of ballast sample along with the

test report of Impact value, Abrasion value and water Absorption value from any

Railway/RITES laboratory or any other approved laboratory/ institution, along with

name of quarry / quarries from where supply is intended to be made before

commencement of the supply of ballast. The tenderer shall also furnish an

undertaking as incorporated in the tender document that the ballast supply at all times

will conform to Specifications for Track Ballast as specified by Railway.

1.22 The tenderer shall also furnish an undertaking that the ballast supply at all times will

conform to Specifications for Track Ballast as specified by RITES.

87 Signature of the tenderer

Under seal of the firm

1.23 Subsequent testing shall also be carried out from such approved laboratories/

institutions only as per clause 5.3.1 & 5.3.2 of IRS-GE-1. However, RITES /

Employer may modify the list of approved laboratories / institutions, when considered

necessary.

1.24 The contractor shall make his own arrangement at his own cost for the construction of

service roads within Employers land as well as outside the Employer’s land, for

transportation of ballast, as required. No separate payment shall be admissible to the

contractor for the construction of such roads and their repairs and maintenance.

1.25 The cost of routine testing of ballast as provided for under “Sampling and Testing” in

IRS Specifications shall be payable by the contractor. However RITES / Employer is

at liberty to collect additional ballast sample as and when, required and send the same

for testing at the cost of Contractor. Clause 5.3.1 & 5.3.2 of IRS GE-1 stand

modified to that extent.

1.26 The quantities of ballast mentioned in the schedule are approximate.

RITES/Employer reserves the right to alter the quantity as per the actual requirement

and nothing extra will be payable over and above the accepted rates. However, for

increase in agreemental quantities beyond 25%, action may be taken as per General

Conditions of Contract.

1.27 The contractor shall make necessary arrangement for the security of the ballast

supplied during the progress of the work till the ballast is measured, accepted and

taken over by the engineer. No separate payment shall be admissible to the contractor

for guarding the ballast.

1.28 Safety of ballast against any theft or loss is the responsibility of the contractor during

the entire period of the contract agreement and the loss if any has to be made good by

the contractor. This responsibility of the contractor remains even if the ballast stacks

are measured and paid for, unless the Engineer-in-charge takes over measured ballast

stacks from the contractor under a clear taking over certificate.

2.0 Quality of stone ballast in General:

2.1 The Stone ballast should be machine crushed and shall consist of hard and durable

stone and conform to the approved sample.

2.2 The stone quarry shall be inspected by the Engineer In charge at regular intervals and

samples tested for physical properties (abrasion test, impact test & water absorption

test values).

2.3 Attempts should be made to procure ballast from a suitable quarry. After surveying

the catchment area of the work, quarries which are producing ballast conforming to

IRS-GE-1 shall be identified & approved by Engineer-in-charge and ballast be

procured from these quarries only. For approving the ballast quarry, the following

norms will be adopted: -

88 Signature of the tenderer

Under seal of the firm

Basic Quality: Ballast should be hard, durable and as far as possible angular along

edges/corners, free from weathered portions of parent rock, organic impurities and

inorganic residues.

Particle Shape: Ballast should be cubical in shape as far as possible. Individual

pieces should not be flaky and should have generally flat faces with not more than

two rounded/sub rounded faces.

Mode of manufacture: The ballast shall be machine crushed and conforming to IRS

GE-1 Specifications for machine crushed ballast.

Physical Properties:

The ballast samples when tested for physical properties (abrasion and impact) in

accordance with IS: 2386 (Part-IV)-1963 should satisfy the requirements of Clause

2.2.1 of Annexure A.

The water absorption tested as per IS 2386, Part-III 1963, should conform to the

provision under Clause 2.2.2 of Annexure A. This test is to be conducted only when

so prescribed at the discretion of GM /RITES.

2.4 Track ballast should be obtained from good quality stones / boulder; and top layer, if

weathered, must not be used.

3.0 Size and Gradation of ballast:

3.1 The track ballast shall be of the size stipulated in Clause 2.3.1 of Annexure A.

4.0 Over-size and under-size ballast:

4.1 Over-size ballast Tolerances

4.1.1 Over-size ballast:

Provisions in Clause 2.3.2 of Annexure A will apply.

