72
1 TENDER FOR PROCUREMENT, SUPPLY & CONSTRUCTION OF RAILWAY SIDING FOR GODAWARI POWER & ISPAT LTDTENDER DOCUMENTS (Earthwork, P.Way & Bridges) TENDER NO: GPIL/MANDHAR/Siding/01-2013/Civil NOVEMBER 2013

GODAWARI POWER & ISPAT LTDgodawaripowerispat.com/wp-content/uploads/2012/02/Complete-Civil... · “GODAWARI POWER & ISPAT LTD” ... The work involves earth work in formation

Embed Size (px)

Citation preview

1

TENDER FOR PROCUREMENT, SUPPLY & CONSTRUCTION OF RAILWAY SIDING

FOR

“GODAWARI POWER & ISPAT LTD”

TENDER DOCUMENTS

(Earthwork, P.Way & Bridges)

TENDER NO:

GPIL/MANDHAR/Siding/01-2013/Civil

NOVEMBER 2013

2

OVERVIEW

Name of the work: CONSTRUCTION OF PRIVATE RAILWAY SIDING AT MANDHAR (RAIPUR – BHATAPARA SUB – DIVISION) STATION OF SEC RAILWAY FOR GODAWARI POWER & ISPAT LTD.

Tender No: GPIL/MANDHAR/Siding/01-13/Civil

Tender Cost: INR 5,000/-

(Through Demand Draft in favour of GODAWARI POWER & ISPAT LTD.)

Tender Security: INR 5,00,000/-

(Through Demand Draft or Bank Guarantee {As per format given} in favour of GODAWARI POWER & ISPAT LTD. from Nationalised Bank)

Tender Due Date: 23-12-2013 at 15:00 Hrs

Submission at: President Admn. & Co-Ord.

GODAWARI POWER & ISPAT LTD. Phase-I, Industrial area, Siltara Raipur 493 111, Chhattisgarh Ph: 0771-4082333 / 4082235 Fax: 07771-4082234

3

INTRODUCTION

1.0 INTRODUCTION

1.1 Godawari Power & Ispat Ltd. (GPIL) (Employer) a public Ltd.

Co., belonging to HIRA Group of Industries, Raipur, C.G. was incorporated in 1999 to set up an integrated steel plant with captive power generation. Godawari Power & Ispat Ltd. (GPIL) having proven wide experience in commissioning & running of Cement Plant, Sponge Iron Plant etc. GPIL is a vibrant company with over 1900 employees backed by a dedicated team of professionally qualified employees. The board of Directors having expertise in Engineering, finance and General administration. GODAWARI Power & Ispat Limited (GPIL) is listed company with the Nation Stock Exchange and Bombay Stock Exchange.

1.2 Today, GPIL is an end-to-end manufacturer of mild steel

wires. In the process, the company manufactures sponge iron, billets, Ferro alloys, captive power, wires rods, steel wires, Oxygen gas, fly ash brick and last but not the least pallets. GPIL is also awarded with the rights for captive Iron Ore and Coal Mining for own consumption, as a result of which, the company has managed to traverse the entire value chain (raw material to final product) in steel wires and is now a fully integrated manufacturer.

1.3 GODAWARI Power & Ispat Ltd has come a long way since it

started its operation in Raipur, Chhattisgarh as a sponge iron manufacturer in the year 2001. Over the last few years, the company has scaled up its capacity fivefold and is today the third largest producer of coal based sponge iron in India and is one of the largest players in the mild steel wires segment.

1.4 GODAWARI Power & Ispat Ltd. has also become one of the

pioneers in the field of IRON ORE PELLETIZATION, having

4

installed a Pellet Plant of 1.2 MTPA capacity and successfully operating with 100% rated capacity within the same complex at Siltara Raipur. The company has not only increased its scale during the aforesaid period, it has also moved up the value chain.

1.5 Godawari Power & Ispat Ltd. (GPIL) a premier private

organization to receive the accreditation of ISO 9001, ISO 14001 & OHSAS 18001 for its unit at Siltara, Raipur, Chhattisgarh.

1.6 Expansion has been a growth strategy and GPIL has always

introduced advanced technologies, processes and equipments to scale up production and achieve the value added cost of products.

1.7 Company Highlights a) PELLET PLANT:- GPIL second pellet plant with an

installed capacity of 1.2 MTPA is already started. The plant shall source the iron ore mines in Chhattisgarh and also partial procurement from open market.

b) SOLAR POWER PLANT:- GPIL is setting up 50 MW

solar thermal power project at an estimated cost of Rs 800 Cr, under Jawaharlal Nehru National Solar Mission of Government of India through SPV Company. M/s GODAWARI Green Energy Ltd (GGEL), which is a wholly owned subsidiary of GPIL.

c) MINING:-GPIL is having one captive Iron Ore Mines in

operation at Ari Dongri on an area of 216 hectares since 2008, in addition one more Iron Mines has been granted at Boria Tibu with an area of 754 hectare in Chhattisgarh.

5

Project brief

1 Owner GODAWARI POWER & ISPAT LTD.

2 Project Name PRIVATE RAILWAY SIDING AT MANDHAR

3 Location RAIPUR (CHHATTISGARH)

4 Serving Station Mandhar

5 Taking off Point Ch: 521.00 in Mandhar Yard.

6 Location Km 816.60 Km from Howrah

7 Division Raipur

8 Railway Zone South East Central Railway

9 Route Howrah – Mumbai electrified trunk route

10 Gauge Broad Gauge

11 Route Kms of Siding 1.169 Kms

12 Track Km 3.125 Kms

2.0 SCOPE OF WORK

The work involves earth work in formation and cutting, Supply of Ballast, Construction of Minor Bridge, Supplying of P. Way Materials, Laying and Linking of Track, and other associated works.

3.0 BIDDERS QUALIFICATION CRITERIA (BQC) 3.1 TECHNICAL 3.1.1 The intending tenderer must have completed similar type of

Projects or have experience of Construction of Private Railway Siding for Government or Large Private Sector Companies Private during last 3 years reckoned from 31-03-2013.

3.1.2 Bidder shall have experience of having successfully carried out

and completed similar work during the last 3 years reckoned from 31-03-2013, One similar completed works each costing not less than Rs. 2200 Lacs.

6

3.1.3 Average Annual financial turnover during the last 3 years,

ending 31st March 2013, should be at least Rs. 6500 Lacs. 3.1.4 The contractor shall be an approved contractor of South East

Central Railway for executing of Private Railway Siding works.

3.2 INFORMATION/DOCUMENTS REQUIRED Bidder shall meet the technical as well as financial qualification criteria as stated above.

Technical: The Bidder shall produce at the time of bidding, the following DULY NOTARISED documentary evidence pertaining to BQC clause 3.1.1 to 3.1.4.

1. Copies of work order by the owner/consultant along with value.

2. Copy of corresponding work completion certificate issued by owner/consultant as point 1 above.

** Similar Work: Similar work implies Bidder should have constructed

and successfully completed Private Railway Siding involving Earthwork, rail track laying and construction of bridges in India.

The Bidder must confirm compliance of the following:

A. The Bidder shall Submit the Organization Chart for the manpower to be deployed for the work.

B. The Bidder shall submit list of valid (ownership details to be submitted) available assets mainly machineries & equipments.

C. The Bidder shall submit compliance of the total technical specification of the work.

D. The Bidder must ensure compliance to all safety norms and standard practices.

7

4.0 Validity of Bid: 4.1 The Bid submitted shall be deemed to constitute an offer

between the Bidder and Company whereby such Bid shall remain open for acceptance by Owner for a period of 30 (Thirty) days from the date of submission of the Bid, during which period the Bidder shall not withdraw his Bid or amend, impair or derogate there from. The validity of prices for mandatory and recommended spares shall be kept open for a period not less than 1 (one) years after the date of completion of work.

5.0 Cost of Bid Preparation:

The Bidder must bear all cost associated with the preparation and submission of its Bid. The Company, in no case, will be responsible or liable for those cost regardless of the conduct or outcome of the biding process.

INSTRUCTIONS TO TENDERERS

5.1 The tenderers shall examine carefully all the tender

documents consisting of attachments as mentioned in tender documents. The tenderer is advised to visit and inspect the site at his own cost and responsibility and to secure all necessary information which may be required for completing the work. Ignorance of site conditions or local information shall not be considered as an excuse for non-performance of the contract. All costs, charges in connection with preparation of his tender shall be borne by him and the Employer will not accept any liability whatsoever in this regard.

8

5.2 Time is the essence of the contract and the tenderers are required to complete the work in all respects within 8 months from the date of issue of letter of intent / order and hand over the same, complete in all respects to the satisfaction of GPIL.

5.3 The tenderers shall use only the form issued with this tender to fill up the rates.

5.3.1 Every page of the tender shall be signed on the left hand side bottom corner and any tender not so complied with is liable to be treated as defective and rejected.

5.3.2 The Tender form must be filled in English. If any of the documents is missing, or unsigned, the tender is liable to be treated as defective one and rejected. Tender not properly filled or mutilated with incorrect calculations or generally not complying with the conditions are liable to be rejected. Any erasures and alterations made while filling the tender must be attested by initials of the Tenderer. Over-writing of figures is not permitted. Failure to comply with either of these conditions will render the tender liable for rejection.

5.4 A schedule of approximate quantities for various items accompanies this tender. It must be definitely and clearly understood that this schedule is liable to alteration by deletions, deductions or additions to any extent at the discretion of the Employer without affecting the terms of the contract, which will be final and binding to the tenderer.

5.4.1 It shall be clearly understood that the rates quoted in the tender are for complete work at site as per instructions to Tenderers, Conditions of Contract, Specifications, Schedule of Quantities and Drawings, referred to therein and also for all such works as necessary for the proper completion of the contract.

9

5.4.2 The tender should contain not only the rates but also the value of each item of work entered in the prescribed column of the schedule of quantities and all the items should be totaled up in order to show the aggregate value of the entire tender. The rates quoted by the tenderer should be expressed accurately both in words and figures so that there is no discrepancy. The item rates quoted by the tenderer in words and figures (which ever are lower) will be the basis (and not the amounts in case of discrepancies) in finalizing the tender.

5.4.3 No alteration or tempering or additions made by the tenderer in the Notice of tender, instructions to the tenderer, Agreement form, General and Special Conditions of Contract, Technical Specifications and Drawings, etc. accompanying the same shall be permitted, recognized, and if any such alterations are made, the tender is liable to be rejected.

5.5 The tender for the work shall remain open for acceptance for a period of 30 days from the date of opening of the tender. If any tenderer withdraws his tender before the said period or makes any modifications in the terms and conditions of the tender, then the Employer shall, without prejudice to any other right or remedy, be at liberty to reject the Tender.

5.6 GODAWARI POWER & ISPAT LTD. does not bind itself to accept the lowest or any tender and reserves the right to accept or reject any or all the tenders either in whole or in part without assigning any reasons thereof.

5.7 Canvassing in connection with the tenders is strictly prohibited and tenders submitted by the contractors who resort to canvassing will be liable to rejection.

10

5.8 Rates must be quoted for complete work at site. The rates

shall include Sales Tax, VAT, Octroi, Royalty, Toll Tax, Excise Duty, W.C.T., & development tax or any other taxes levied or leviable by Central or State Governments or by any local Authorities/Bodies as the case may be. No part of such taxes levied on contractors Labour or material shall be paid by the Employer who shall not entertain any claim whatsoever in this regard. However if there is any change/revision/imposition of new taxes levied by local authorities /bodies after awarding of contract, the same will be considered on written application by contractor to employer and decision of the Employer in this regard shall be final and binding.

5.9 Payment of P.F., ESI & other benefits in respect of workers employed by the contractor in executing the work shall be the responsibility of the contractor.

6. JURISDICTION OF COURTS

The Court of Raipur shall alone have jurisdiction to decide any disputes arising out of or in respect of the contract.

7. Techno Commercial Evaluation process:

The Techno Commercial Evaluation process will comprise of two steps carried out simultaneously viz. Technical Evaluation and Commercial Evaluation by Tender Committee as under:

(i) The Tender Committee will scrutinize each Tenderer’s bid and

decide about the acceptance or otherwise of the technical specification/conditions/terms offered by each tenderer. In case of deviation/non-agreement to the technical specifications/conditions, clarification may be sought from Tenderer’s and in case of non-confirmation within the specified date; the bid is to be rejected, being technically not suitable.

11

(ii) Based on the above, Tenderer’s will be classified as technically acceptable/not acceptable.

(iii) The Tender Committee will verify whether the Tenderer’s have

agreed to the commercial terms. On non-agreement, clarification(s) may be sought from tenderer and in case of non-confirmation within the specified date; the bid will be rejected being commercially not acceptable.

iv) Based on the above the Tender Committee will classify the

tenderer as commercially acceptable/not acceptable.

v) Based on the reports of Committee, the bids will be classified as techno- commercially acceptable/not acceptable.

vi) The Tender Committee will then evaluate the Capacity of

Techno commercially acceptable tenders based on data provided by the Tenderer’s as well as past performance of the Tenderer’s in regard to quality, delivery and also their construction capability. Based on the above analysis further proceeding shall take place.

vii) In case any specific adverse report is received against any

tenderer as an information or upon enquiry made by GPIL in respect of performance after receipt of tender, the firm/vendor shall be rejected on the basis of recorded reasons.

8. Unknown/Indefinite Liabilities:

Tenders containing any condition leading to unknown/ indefinite liabilities are liable to be rejected. If at all any rebate/s is/are to be offered, the tenderer shall first quote his rates strictly on the terms and conditions stipulated in the tender documents and then show separately any rebate (s) offered specifying the conditions for such rebate (s).

9. Sealed Tender documents shall then be submitted to an

authorized person in the office of the Employer/GPIL.

12

10. The list of other documents to be attached with tender documents is given below:

10.1 Partnership Deed (In case of Partnership Firm), Memorandum

of Article of Association (In Case of Company) and power of Attorney and a certificate to the effect that “We agree and hereby undertake that no change will be made in these documents without prior approval of Employer”.

10.2 Sealed Tender documents duly signed along with detailed

programme and targets of completion of each item of work.

10.3 Details of proposed deployment of manpower, machinery, plant and equipment for the project.

10.4 PF Registration, ESI, WCT, VAT & ST certification of

registration, Copy of company/firm registration/Incorporation documents.

10.5 Name of the M.D. of firm/Authorized Person along with full

address and copy of PAN card.

10.6 Detailed Work Programme/Schedule is to be furnished by the contractor before starting the work.

11. FACILITIES TO CONTRACTOR

11.1 Access by Road:

Contractor, if necessary, shall build other temporary access roads to the actual site of construction for his own convenience at his own cost. The Contractor shall be required to permit the use of the roads so constructed by him for vehicles of any other parties who may be engaged on the project site. The Contractor shall also facilitate the construction of the permanent roads soon the construction thereof starts while he is engaged on this work. He shall make due allowance in his tender for any inconvenience he anticipates on such account. Non-availability of access roads,

13

railway siding and railway wagons for the use of contractor shall in no case condone any delay in the execution of works not be the cause for any claim for compensation against GPIL.

11.2 Water Supply:

The Contractor shall be responsible for the arrangements to obtain supply of water necessary for his construction work, Labour colony, workshops, offices etc. All necessary arrangements like bore wells, pumping installations, pipe network and distribution system will have to be carried out by the Contractor at his own cost.