4.2 Under-size ballast – Tolerances:

Provisions in Clause 2.3.3 of Annexure A will apply.

5 Sieve analysis for size and gradation:

Provisions in Clause 2.3.4 of Annexure A will apply.

6.0 Sampling & testing of ballast:

6.1 Provisions in Clause 5 of Annexure A will apply except that the cost of testing which

will be borne by the contractor.

89 Signature of the tenderer

Under seal of the firm

6.2 If the quality of ballast is noted to have changed during supply as revealed by visual

comparison with the approved sample, the test shall be redone to conform that it

satisfies the properties as per clause 2.4 above.

6.3 In the event of the ballast being rejected the tenderer will have to remove the rejected

ballast from the work-site expeditiously at his own cost.

6.4 The Engineer shall mark all rejected ballast in any manner he considers fit to prevent

them from being removed and mixed with good ballast. The Contractor shall, within

a fortnight from the date of the order of removal, remove the rejected ballast from the

Employer’s premises. In the event of contractor’s failure to do so the Engineer may

cause it to be removed and all costs of such removal shall be payable on demand by

the Contractor to RITES and, without prejudice to any other mode of recovery, may

be deducted from any money, that may be due or may become due to the contractor

or from the Contractor’s bill for any other works executed for RITES on behalf of

Employer.

6.5 Should RITES, under any special circumstances, agree to take over all or part of the

rejected ballast, the same will be paid for at rates to be fixed by the Engineer-in-

charge and agreed to by the contractor in writing.

6.6 The screen for sieve analysis as specified in specification as also the standard box for

measuring volume should be kept available at site by the contractor at his own cost,

for use by the Engineer or his representative for carrying out sieve analysis. Labours

required for doing sieve analysis, measurement, sampling etc. as required, will be

supplied by the contractor free of cost. The results of such sieve tests will be binding

on the Contractor.

7.0 Stacking of Ballast, Method of Measurement & payment

7.1 Stacking of Ballast :

7.1.1 The contractor shall stack the ballast, normally over the entire length of the section at

specified locations as directed by the Engineer-in-Charge.

7.1.2 The contractor shall make necessary arrangement for levelling the nominated grounds

for stacking of ballast at cess, as per the direction and to the satisfaction of Engineer-

in-Charge, and start the stacking only after getting written approval from Engineer-in-

charge for which nothing extra will be paid. Stacking shall be done on a neat, plain

and firm ground with good drainage.

7.1.3 The height of stack shall not be less than 1m except in hilly areas where it may be

0.5m. The height shall not be more than 2.0 m. Top width of stack shall not be less

than 2.0 m. Top of stack shall be kept parallel to the ground plane. The side slopes of

stack should not be flatter than 1.5:1 (Horizontal : Vertical).

7.1.4 Ballast is to be stacked in proper trapezoidal section on the locations approved by the

Engineer-in-charge. Completed stacks must be properly finished before being offered

for acceptance and measurement.

7.2 Method of Measurement :

7.2.1 Each stack of ballast shall be serially numbered. Cubical content of each stack shall

normally be not less than 30 cum in plain areas and 15 cum in hilly areas. After the

90 Signature of the tenderer

Under seal of the firm

stacks are measured, they should be sprinkled with lime in the form of cross on all the

sides of the stack at the contractor’s cost. Suitable space should be left in between

stacks so that there is no possibility of materials of fresh stacks mixing with stack

already measured.

7.2.2 A ballast measurement register shall be maintained showing date wise details of

measurement of ballast. All the entries shall be dated and signed. Entries in the ballast

measurement register should not be over written. If any correction is required the

same should be done by striking off the old entry by drawing a line and making

proper entry by its side.