11.3 Power Supply: 11.3.1 Contractor has to make his own arrangement, such as

installation of DG set, etc. Further distribution to the consuming points including cable and other required materials, shall also be in the Contractor’s scope. All the works will be done as per IEA regulations and passed by the Engineer-in-Charge. The temporary line will be removed forthwith after the completion of work or if there is any hindrance caused to the other works due to the alignment of these lines, the contractor will re-route or remove the temporary lines at his own cost.

11.4 Land for Contractor’s Field Office, Godown and Workshop:

11.4.1 The Employer will at his discretion and convenience and for the duration of the execution of the work may provide the land for construction of Contractor’s field office, godown, workshops and assembly yard required for the execution of the contract nearer to the site. The Contractor shall at his cost construct all these temporary buildings structures and provide suitable water supply and sanitary arrangement as approved by the Engineer-in-Charge and other inspectorates. One room with attached toilet inside the office building of the contractor shall be provided to the owner for their use.

14

11.4.2 On completion of the works undertaken by the Contractor, he shall remove all temporary works erected by him and have the site cleared as directed by Engineer-in-Charge. If the Contractor fails to comply with these requirements, the Engineer-in-Charge has the right to remove any structure, such surplus, rubbish materials and depose off the same as he deems fit and get the site cleared and the contractor shall forthwith pay the amount of all expenses so incurred and shall have no claim in respect of any such surplus materials disposed as aforesaid.

11.5 Land for Residential Accommodation: Land for residential accommodation for staff and Labour may be made available at the discretion of Owner and rent for the same will be as decided by Owner according to location and the area occupied by the Contractor.

15

DRAFT OF FORWARDING LETTER

From, To, President Admn. & Co-Ord. GODAWARI POWER & ISPAT LTD. Phase-I, Industrial area, Siltara Raipur 493 111, Chhattisgarh Ref: ………………………………………………………………………………………………. Dear Sir, With reference to the tender invited by you, I/we hereby offer to perform, provide, execute and complete the works in conformity with the conditions of contract, drawings and specifications for the respective items of schedule of quantities attached here to. 1. We have satisfied myself/ ourselves as to the location and prevailing

conditions of the site, and have read carefully the Articles of Agreement, Conditions of Contract, Specifications, Drawings etc. and I/we understand that the works should be completed within 8 months from the date of issue of letter of Intent/ Order. Further we fully understand that the time is the essence of the contract.

2. I/we agree to keep the offer open for 30 days from the date of

opening the tender. 3. Should this tender be accepted in whole or in part, I/we hereby

agree to abide by and fulfill all the terms and conditions annexed here to. I/we also agree to the retention money being deducted from my/our bills in accordance with the conditions of contract

4. All the terms and conditions contained in the Notice Inviting

Tenders, Conditions of Tender, Special Specifications, General Specifications for execution of work and additional conditions and the agreement etc. constituting the tender documents have been fully read by me/us and explained to me/us and hereby accept the same and sign here under in token of their acceptance.

16

5. We are further enclosing herewith the following documents:

Partnership Deed or Memorandum of Article of Association and power of Attorney. We agree and hereby undertake that no change will be made in these documents without prior approval of Employer.

Sealed Tender documents duly signed. Details of deployment of manpower, machinery, plant and equipment.

PF Registration, ESI, WCT, VAT & ST certification of registration, Copy of company/firm registration documents. Name & address of the M.D. of firm/Authorized Person along with copy of PAN card is attached. Detailed Work Programme/Schedule. Date:................. Yours faithfully, Witness:............................... Name & Signature of Tenderer (s) Address:................................. Office Stamp & Seal of the

Tenderer (s) Occupation:.........................

17

Annexure -1

QUALIFICATION INFORMATION

Propriety firm, partnership firm with the certificate of registration by register/article notes and

Memorandum of Association with Certificate of Incorporation.

1.1 Constitution or legal status

of Bidder[attach copy]

Place of registration of Firm/

Company (in case of other

than individuals)

Principal place of business:

Name of Power of attorney

holder of signatory of Bid

(bidder)[attach copy]

1.2 Total annual volume of

railway laying works

executed and payments

received each year in the

immediate three years

preceding the year in which

tenders are invited.

Financial

Year

(Rs. in Cr.)

“Civil Works for Railway

including signalling and

electrical” (Turn over in

the year)

Total

2012-2013

2011-2012

2010-2011

18

PROFORMA – I

1. Full name of Contractor / Construction

Firm and year of establishment

2. Registered head office address

3. Branch Offices in India

4. Constitution of firm –

Give full details including names of partners/

executives / power of attorney holders, etc.

5. Particulars of registration with Government

Semi-Government Organisation, Public Sector

Undertakings and Local Bodies, etc. with

specific categories in which registered.

6. Description of company

7. No. of years experience as a General Contractor

8. No. of years experience as Sub-Contractor

9. Name and address of partners or associate

companies to be involved in the project

and whether parent / subsidiary / others.

10. Net profit before tax

a. Current period

b. During the last financial year

c. During the year before last financial year

The profit and loss statements have been certified through ................... by Chartered

Accountant

11. Applicants financial arrangement

a. Own resources

b. Bank credits

c. Others (specify)

SIGNATURE OF CONTRACTOR

19

BANK GUARANTEE FOR EARNEST MONEY / SECURITY DEPOSIT

To,

GODAWARI POWER & ISPAT LTD.

Phase-I, Industrial area, Siltara

Raipur 493 111, Chhattisgarh

Bank Guarantee No:____________________

Date of Issue:__________________________

Validity from:_____________to:___________

Dear Sir,

M/s______________________________ have taken tender for the work______________________for

Godawari Power & Ispat Ltd, Chhattisgarh.

The tender condition of contract provide that the Contractor shall pay a sum of Rs.5,00,000/- (Rupees 5

Lacs only) as Earnest Money/initial/full security deposit in the form therein mentioned. The form of

payment of Earnest Money/Security deposit includes guarantee executed by Nationalized Bank,

undertaking full responsibility to indemnify Godawari Power & Ispat Ltd, Chhattisgarh in case of default.

The said______________________ have approached us and at their request and in consideration of the

premises. We_____________________ having our office at___________________ have agree to give

such guarantee as hereinafter mentioned.

1. We_____________________ hereby undertake and agree with you that if default shall be made

by M/s____________________ in performing any of the terms and conditions of the tender or

in payment of any money payable to Godawari Power & Ispat Ltd, Chhattisgarh We shall on

demand pay to you in such matter as to you may direct the said amount of Rs. 5,00,000/- only or

such portion thereof not exceeding the said sum as you may from time to time require.

2. You will have the full liberty without reference to us and without effecting this guarantee

postpones for any time or from time to time the exercise of any of the powers and rights

conferred on you under the contract with the said__________ and to enforce or to for bear

from endorsing any power of rights or by reason of time being given to the said which under law

relating to the sureties would but for provision have the effect of releasing us.

3. Your right to recover the said sum of Rs. 5,00,000/-(Rupees Five Lacs only) from us in manner

aforesaid will not be affected or suspended by reason of the fact that any disputes have been

raised by the said M/s__________________ and/or that any disputes are pending before any

officer, tribunal or court.

4. The guarantee herein contained shall not be determined or affected by the liquidation or

winding up, dissolution or charge of constitution or insolvency of the said______________ but

shall in all respects and for all purposes be binding operative units payment of all money due to

you in respect of such liabilities is said.

5. Our liability under this guarantee is restricted to Rs.5,00,000/- (Rupees Five Lacs only) Our

guarantees shall remain in force until _______________ unless a suit or action to enforce a

claim under ________ Guarantee is filed against us within Three months from ____________

(which is date of expiry of guarantee) all our rights under the said guarantee shall be forfeited

and shall be relieved and discharged from all liabilities thereunder.