7.2.3 The accepted rate is for ballast which conforms in all respects to supply in stacks at

the specified sites within the specified time limit and satisfying the specification and

conditions of contract. If, the officer deputed to measure up the Contractor’s ballast is

not satisfied that the above conditions and specifications have been complied with, he

is at liberty to take either of the following courses.

i. To refuse to measure up such ballast at all giving his reasons in writing for so

doing to the Contractor.

ii. To call upon the contractor in writing to screen his ballast of dirt and

admixtures beyond the specified limit or to break it to gauge, or to re-stack it

to proper dimensions, or all three as may be required, prior to further

inspection and measurement by a fixed date, within the time limit imposed in

the agreement.

7.2.4 The contractor shall provide at his own cost adequate labour and tools for opening out

stacks for inspection and for carrying out sieve analysis.

7.2.5 The contractor shall supply all necessary tools for the work and also bamboos, pegs,

strings etc. necessary for measurement of ballast.

7.2.6 Stack Measurement

The quantity shall be calculated as per the following formula for the ballast supplied

in a stacks. Q = (LB + LT)/2 x (WB + WT)/2 MULTIPLIED BY H.

Where, LB = Average length of the stack at the bottom.

LT = Average length of the stack at the top

WB = Average width of the stack at the bottom

WT = Average width of the stack at the top

H = Average height of the stack (to be measured atleast at eight

places).

The plan of the stack should be either square or rectangular.

7.2.7 Shrinkage Allowance

Payment shall be made for the gross measurements either in stacks without any

deduction for shrinkage/voids. However, when ballast supply is made in wagons,

shrinkage upto 8% shall be permitted at destination while verifying the booked

quantities by the consignee.

91 Signature of the tenderer

Under seal of the firm

7.3 . Payment :

7.3.1 90% of the payment will be paid in R.A. bills prepared against supply of ballast duly

certified by Engineer-in-Charge of RITES Ltd supported with measurement details,

test certificates, royalties and all other necessary statutory taxes clearance certificates.

Remaining 10% payment against supply shall be released along with payment for

leading & spreading after the contractor leads the ballast from measured and accepted

stacks and spreads it on track as per directions of Engineer-in-Charge.

7.3.2 The rates in this schedule are entirely inclusive so as to cover any purchase and/or

royalties and / or compensation for surface charges incurred by him whatsoever. The

accepted rate includes all quarry charges Sales Tax monopoly fee and other charges if

any and tools and plants for clearing site for stacking, test and testing screens, carriage

of materials to the site of stacking and removal of any material rejected by the

Engineer to any site when the rejected materials are to be thrown.

7.3.3 In both the above cases (Cl. 7.3.1 & 7.3.2) test certificates and royalties and all other

necessary statutory tax clearance certificates shall be submitted by the contractor with

every running Bill. If the agency fails to do so, the required amount will be deducted

as per extant Govt rule, from his bill and will be deposited with the concerned dept.

8.0 Laboratory test for physical properties of ballast:

Aggregate abrasion value: Annexure I of Annexure A may be referred to.

Aggregate Impact value: Annexure I of Annexure A may be referred to.

Specific Gravity and water absorption test: Annexure III of Annexure A may be

referred to.

92 Signature of the tenderer

Under seal of the firm

SPECIFICATIONS FOR TRACK BALLAST

IRS-GE-1

JUNE-2004

(With Correction Slip No. 1, dt. 3.3.2005 & Correction Slip no. 2, dt. 14.6.06)

CONTENTS

Title Page No.

1 Scope 1

2 Detailed Specifications 1

3 Conditions for submission of tender 3

4 Method of measurement 3

5 Sampling and Testing 4

ANNEXURES

(Test Methods based on relevant IS Codes)

1 Aggregate Abrasion Value 6

2 Aggregate Impact Value ` 7

3 Water Absorption 8

93 Signature of the tenderer

Under seal of the firm

SPECIFICATION FOR TRACK BALLAST

1. SCOPE: These specifications will be applicable for stone ballast to be used for all types of

sleepers on normal track, turnouts, tunnels and deck slabs etc on all routes.

2. DETAILED SPECIFICATIONS:

2.1 GENERAL

2.1.1 Basic Quality: Ballast should be hard durable and as far as possible angular along

edges/corners, free from weathered portions of parent rock, organic impurities and inorganic

residues.

2.1.2 Particle shape: Ballast should be cubical in shape as far as possible. Individual pieces

should not be flaky and should have generally flat faces with not more than two rounded/ sub

rounded faces.

2.1.3 Mode of manufacture: Ballast for all BG main lines and running lines, except on ‘E’

routes but including ‘E’ special routes, shall be machine crushed. For other BG lines and

MG/NG routes planned/sanctioned for conversion, the ballast shall preferably be machine

crushed. Hand broken ballast can be used in exceptional cases with prior approval of Chief

Track Engineer/CAO/C. Such approval shall be obtained prior to invitation of tenders.

On other MG and NG routes not planned/sanctioned for conversion hand broken ballast can

be used for which no approval shall be required.

2.2 PHYSICAL PROPERTIES

2.2.1 Ballast sample should satisfy the following physical properties in accordance with

IS:2386 Pt.IV-1963 when tested as per the procedure given in Annexure-I & II.

BG, MG & NG(planned/sanctioned NG & MG(other than those

For conversion) planned for conversion)

Aggregate 30% Max.* 35% Max.

Abrasion value

Aggregate 20% Max.* 30% Max.

Impact value

* In exceptional cases, on technical and/or economic grounds relaxable upto 35% and

25%respectively by CTE in open line and CAO/C for construction projects. The relaxation in

Abrasion and Impact values shall be given prior to invitation of tender and should be

incorporated in the Tender document.

2.2.2 The ‘Water Absorption’ tested as per IS 2386 Pt.III-1963 following the procedure

given in Annexure III should not be more than 1%. This test however, to be prescribed at the

discretion of CE/CTE in open line and CAO/Con. For construction projects.

2.3 SIZE AND GRADATION

94 Signature of the tenderer

Under seal of the firm

2.3.1 Ballast should satisfy the following size and gradation:

a) Retained on 65mm Sq.mesh sieve 5% Maximum

b) Retained on 40mm Sq.mesh sieve* 40%-60%

c) Retained on 20mm Sq.mesh sieve Not less than 98% for machine crushed

Not less than 95% for hand broken

* For machine crushed ballast only.

2.3.2 Oversize ballast

i) Retention on 65mm square mesh sieve.

A maximum of 5% ballast retained on 65mm sieve shall be allowed without deduction in

payment.

In case ballast retained on 65mm sieve exceeds 5% but does not exceed 10%, payment at 5%

reduction in contracted rate shall be made for the full stack. Stacks having more than 10%

retention of ballast on 65mm sieve shall be rejected.

i) In case ballast retained on 40mm square mesh sieve (machine crushed case

only) exceeds 60% limit prescribed in 2.3.1 (b) above, payment at the

following reduced rates shall be made for the full stack in addition to the

reduction worked out at i) above.

�� 5% reduction in contracted rates if retention on 40mm square mesh sieve is

between 60% (excluding) and 65% (including).

�� 10% reduction in contracted rates if retention on 40mm square mesh sieve is

between 65% (excluding) and 70% (including).

ii) In case retention on 40mm square mesh sieve exceeds 70%, the stack shall be

rejected.

iv) In case of hand broken ballast supply, 40mm sieve analysis may not be carried

out. The executive may however ensure that the ballast is well graded between

65mm and 20mm size.

2.3.3 Under Size Ballast: The Ballast shall be treated as undersize and shall be rejected if

i)Retention on 40mm Sq. Mesh sieve is less than 40%.

ii) Retention on 20mm square mesh sieve is less than 98% (for machine crushed) or

95% (for hand broken).

2.3.4 Method of Sieve Analysis:

i) Sieve sizes mentioned in this specification are nominal sizes. The following

tolerances in the size of holes for 65, 40 and 20mm nominal sieves sizes shall be

permitted.

65mm Square Mesh Sieve Plus Minus 1.5mm

40mm Square Mesh Sieve Plus Minus 1.5mm

20mm Square Mesh Sieve Plus Minus 1.0mm

95 Signature of the tenderer

Under seal of the firm

Mesh sizes of the sieves should be checked before actual measurement.