20

6. We have power to issue this guarantee in your favour under Memorandum of Articles of

Association and the undersigned has full power to do under the power of Attorney dated

___________ granted to him by the bank.

Yours Faithfully,

__________________________ Bank by its Constituted Attorney Signature of a person duly authorized

to sign on behalf of the bank.

21

GENERAL CONDITIONS OF CONTRACT

22

Definitions and Interpretations: The contract document consists of the Agreement, the General Conditions of the Contract, Specifications and Bill of Quantities including all modifications there of incorporated in the document before the execution & the Contract Drawings prepared by the Consultant/Architect/Employer’s Representative from time to time. This form the contract:- The Employer and Employer’s Representative: The Consultant/Architect: The Contractor: Are those mentioned as such in the Agreement and shall include their legal heirs, executors, representatives, assignees or successors. They are treated throughout the Contract Document as if each were of the singular number and masculine gender. 1 Definitions: In these general conditions of contract, the

following terms shall have meaning hereby assigned to them except where the context otherwise requires:

1.2 “Employer” shall mean, GODAWARI POWER & ISPAT LTD..

and includes their authorized representative to deal with any matters on their behalf time to time.

1.3 “Consultant/Architect” means any Consultant/Architect

appointed by the Employer or their representative to act on their behalf in connection with the execution of the project vested with the notified powers.

1.4 “Contractor” shall mean the persons or company whether

incorporated or not who enters into the contract with the Employer and shall include their heirs, executors, administrators, successors and permitted assignees.

1.5 “Contract” shall mean and include the notice inviting tenders,

the letter of intent, the agreement and work order, the accepted schedule of rates and quantities, the general conditions of contract, special conditions of contract, drawings and specifications (if any) including all the modifications thereof incorporated in their execution.

23

1.6 “Works” shall mean the works to be executed in accordance with the contract.

1.7 “Specifications” shall mean the standard specifications for

works and materials of the employer and specifically brought out in the notice inviting tender, as amplified added to, superseded by special specification and embodied in the contract. In absence of any specifications for any item of the work, the relevant specifications in CPWD & IS code shall be followed and work shall be executed accordingly.

1.8 “Drawings” shall mean the maps, drawings, plans and

tracings or prints there of annexed to the contract and shall include any modification of such drawings and further drawings as the case may be.

1.9 “Constructional Plant” shall mean all appliances or things of

whatsoever nature required for the execution, completion or maintenance of the works or temporary works (as hereinafter defined) but does not include materials or other things intended to form or forming part of the permanent work

1.10 “Temporary work” shall mean all temporary works of every

kind required for the execution, completion or maintenance of works.

1.11 “Site” shall mean the lands and other places on, under in or

through which the works are to be carried out and any other lands or places provided by the Employer for the purpose of the contract.

1.12 “Period” of maintenance/defect liability” shall mean the

specified period of maintenance from the date of completion of the works, as certified by the Employer/ Consultant/Architect.

1.13 “Hindrance Register” shall mean the main register

maintained at the site work showing the item affected, the date on which the delay occurred and the date on which the

24

delay was cleared and reason for delay. These entries shall be signed by the contractor, employer / Consultant/Architect or their authorized representative.

1.14 “A Day” shall mean a day of 24 hours from mid-night to mid-

night irrespective of number of hours worked in that day. 1.15 “Normal working hour” shall mean 8 (Eight) hours per day.

The specific timing would vary depending upon the season. 1.16 “A Week” shall mean 7 (Seven) days without regard to the

number of hours worked in any day in that week. 1.17 “A Month” shall mean a calendar month without regard to the

number of days in that month. 1.18 “Virtual Completion” shall mean that the works are ready

and fit for occupation, in complete working order and all respect, including all installation as required in the contract in complete working order to the full satisfaction of the Employer.

1.19 “Singular and Plural” words imparting the singular number

shall, also include the plural and vice versa where the context so requires.

1.20 “Headings and marginal headings” in these general

conditions are solely for the purpose of facilitating reference and shall not be deemed to be part thereof or be taken into consideration in the interpretation or construction thereof or of the contract.

2 Intent & Scope of Contract: 2.1 The intent of the contract is that the contractor shall provide a

work/ building add/or systems in complete functioning order and all work or materials necessary for the above intent shall be deemed to be included and all items will be paid for at the rates established in the contract.

25

2.2 The Contractor shall supply at his own cost all materials,

Plants, tools, appliance, implements, ladders, cordage, tackles, scaffolding, shuttering and temporary works required for the proper execution of the work whether original, altered or substituted and whether included in the specification or other documents forming part of the contract or referred to in these conditions or not or which may be necessary for the purpose of satisfying the conditions or as directed by the Consultant/Architect/Employer or the representatives at the site of work.

2.3 The Contractor shall also provide all necessary fencing and

lights required to protect the public from accident, and shall be bound to bear the expenses of defense of every suit, action or other proceedings at law that may be brought by any person for injury sustained owing to the neglect of the above precautions and to pay any damages and costs which may be awarded in such suits, actions or proceedings in a court order to any person or which may with the consent of the contractor be paid to compromise any claim by any such person. In no case, the Employer/ Consultant/Architect/Employers Representative shall be a party to any such claim/Claims.

2.4 Sufficiency of tender:

The Contractor shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the work and his prices stated in the schedule which shall except in so far as it is otherwise provided in the contract, cover all his obligations under the contract and all matters and things necessary for the proper completion and maintenance of the work.

2.5 Law governing the contact:

The contract shall be governed by all the applicable laws for the time being in force in the country. The Contractor when called upon to do so shall enter into and execute the Contract Agreement with the Employer. The Contract documents are

26

complimentary and what is called for by any one shall be binding as if called for by all.

2.6 Compliance to regulations and bye- laws:

The contractor shall conform to the provision of all applicable statues relating to the works and regulations and bye-laws of any local authority and of water and lighting companies or undertakings with whose system the work is proposed to be connected and shall before making any variations from the drawings or the specifications that may be necessitated by so conforming, give to the Consultant/Architect/Employer’s Representative/Employer notice specifying the variations proposed to be made and the reasons for making the variations and shall not carry out such variation until he received instructions from the Consultant/Architect/Employer’s Representative/Employer in respect thereof. The Contractor shall be bound to give all notices required by statues, regulations or bye-laws as aforesaid and to pay all fees and taxes payable to any Authority in respect thereof.

2.7 Communications to be in writing:

All notices communications, references and complaints made by the Employer or the Consultant/Architect/Employer’s Representative and the Contractor inter-se concerning the works shall be in writing and no notice, communication, reference or complaint not in writing shall be recognized.

2.8 Service of notice on Contractor:

The contractor shall furnish to the Consultant/Architect/Employers Representative and the Employer the Name, designation and address of his authorized agents and all complaints, notices, communications and references shall be deemed to have been duly given to the Contractor if delivered to the Contractor or his authorized agents or left at or posted to the address so given and shall be deemed to have been so given in the case of posting on the day on which they would have reached address in the ordinary

27

course of post or on the day on which they were so delivered or left.

2.9 Constitution of Firm:

The tenderer (s) who is/are constituents of the firm, company, association or Employer must forward attested copies of the constitution of their concern, partnership deed and power of attorney with their tender. Tender documents in such cases are to be signed by such person (as may be legally competent to sign them on behalf of the firm, company, association or Employer as the case may be).

The Employer will not be bound by any power of attorney granted by the tenderer (s) or by changes in the composition of the firm made subsequent to the execution of the contract. The Employer may, however, recognize such power of attorney and changes after obtaining proper legal advice, cost of which will be chargeable to the contractor If the tenderer expires after the submission of his tender or after the acceptance of his tender, the Employer shall deem such tender/contract as cancelled. If a partner of firm expires after the submission of their tender, the Employer shall deem such tender as canceled unless the firm retains its character. If the Contractors firm is dissolved on account of death, retirement of any partner or for any reason whatsoever, before fully completing the whole work or any part of it, undertaken by the principal Agreement, and surviving partners shall remain jointly / severally and personally liable to complete the whole work to the satisfaction of the Employer/Consultant/Architect/Employer’s Representative due to such dissolution. The cancellation of any documents such as power of attorney, partnership deed, etc. shall forthwith be communicated to Employer in writing, failing which the Employer shall have no responsibility or liability for any action taken on the strength of the said documents.

28

2.10 Occupation and use of land: No land belonging to or in possession of the Employer shall be occupied by the Contractor without the permission of the Employer. The Contractor shall not use, or allow to be used; the site for any purpose other than that of executing the works arising out of this contract and no hutment space will be allowed in the site premises.

2.11 Assignment or sub- letting of Contract:

The Contractor shall not assign or sublet the contract or any part thereof or allow any person to become interested therein in any manner, whatsoever, without the special permission of the Employer. Any breach of this condition shall entitle the Employer to rescind the contract of these conditions and also render the contractor liable for payment to Employer in respect of any loss or damage arising or ensuing from such cancellation. Provided that execution of the details of the work by petty contract under the direct and personal supervision of the Contractor or his agent shall not be deemed to be subletting under this clause. The permitted subletting of work by the contractor shall not establish any contractual relationship between the sub-contractor and the Employer and shall not relieve the Contractor of any responsibility under the contract.

2.12 Representation of works:

The Contractor shall, when he is not personally present on the site of the works, place and keep a responsible agent at the works during working hours who shall on receiving reasonable notice, present himself to the Consultant/Architect/Employer’s Representative/ Employer and orders given by the Consultant/Architect/Employer or their representative to the agent shall be deemed to have the same force as if they had been given to the contractor. Before absenting himself, the Contractor shall furnish the name the address of his agent for the purpose of this clause. Such agents shall not be changed and shall not leave during the duration of the contract, unless the consent of the

29

Consultant/Architect/Employer’s Representative/ Employer shall have been previously obtained. Any failure on the part of the Contractor to comply with this provision at any time will entitle the Employer to rescind the contract under these conditions.

2.13 Relics:

All gold, silver, oil and other minerals of any description and all precious stones coins, treasure, relics antiquities and other similar things which shall be found in or upon the site upon excavation of earth, shall be the property of the Employer and the Contractor shall duly preserve the same to the satisfaction of the Employer and shall from time to time deliver the same to such person or persons as the Employer may appoint to receive the same.

2.14 Excavated materials: The Contractor shall not sell or otherwise dispose of or remove except for the purpose of this contract, the sand stone, Clay, ballast earth, rock or other substances or materials which may be obtained from any excavation made for purpose of the works or any building or produce upon the site at the time of delivery of the possession thereof but all such substances, materials buildings and produce shall be the property of the Employer provided that the Contractor may, with the permission of the Employer, use the same for the purpose of the works and pay the cost of the same at such rates as may

be determined by the Consultant/Architect/Employer ‟ s

Representative / Employer. 2.15 Indemnity by Contractor:

The Contractor shall indemnify and save harmless the Employer and Consultant/Architects /Employer’s Representative from, and against all actions suits, proceedings, losses, costs, damages, charges, claims and demands of every nature and description brought or recovered against the Employer and Consultant/Architect/Employer’s Representative by reason of any act or omission of the

30

contractor, his agents or Employers, in the execution of the works or in the guarding of the same. All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the use of the Employer/ Consultant/Architect/Employer’s Representative without reference to the actual loss or damage sustained and whether or not any damage shall have been sustained.

2.19 Security Deposits (Retention):

One each running RAR, 5 % of the bill shall be deducted and retained as Security Deposit. The Security Deposit shall be paid to the Contractor within 30 days of the expiry of the period of maintenance including defect liability of 12 months and issue of certification of the completion comprising the whole of the works. Where different maintenance periods have become applicable to different parts of the works, the expression “the expiration of the period of the maintenance” shall for the purpose of this clause be deemed to mean expiry of latest of such periods.

2.20 Provided always that no Security Deposit shall have become due nor shall be payable to the Contractor unless all the stipulations of the contract have been fulfilled by the contractor and all claims and demands made against the Employer for and in respect of damages or loss by firm or in consequences of the works, but excluding the claims made by the Contractor on the Employer have been finally satisfied. Security Deposit shall be liable to be forfeited by the Employer in the event of breach of contract on the part of the Contractor.

2.21 Interest on amount:

No interest shall be payable upon the earnest money or the security Deposit or any amount payable to the Contractor under the Contract, except as provided for under the conditions of this contract.

31

2.22 Illegal gratification: Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the contractor or his partner , agent or servant or any one of his or on their behalf to any Officer, or employee of the Employer or the Consultant/Architect/Employer’s Representative or to any person on his or their behalf in relation to the obtaining or the execution of this or any other contract with the Employer shall, in addition to any criminal liability which he may incur, subject the Contractor to the rescission of the contract and all other contracts with Employer and to the payment of any loss or damage resulting from such rescission, and the Employer shall be entitled to deduct the amounts so payable from any money due to the Contractor under the contract or any other contracts with the Employer. The contractor shall not lend or borrow from or have or enter into any monetary dealings or transactions either directly or indirectly with any employee of the Employer/ Consultant/Architect/Employer’s Representative and if shall do so, the Employer shall be entitled forthwith to rescind the contract and all other contracts with the Employer. Any question or dispute as to the commission of any offense or compensation payable to the Employer under this clause shall be settled by Employer in such manner as he shall consider fit and sufficient and his decision shall be final and conclusive and binding on contractor.

2.23 Time Limitation:

The time allowed for execution of the works or part works as specified in the contract documents in accordance with these conditions shall be the essence of the contract. Subject to any requirement in the contract as to completion of any portion or portions of the works before completion of the whole of the work, the Contractor shall fully and finally complete the whole of the work comprised in the contract (with modifications as may be directed under conditions of this contract) by the date entered in the contract or extended date.

32

2.24 Date of Commencement and Completion:

The Contractor shall be allowed admittance to the site on the “Date of Commencement” stated in the Appendix, and his shall thereupon and forthwith begin the works and shall regularly proceed with and complete the same (except such painting of other decorative works as the Consultant/Architect/Employer’s Representative may desire to delay) Von or before the “Day of Completion” stated in the appendix subject nevertheless to the provision for extension of time hereinafter contained.

2.25 Accepted Programme of the work:- As soon as after the work

is awarded, but not later than 07 days after the date of issue of Letter of Intent, the Contractor shall submit a detailed programme of work in the form of CPM, PERT Network, BAR charts indicating the time schedule for commencement and completion of various items of works and the organisation in labour, Plant and machinery that he intends to ultilise for execution of the works, and complete the same by the stipulated dates of completions. The programme of work amended as necessary after discussions with the Consultant/Architect/Employer’s Representative/ Employer shall be treated as agreed programme for the purpose of this contract and Contractor shall endeavor to fulfill this programme of work. Nothing stated herein shall preclude the Contractor in achieving earlier completion of the individual items or whole of the work than indicated in the programme.