The screen for sieving the ballast shall be of square mesh and shall not be less than

100cm in length, 70cm in breadth and 10cm in height on sides.

ii) While carrying out sieve analysis, the screen shall not be kept inclined, but held

horizontally and shaken vigorously. The pieces of ballast retained on the screen can

be turned with hand to see if they pass through but should not be pushed through the

sieve.

iii) The percentage passing through or retained on the sieve shall be determined by

weight.

3. CONDITIONS FOR SUBMISSION OF TENDER

3.1 Each tenderer at the time of tendering shall submit the test report of Impact Value.

Abrasion Value, Water Absorption Value from approved laboratories and the list of these

laboratories shall be mentioned in the tender documents.

3.2 The tenderer shall also furnish an undertaking as incorporated in the tender document that

the ballast supply at all times will conform to Specifications for Track Ballast as specified by

Railway.

4. METHOD OF MEASUREMENT

4.1 Stack Measurement

Stacking shall be done on a neat, plain and firm ground with good drainage. The height of

stack shall not be less than 1m except in hilly areas where it may be 0.5m. The height shall

not be more than 2.0m. Top width of stack shall not be less than 1.0m. Top of stack shall be

kept parallel to the ground plane. The side slopes of stack should not be flatter than 1.5:1

(Horizontal : Vertical). Cubical content of each stack shall normally be not less than 30 cum

in plain areas and 15 cum in hilly areas.

4.2 Wagon Measurement

4.2.1 In case of ballast supply taken by direct loading into wagons, a continuous white line

should be painted inside the wagon to indicate the level to which the ballast should be loaded.

The cubical content in cubic meter corresponding to white line should also be painted on both

sides outside the wagon.

4.2.2 In addition to painted line, mentioned in para 4.2.1, short pieces of flats (cut pieces of

tie bars or otherwise) with cubical contents punched shall be welded at the centre of all the

four sides as permanent reference. In case the supply is taken in general service wagon, actual

measurements will be taken.

Welded Flat White line

4.3 Shrinkage Allowance

Payment shall be made for the gross measurements either in stacks or in wagons without any

deduction for shrinkage/voids. However, when ballast supply is made in wagons, shrinkage

96 Signature of the tenderer

Under seal of the firm

upto 8% shall be permitted at destination while verifying the booked quantities by the

consignee.

5. SAMPLING AND TESTING

5.1 A minimum of 3 samples of ballast for sieve analysis shall be taken for measurement

done on any particular date even if the numbers of stacks to be measured are less than three.

5.2 The test viz. Determination of Abrasion Value, Impact Value and Water Absorption

should be got done through approved laboratories or Railway’s own laboratories (List of

these laboratories shall be mentioned in the tender document).

5.3 In order to ensure supply of uniform quality of ballast, the following norms shall be

followed in respect of sampling, testing and acceptance.

5.3.1 On supply of the first 100 cum, the tests for size gradation, Abrasion value, Impact

value and water absorption (if prescribed) shall be carried out by Railway. Further supply

shall be accepted only after this ballast satisfies the specifications for these tests. Railway

reserves the right to terminate the contract as per GCC at this stage itself in case the ballast

supply fails to conform with any of these specifications.

5.3.2 Subsequent tests shall be carried out as follows

Supply in stacks Supply in Wagons

For stack of volume

less than 100 Cum

For stack of volume

more than 100 Cum

a) Size and

Gradation Tests

- No of Tests

- Size of one sample

One for each stack

** 0.027 Cum

One for each stack

** 0.027 Cum for

every 100 cum or

part thereof.

One for each wagon

** 0.027 Cum

b) Abrasion Value,

Impact Value and

Water Absorption

test @Testing

Frequency.

One test for every 2000 cum

** This sample should be collected using a wooden box of internal dimensions 0.3m x 0.3m x

0.3m from different parts of the stack/wagon.

@ These tests shall be done for the purpose of monitoring quality during supply. In case of

the test results not being as per the prescribed specifications at any stage, further supplies

shall be suspended till suitable corrective action is taken and supplies ensured as per

specifications.

The above tests may be carried out more frequently if warranted at the discretion of Railway.

5.3.3 All tests for Abrasion value Impact value and water absorption conducted subsequently

to award of contract shall be done at Railway’s cost.

97 Signature of the tenderer

Under seal of the firm

ANNEXURE-I

Aggregate Abrasion Value

(Based on IS:2386 Part IV-1963)

1. Apparatus

1.1 The abrasion test for track ballast shall be carried out using Los-Angles Machine as per

fig.1.

1.2 The abrasive charge shall consist of 12 nos. cast iron or steel spheres approx. 48mm dia

and each weighing between 390 and 445 gm ensuring total weight of charge as 5,000 ±

25gm.

1.3 IS sieves of sizes 50mm, 40mm, 25mm and 1.70mm.

1.4 Drying Oven

2. Test Sample

2.1 The test sample of 10,000gm shall consist of clean ballast conforming to the following

grading:

��Passing 50mm and retained on

40mm square mesh sieve 5,000 gm@

��Passing 40mm and retained on

25mm square mesh sieve 5,000 gm@

@ tolerance of ±2% permitted.

2.2 The sample shall be dried in oven at 100 – 110 °C to a constant weight and weighed

(Weight ‘A’).

3. Test Procedure

The test sample and the abrasive charge shall be placed in the Los-Angeles abrasion testing

machine and the machine rotated at a speed of 20-33 revolutions/minute for 1000 revolutions.

At the completion of test, the material shall be discharged and sieved through 1.70mm IS

sieve.

4. Analysis and reporting of the Result

4.1 The material coarser than 1.70mm IS sieve shall be washed, dried in oven at 100 - 110°C

to a constant weight and weighed (weight B).

4.2 The proportion of loss between Weight “A” and Weight “B” of the test sample shall be

expressed as a percentage of the original weight of the test sample. This value shall be

reported as:

A-B

Aggregate Abrasion Value = ------------------- X 100

A

98 Signature of the tenderer

Under seal of the firm

ANNEXURE-II

Aggregate impact value

(Based on IS:2386 Part IV-1963)

1. Apparatus

The apparatus shall consist of the following

a) Impact testing machine conforming to IS:2386 part IV-1963 as per fig.2.

b) IS Sieve of sizes 12.5mm, 10mm and 2.36mm.

c) A cylindrical metal measure of 75mm dia & 50mm depth.

d) A tamping rod 10mm circular cross section and 230mm length, rounded at one end.

e) Drying Oven

2. Test Sample

2.1 The test sample shall be prepared out of track ballast so as to conform to following

grading:

- Passing 12.5mm IS sieve 100%

- Retention 10mm IS sieve 100%

2.2 The sample shall be oven dried for 4 hours at a temperature of 100-110°C and cooled.

2.3 The measure shall be filled about one-third full with the prepared aggregate and tamped

with 25 strokes of the tamping rod. A further similar quantity of aggregate shall be added and

a further tamping of 25 strokes given. The measure shall finally be filled to overflowing,

tamped 25 times and the surplus aggregate struck off, using and tamping rod as a straight

edge. The net weight of the aggregate in the measure shall be determined to the nearest gm

(weight ’A’).

3. Test Procedure

3.1 The cup of impact testing machine shall be fixed firmly in the position on the base of the

machine and the whole of the test sample placed in it and compacted by 25 strokes of the

tamping rod.

3.2 The hammer shall be raised 380mm above the upper surface of the aggregate in the cup

and allowed to fall freely on to the aggregate. The test sample shall be subjected to a total of

15 such blows, each being delivered at an interval of not less than one second.

4. Analysis and Reporting of the result

4.1 The sample shall be removed and sieved through 2.36mm IS sieve. The fraction passing

through shall be weighed ( Weight ‘B’ ). The fraction retained on the sieve shall also be

weighed ( Weight ‘C’ ) and if the total weight (B+C ) is less than the initial weight ( Weight

‘A’ ) by more than one gm, the result shall be discarded and a fresh test made.

4.2 The ratio of the weight of the fines formed to the total sample weight shall be expressed

as a percentage.