2.26 Delays and Extension of time: 2.27 If in the opinion of the Consultant/Architect/Employer’s

Representative/Employer, the works be delayed : (a) By force majeure or (b) by reasons of any exceptionally inclement weather or (c) by reason of proceedings taken or threatened by on dispute with adjoining or neighboring owners or public authorities arising otherwise than through the Contractors own default or (d) by the works or delays of other contractors

33

or Tradesmen engaged by the Employer and not referred to in the schedule of quantities and /or specifications or (e) by reasons of the Consultant/Architect/Employer’s Representatives instructions or (f) by reasons of civil commotion, local combination of workmen or strike or lockout affecting any of the building traders or (g) inconsequence of the Contractor not receiving due in time necessary instructions from the Employer/ Consultant/Architect/Employer’s Representative for which shall have specifically applied in writing, the Consultant/Architect/Employer’s Representative/Employer shall make fair and reasonable extension of time for completion of the contract works. In case of such strike or lockout the contractor should give immediately written notice thereof to Consultant/Architect/Employer’s Representative but the contractor shall never the less constantly use his endeavors to prevent delays and shall do all that may reasonably be required to the satisfaction of the Employer to proceed with the work.

2.28 The Contractors right to an extension of time limit for

completion of the work in the above mentioned cases is subject to the following procedures:

2.29 That, within 10 days after the occurrence of case of force

majeure but before the expiry of the stipulated date of the completion, he informs the Consultant/Architect/Employer’s Representative and Employer in writing that he consider himself entitled to an extension of the time limit.

2.30 That, he produces evidence of the date of occurrence and

the duration of the force majeure in an adequate manner by means of documents drawn up by reasonable authorities.

2.31 That, he proves that the said conditions have actually

interfered with the carrying out of the contract.

34

2.32 That, he proves that the delay incurred is not due to his own action or lack of action. In the cases mentioned above for delays in completion of works, such facilities or delays shall not in any manner be in no affect or vitiate the contract or alter the character thereof or entitle the contractor to damages or compensations thereof but the contractor shall apply for extension of time at least 45 days before the completion of the contract period and Employer shall grant such extensions of the completion dates as shall appear to the Consultant/Architect/Employer’s Representative/ Employer reasonable in the circumstances.

2.32 Liquidated Damages for Delay: The time and date stipulated in

the contract for the completion of the entire work or any specific part or stage there of shall be deemed to be the essence of the contract. The work shall, throughout the stipulated period of contract, be carried out with all diligence. If the Contractor fails to complete the work within the time prescribed or within the extended time under the contract, he shall pay to the Employer on demand without prejudice to other rights and remedies the Contractor may have against the Employer, an amount equal to 1% of the Contract value per week delay upto 10% as liquidated damages for each such default, for every week or part thereof for the works remain unfinished, uncommenced after the stipulated date of completion, provided that the total liquidated damages payable shall not exceed 10% (Ten percent) of total cost of entire work including cost of material supplied by the client free of cost. The Employer may, without prejudice to any other method of recovery, deduct the amount of such damages from any moneys due or which become due to the Contractor. The recovery or deduction of such damages shall not release the Contractor from any obligations and liabilities under the contract.

2.33 Failure by Contractor to Comply with Employer’s

Representatives/Employer’s Instructions:

35

If the Contractor after receipt of written notice from the Consultant/Architect/Employer’s Representative/employer requiring compliance within ten days fails to execute such works as per drawings and as per Employer’s Representatives instructions, the Employer’s Representative may employ and pay other persons to execute any such work, whatsoever, that may be necessary to give effect thereto, and all costs incurred in connection therewith in charging loss, if any , shall be recoverable from the Contractor by the Employer as a debit or may be deducted by Employer from any money due or to become due to the Contractor.

2.34 Dismissal:

Contractor shall on the written request of the Consultant/Architect/Employer’s Representative or the Employer immediately dismiss from the work any person employer thereon by him who may in the opinion of the Consultant/Architect/Employer’s Representative and /or the Employer be incompetent or misconduct’s himself, and such person shall not be again employed on the work without the permission of the Consultant/Architect/Employer’s Representative or the Employer as the case may be.

3 Execution of Works: 3.1 Contractors Understanding:

It is understood and agreed that the Contractor has by careful examination, satisfied himself as to the nature and location of the work, the configuration of ground, the character, quality of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the execution of the works, the general and local conditions, the labour conditions prevailing therein and all other matters which can in any way affect the works under the contract. The contractor shall not raise any dispute after being satisfied as stated above, in this regard, nor the Employer entertain such disputes, nor the contractor shall consider this as an excuse for non-implementation or delayed implementation of the work undertaken by him.

36

3.2 Commencement of Works:

The Contractor shall commence the works within 15 days after the receipt by him an order in writing to this effect from the Employer and shall proceed with the same with due expedition and without delay.

3.3 Programme of Work and Compliance to the

Consultant/Architect/Employer’s Representatives/Employer’s Instructions: The Contractor shall on receipt of the Letter of Intent/order or as soon as possible thereafter, but not later than of day from the date of issue of Letter of Intent/order submit to Consultant/Architect/Employer’s Representative for their approval, CPM, PERT and bar Charts. The programme shall be prepared in such manner that shall have adequate float for the unforeseen items and additional works, if any, and also programme showing the order and procedure in which he proposes to carry out the work. The Contractor shall, whenever required by the Consultant/Architect/Employer’s Representative/ Employer, also provide, in writing for their information general description of the arrangement and methods which the Contractor propose to adopt for the execution of work. If at any time it should be appear to the Consultant/Architect/Employer’s Representative that the progress of work does not confirm to the approved programme necessary to ensure timely completion of the Contract. The submission to and approval by the Consultant/Architect/Employer’s Representative and the Employer of such programmes or the furnishing of such particulars shall not relieve the Contractor of any of his duties or responsibilities or obligations under the contract. The Consultant/Architect and Employer or their representatives shall have full powers and authorities during progress of the work to issue such instructions as may be necessary for the proper execution of the work. The Contractor shall carry out and be bound by the same. In case the Contractor fails to submit the above referred program charts or

37

connected/modified program charts, the Consultant/Architect/Employer’s Representative/Employer will have the option to get these prepared at the cost of Contractor.

3.4 Instructions of Consultant/Architects/Employer’s

representatives: Any instruction or approval given by the Consultant/Architects/Employer’s representatives to Contractor in connection with the works shall bind the Contractor as though it had been given by the Employer provided as follows:

3.5 Failure of the Consultant/Architects/Employer’s

Representatives to disapprove any work or materials shall not prejudice the power of the Consultant/Architect/Employer’s Representative/employer thereafter to disapprove such works or material and to order the removal or breaking up thereof.

3.6 If the Contractor shall be dissatisfied by reason of any decision

of the Consultant/Architects/Employer representative he shall be entitled to refer the matter to the employer’s higher authority who shall there upon confirm or vary such decision.

3.7 Responsibilities for the Structural Adequacy:

The Contractor shall comply with the provisions of the contract and with due care and diligence, execute and maintain the work and provide all labour, including supervision of all works, structural plans and other things whether of temporary or permanent nature required for such execution and maintenance in so far as the necessity for providing these, is specified or is reasonably inferred from the contract. The Contractor shall have full responsibilities for the adequacy, suitability and safety at site of all the works entrusted to him for execution and methods of the construction provided.

38

The salient features of the proposed siding

The salient features of the proposed siding taking off from Mandhar station are tabulated as under:-

Sl.No. Description Remarks I Proposed T.O.P Proposed T.O.P. for the siding is from CH;

521.57m from CSB on BSP end from the proposed dead end portion of proposed L/No.6

Ii Route length 1168.557m

Iii Track meters 3124.965 m (say 3125.000 m)

Iv Gauge 1676 mm (B G)

V Curve 7.5⁰ (maximum degree of curve) radius 232 mtrs.

Vi Rulling gradient of the siding

1 in 400 falling

Vii Rails 60 Kg 90UTS IU Rails

Viii Sleeper with density 60 Kg PSC Sleepers with M+7 density i.e.1540 PSC sleepers per Km.

Ix Points & Crossing 60 Kg 1 in 8.5 with CMS Crossing curve switch with fan shaped layout on 60 Kg mono block PSC sleepers at TOP and in plant yard.