Aggregate Impact Value = (B/A) X 100

4.3 Two such tests shall be carried out and the mean of the results shall be reported to the

nearest whole number as the Aggregate Impact Value of the tested material.

99 Signature of the tenderer

Under seal of the firm

ANNEXURE-III

Water Absorption

(Based on IS: 2386 Part III-1963)

1. Apparatus

The apparatus shall consist of the following:

a) Wire Basket- Perforated, electroplated or plastic coated, with wire hangers for suspending

it from the balance.

b) Water tight container for suspending the basket.

c) Dry soft Absorbent cloth 75x45 cm size 2 nos.

d) Shallow Tray of minimum 650 square cm area.

e) Air tight container of capacity similar to basket.

f) Drying Oven.

2. Test Sample

A sample of not less than 2000gm shall be used.

3. Test Procedure

3.1 The sample shall be thoroughly washed to remove finer particle and dust, drained and

then placed in the wire basket and immersed in distilled water at a temperature between 22-

32°C.

3.2 After immersion the entrapped air shall be removed by lifting the basket and allowing it

to drop 25 times in 25 seconds. The basket and sample shall remain immersed for a period of

24 ± ½ hours afterwards.

3.3 The basket and aggregate shall then be removed from the water, allowed to drain for few

minutes, after which the aggregate shall be gently emptied from the basket on to one of dry

clothes and gently surface dried with the cloth transferring it to second dry cloth when the

first will remove no further moisture. The stone aggregate shall be spread on the second cloth

and exposed to atmosphere (away from direct sunlight) until it appears to be completely

surface dry. The aggregate then shall be weighed (Weight ‘A’).

3.4 The aggregate shall then be placed in an oven at a temperature 100 - 110°C for 24 hours.

It shall then be removed from oven, cooled and weighed (weight ‘B’).

4. Analysis and Reporting of the Result

Water Absorption = {(A-B)/ B}x100

4.1 Two such tests shall be made and individual and mean results shall be reported.

100 Signature of the tenderer

Under seal of the firm

Correction Slip No. 1

(“Specification of Track Ballast”, IRS-GE-1, June, 2004)

Add a new para 2.3.1.1 as under :

“In exceptional cases, where it is considered necessary on technical considerations, to

reduce the maximum size of ballast for NG lines, CTE may modify the size & gradation

of the ballast as defined above. In case of such modifications, provision given in para

2.3.2 to 2.3.4 below shall also be suitably modified. This will be finalized before

invitation of tenders and should be incorporated in the tender documents.”

Sd./- -

(Nand Kishore)

Executive Director /GE

101 Signature of the tenderer

Under seal of the firm

Correction Slip No. 2

(“Specification of Track Ballast”, IRS-GE-I, June, 2004)

Add a new para 5.3.4 as under:

To Carry out Impact Test on ballast, a test sample of ballast pieces (about 5 kg in

weight) of size 10 mm to 12.5 mm will be required. Appropriate care should be taken by

the railways that ballast selected for breaking down to 10 mm to 12.5 mm size for

Impact test should be random from the ballast supply to avoid any subjectivity in

selection of test sample. Alternatively, the test sample in the recommended range of size

be got manufactured along with the ballast in sufficient quantity required for this test.

(Alok Kumar)

Executive Director

Geotechnical Engineering

102 Signature of the tenderer

Under seal of the firm

TABLE 1

Tolerances in new rail dimensions

Grade of rail Rail

sect-

ion

Specifica-

tion

Head

width

Height Flange

width

Thick ness

of web

End

squareness

1. Grade 880

(90 UTS)

52 kg IRS:T-12-96 � 0.5 mm +0.8mm

-0.4mm

� 1.0mm +1.0 mm

-0.5 mm

� 0.6mm

60 kg IRS:T-12-96 --do-- --do-- +1.2mm

-1.0mm

--do-- --do--

2. Grade 1000

(100 UTS)

52 kg IRS:T-12-96 --do-- --do-- � 1mm --do-- --do--

60 kg IRS:T-12-96 --do-- --do-- +1.2mm

-1.0mm

--do-- --do--

3. Grade 1080

head

hardened

rails

60 kg IRS:T-12-96 --do-- --do-- +1.2mm

-1.0mm

--do-- --do--

4. Chrome-

manganese

& chrome-

vanadium

alloy steel

rails(100

UTS)

60 kg

(UIC)

Clause 1.6 of

UIC-860-0

(8th edition

dated 1-7-86)

� 0.5mm � 0.6mm +1.0mm

-1.1mm

+1.0mm

-0.5mm

� 0.6mm

3.3 Second hand rails : Far conversion of existing single rails/short welded panels into

SWP/LWR/CWR or during secondary rail renewal, old serviceable rails may be welded

subject to the following conditions :

(i) Obsolete rail sections and rails older than 50 years shall not, normally, be welded. Specific

approval of the Railway Board may, however, be obtained in special cases.

(ii) The Chief Track Engineer shall satisfy himself that second hand rails have a substantial

rail life to make it a safe and economical proposal.

(iii) Rails shall be free from corrosion or excessive wear. The height of rail and width of rail

head shall not be less than the values as indicated in Table 2 given below.

103 Signature of the tenderer

Under seal of the firm

TABLE 2

Rail

section

Normal height of

new rail (mm)

Minimum height

of old rail (mm)

Width of head

of new rail

(mm)

Min. width of old rail (as

measured at the gauge

corner) (mm)

60 kg 172 163 72 66

52 kg 156 150 67 61

90R 143 139 67 61

75R 129 126 62 56

60R 114 112 57 51

The limit of lateral wear in the rail head as laid down in Table 2, viz. 6 mm may be followed

subject to uniform gauge without any abrupt change.

(iv) Rails shall be tested before welding, with ultrasonic flaw detector apart from visual

inspection, so that rails having cracks and internal flaws are excluded from welding. In order

to achieve satisfactory running on welded rail panels, rails with excessive scabbing; wheel

burns, corrugations and wear of rail seats shall not be used for welding. The rail flange

bottom shall be visually inspected to ensure freedom from defects like dent, notch, corrosion,

etc.

(v) Even where cracks/flaws have not been detected during visual USFD examination before

welding, the ends of second hand rails should be suitably cropped so as to eliminate fish bolt

holes.

(vi) The rail ends shall be cut by sawing or using abrasive disc cutter and not by flame

cutting.

(vii) Second hand rails shall be match-marked before releasing from track to enable matching

of the rail ends at the time of welding. Kinks, if any, in the rails shall be removed before

welding.

(viii) The rolling marks on the web of rails shall be checked before welding to ensure that

generally rails of different qualities are not welded together. However in unavoidable

circumstances, where rails of Grade 710 (72 UTS) rail chemistry and that of Grade 880 (90

UTS) chemistry are to be welded, the portion of Grade 880 (90 UTS) chemistry shall be

utilised for welding.

(xi) While using second hand rail panels for secondary renewal, released from LWR/CWR

sections, the ends should be cropped to eliminate fish bolt holes. If rail ends do not have bolt

holes, the ends may be cropped to a distance of minimum 150 mm for AT welds and 85 mm

for flash butt welds from the centre of welded joint to eliminate heat affected zone of welds.

End cropping may be suitably increased so as to ensure that rail ends are within the tolerances

as specified in para 3.1.

104 Signature of the tenderer

Under seal of the firm

Section - 6

DRAWINGS

( NIL)

105 Signature of the tenderer

Under seal of the firm

SECTION - 7 to 11

GENERAL CONDITIONS OF CONTRACT

(Read with upto date correction slip )

Contents

Section - 7 Conditions of Contract

Section - 8 Clauses of Contract

Section - 9 RITES Safety Code

Section - 10 RITES model rules for protection of health & sanitary

arrangements for workers

Section - 11 RITES contract labour regulation

Available in the form of a Booklet namely "GENERAL CONDITIONS OF

CONTRACT FOR WORKS, 2011". Not required to submit along with the offer.

However GCC are to be signed the contractors and the accepting authority of the

tender for making of agreement of the contract.