X Ballast Cushion 40-65 mm size with conical shape with 250 mm ballast cushion.

Xi Over Head Electrification Conventional type OHE with 25 Kv 50 Hz and Single pole Isolator.

Xii Standard of Interlocking Standard III interlocking with isolation at TOP. All other points in in-plant yard will be provided with hand operated points.

EXISTING INFRASTRUCTURE FACILITY & WORKING PATTERN

1.1 Mandhar is a “B” class interlocked station with standard III

interlocking, with provision of MACLS and worked under Absolute Block System of Working. This station is located at Km 816.60 from Howrah on Howrah - Nagpur Trunk route energized section in Raipur division under the jurisdiction of South East Central Railway.

1.2 The block stations on either end of Mandhar are Siliyari at a

distance of 11.317 Kms on BSP end and Urkura at a distance of 7.408 Kms on NGP end. Both end Block sections are provided with IBS between MDH-SLH and between MDH-URK.

39

1.3 M/s RICPL a Joint Venture with M/s GODAWARI Power & Ispat Limited (GPIL) is having a full length Private Railway siding ( CAL:762.095 m D.S. to D.S.)at Mandhar Railway station yard of Raipur division of South East Central Railway.

1.4 Private Railway Siding of RICPL is located on the North West side

of Mandhar station yard. It is one line siding provided with Tramway type of OHE and connected with existing Common Loop L/No.4 on East end of the yard. On West end the siding is connected with SEML siding.

1.5 There is no facility for direct entry of trains on to RICPL siding from

any direction/end. Up or Down trains meant for RICPL siding coming from any direction are first admitted on existing (common loop) Line/No. 4. After arrival of the train, if the train engine is on NGP end, full train is pulled inside SEML siding from L/No. 4 and then placed in RICPL siding on pushing mode. For Down trains whose power remain on BSP end, after arrival of the train at Mandhar, the train engine is reversed and attached in rear of the train on NGP end, then the train is pulled on to SEML’s siding and then backed on RICPL siding on pushing mode.

1.6 RICPL siding is provided with a Hand Point on NGP end with a

dead end facing towards NGP for isolation between SEML and RICPL sidings. One more Hand plunger lock type Arch lever point is provided on BSP end of the siding. This point isolates RICPL siding with station yard at BSP end.

1.7 There are two other sidings namely SEML (with 3 lines) and

NACAST (with 5 lines). The take off for both the sidings are also from MDH station common loop L/No.4. Any train for any of these sidings from any direction, invariably admitted on common loop line No. 4 first and then placed in respective sidings.

1.8 Up trains arriving from BSP direction for SEML and NACAST

sidings are admitted on common loop L/No.4 and dispatched to respective sidings in pulling mode. Train engine of down trains coming from NGP end are required to be reversed and attached on NGP end and then pulled on to respective sidings.

1.9 The track between MDH station yard to SEML and NACAST sidings

are provided with conventional OHE, RICPL siding line is provided with tramway type OHE.

40

1.10 The Centre Line of station building of MDH is at 816.60 Kms from HWH as per SWR No. SWR/MDH/02/09 dated 30.11.2009 brought into force from 01.12.2009.

1.11 There are two “B” class manned traffic L-xing gates located at

either end of the station yard of MDH. On BSP end the L-xing is situated between Km 816/1-3 at CH: 608.00 Mts from CSB, on NGP end the L-xing is situated between Km 817/1-3 at CH: 409.9 Mts. Both the L-xing gates are interlocked with respective Home signals and Adv. Starter signals.

1.12 EXISTING GRADIENT:-

NGP end BSP end

From CSB To R or F From CSB

To R or F

: CH:00.00 CH:234.200 1in 2310 F CH: 00.00 CH:248.650 1 in 2310 R

CH:234.200 CH:2951.250 1in 400 F CH: 248.650

CH: 652.800 1 in 400 F

CH:2951.250 CH:3678.750 1in 150 F CH: 652.800

CH: 782.930 1 in 150 F/ 1 in 400 F

CH:3678.750 Block Section

LEVEL CH: 782.930

CH: 1174.207

1 in 150 F

--- ---- ------- CH: 1174.207

To Block section

Level

However, the siding will be laid at a grade of 1 in 400 from TOP CH: 521.570 to CH: 750.00 m which will be compensated to 454. The siding from CH: 750.00 to D.E. at CH:1690.127 from CSB will be laid on level grade.

1.13 The existing Bridges on SLH-MDH-URK section are:

1.14 The following L.C.Gates are situated between SLY-MDH-URK section under the control of SMR/Mandhar

Sl. No. Br. No. Ch. Description Remarks

1 394/1 1430.181m 1 X 12’X0 SLAB New bridge to be constructed at CH:1432.019

from CSB in sdg area measuring 1X75 X3.5 Mts

2 393 234.75 m 1X3.66 m RCC Box Nil

3 392 375.25m 1 X 3.66 m RCC Box Nil

4 389 KM 819/1-3 Span 5 X 2 M Nil

41

S.No L.CG

No.

Class Location Section Tfc/

Engg

Manned/

Unmanned

Interlocke /non-

interlocked(N-IL) Km CH

1 407 “C” 812/13-15 --- SLH-MDH Engg to be Manned (N-IL)

2 408 “C” 813/25-27 ---- SLH-MDH Engg ,, (N-IL)

3 409 “C” 814/23-25 ---- SLH-MDH Engg ,, (N-IL)

4 410 “B” 816/01 -03 608.00m SLH-MDH Tfc Manned Interlocked

5 411 “B” 817/01-03 409.90m MDH-URK Tfc Manned Interlocked

6 412 “C” 818/17-19 1931.00m MDH-URK Engg Un- Manned To be closed

7 413 “C” 819/17-19 2885.00m MDH-URK Engg Manned Interlocked

1.15 STATION YARD

Presently there are four running lines at Mandhar station yard including a common loop L/No. 4 on down direction. In addition to those running lines there are sidings of RICPL, NACAST, SEML and CCI, an exchange yard of CCI consisting of three lines, a Hot Axle siding and Engineering siding.

1.16 CSL of existing running and non-running lines at Mandhar station yard

L/No CAL BETWEEN REMARKS IF ANY

1 774.680 Mts FM To PT Up Loop

2 827.850 Mts FM To LC Up Main line

3 803.180 Mts FM to LC Dn Main line

4 803.180 Mts FM to LC Common Loop

ENGG .SDG. 154.900 Mts FM to Dead end Non Running Line

HOT AXLE SDG. 039.000 Mts FM to Dead end ,,

RICPL siding 762.095 Mts DS to DS Pvt. Rly. Sdg.

4.0 PROPOSED INFRASTRUCTURE

4.1 AFTER COMMISSIONING OF PROPOSED THIRD LINE:-

After commissioning of the proposed third line in all there will be 6 running lines and 1 RICPL siding line in Mandhar yard. The CSL of each line in mandhar station yard will be as under:-

CSL of running lines

Existing lay out After proposed 3rd line & GPIL Siding

L/No CAL L/No CAL

--- ---- 1 725.79 Mts (DS on BSP end to L/C

on NGP end)

1 754.93 Mts PT to PT

2 730.79 Mts (FB on BSP end to LC on

NGP end)

42

2 802.33 Mts FB to LC

3 893.66 Mts (PT on BSP end to LC on

NGP end)

3 791.31Mts LC to FB

4 893.66 Mts (L/C on NGP end to PT.

BSP end)

4 733.8 Mts PT to PT

5 799.74 Mts (PT.on NGP end to FB on

BSP end))

---- ---- 6 723.00 Mts (from FB to FB)

RICPL Sdg.

762.095 Mts DS to DS

RICPL Sdg. 727.00 Mts ( From Pt. on NGP end to

DS on BSP end)

ENGG .SDG

154.90 FB to DE

ENGG .SDG 154.90 Mts (D.S to Dead end)on NGP

end

H.A. Sdg.

39.70 Mts FB to DE

H.A. Sdg. 39.70 Mts ( FB to Dead end.)

GPIL Siding

-------- GPIL Sdg.

L/ 1

753.888 Mtrs. From FM to SRJ.

L/ 2

694.661 Mtrs. From SRJ to FM.

L/ 3

827.819 Mtrs. From FM to WS.

L/4 Future Line

L/5 Future Line

B/VR Sdg. 56.662 Mtrs. From FM to FM

NB:- The CAL of L/No.2 (Post tippling line) is reckoned as 694.661 mtrs. As per rule from SRJ on station end to FM at far end, but if required entire length from FM at CH: 753.049 on station end to FM at CH: 1552.949 m i.e.799.9 m can be utilized for post tippling. 4. 2 After commissioning of the third line the proposed Private Railway

Siding of M/s GPIL at Mandhar will take off from the proposed over run line (dead end portion) of proposed L/No.6. from CH: 521.57 m.

4. 3 A 1 in 12 Cross over on BSP end between Up line and existing

down line (proposed Middle line) between CH; 815.00 to CH: 915.00 m is proposed to suit the movement of Up trains coming from BSP/SLH end on both Up & proposed Middle line on a raising grade of 1 in 150 for direct admission on L/No. 6 and RICPL siding line. However, down trains from URK end can run on both middle line or down line.

43

TRAIN OPERATION FOR GPIL SIDING (system of working) 4. 4 Up trains meant for GPIL siding may be admitted on proposed line

No. 6 or RICPL siding line since signaling arrangements are proposed from both the lines to and from GPIL siding. From L/No.6 or RICPL siding line the incoming train will be placed in GPIL siding on pushing mode by the train power.

4. 5 Similarly, down train meant for GPIL siding may be admitted

directly on proposed line No. 6 or RICPL siding line on signal and then may be pulled on to GPIL siding. A cross over is proposed in the siding line between pre tippling and post tippling lines for reversal of train engine and Match truck. On arrival of the train in GPIL siding line No.1 the incoming power and match truck may be reversed in siding premises without disturbing the movement of trains in MDH station yard.

4. 6 On completion of the loading/unloading of wagons in the siding,

station master will be intimated by the GPIL staff dealing with the siding about the completion of loading/unloading. The S.M. on duty in turn will intimate the same to the section controller for his information for clearing the load/empty rake to their destinations.

4.7 The proposed siding of M/s GPIL will be connected with Mandhar

station yard. All movement to and from the siding will be guided by shunt signals provided between station and GPIL siding. The working will not involve or hamper the block working.

4.8 On completion of loading/unloading of rakes the staff of GPIL will

inform the SM on duty Mandhar over telephone followed by a written message mentioning the time and date of completion of loading/unloading with due signature. The written message so sent will be acknowledged by the staff on duty of either side under clear signature with date and time of acknowledgement. The date and time mentioned will be ad-heard to for calculation of free time for Demurrage.

Proposed Rail Infrastructure

The proposed siding will be laid completely on privately owned land by GPIL and will have three full length lines and a BVR Siding as under: – L/No.1 Unloading (pre-tippling) line with CAL 758.888 m L/No.2 Post Tippling line with CAL 694.661 m L/No. 3 Loading line with CAL 827.819 m

44

Match-Truck reversal siding CAL 56.662 m L/No.4 (Future) unloading (pre-tippling) line L/No.5 (Future) Post tippling line

4.10 Proposed take off The proposed siding is recommended to be taken from the proposed dead end portion of proposed L/No. 6 of Mandhar station at Ch. 521.570 m at BSP end of the station yard.

Loading Platform Loading platform 650 X 20m wide is proposed to be constructed in order to accommodate 3 lines at present and 2 more lines in future.

Bridges One RCC Box bridge of the under mentioned measurement will be constructed in the siding premises parallel to the existing bridge No. 394 on main line:-

Sl. No.

Br. No.

Ch. Existing Proposed

1 394/1 1432.92 m 1 X 9.5m X 4.5m 1 X 75.00X 3.5 m

4.13 Curves:- There will be 13 (thirteen) curves in all in the proposed

siding of M/s GPIL including future lines, the details are as under:

CV.No. ∆ R TL CL Remarks

1 10⁰ 23’15” 232 m (7.5⁰) 21.088 m 42.061 m Check rail will be provided if

needed.

2 10⁰ 11’ 2” 232 m (7.5⁰) 20.672 m 41.236 m ,,

3 5⁰ 32’54” 232 m (7.5⁰) 11.207 m 22.466 m ,,

4 5⁰ 32’ 54” 232m (7.5⁰) 11.242 m 22.467 m ,,

5 4⁰ 9 ’46” 232 m (7.5⁰) 8.432 m 16.856m ,,

6 6⁰ 42’35” 232 m(7.5⁰) 13.600 m 27.169 m ,,

7 4⁰ 9 ’46” 232 m (7.5⁰) 8.432 m 16.856 m ,,

8 8⁰ 1’42” 232 m (7.5⁰) 16.281 m 32.508 m Future line

9 14⁰ 44’17” 232 m (7.⁰) 30.037m 59.742 m ,,

10 7⁰ 46’52” 300 m (5.5⁰) 20.402 m 40.742 m ,,

11 25⁰ 29’2” 894 m (1..96⁰) 202.159 m

297.631 m ,,

45

12 25⁰ 14’12” 969.974 m (1.8⁰)

217.140 m

427.236 m ,,

13 25⁰ 29’ 2” 800. m (2.19⁰) 180.904 m

355.822 m Pre-tippling line

14 25⁰ 29’ 2” 1000. m (1.75⁰) 226.129 m

444.778 m Post-tippling line

15 25⁰ 29’ 2” 993.326 (1.76⁰) 224.620 m

441.809 m Loading line

4.14 Land Availability

Adequate land is available and the proposed siding will be constructed on Privately owned land of GPIL. Barest minimum Railway Land will be used for Taking off and connectivity with Rail track.

Formation & Grade The siding line will be constructed on embankment with a suitable grade of 1 in 400 from the Take off point CH: 521.57 m to CH: 750.00 m which will be suitably compensated to suit the grade and then followed by Level from CH: 750.00m up to the dead end at CH: 1628.00 mts. Signalling and Telecommunication Necessary Signaling and Telecommunication arrangement as will be required and advised by South East Central Railway will be provided. However, since the movement between the Mandhar station yard and GPIL siding will be treated as shunting movement, only three “position light type” shunt signal (1 from L/N0.6 & 1 from RICPL siding line to GPIL siding and 1 from GPIL siding to both L/No. 6 and RICPL siding line) both way will be provided. The points and signals governing the train movement between the station yard and GPIL siding will be connected with the central panel under the control of SM on duty. Over Head Electrification The siding will be provided with Wagon tippler and wagon shifter. Conventional type of OHE is proposed for the siding. Keeping in view the pattern of working, OHE in the siding is proposed to be provided as under :-

L/No. OHE will be provided between

CH;

Total wiring in length

Remarks

From To

1 521.57 1600.00 1120.00 m From top to 38 m short of

wagon tippler

46

2 661.695 1659.00 997.305m From PT. to wagon Shifter

3 707.216 990.000 295.00 m Top wiring

Match truck reversal Siding

56.662 m Fully wired

TOTAL OHE LENGTH 2468.967 m

Say 2500.00 m

5.0 Standards for Construction

5.1 The standard of construction of the proposed siding taking off from Mandhar station yard is tabulated as under:-

Sl.No. Description Remarks

I Proposed T.O.P Proposed T.O.P. for the siding is from CH; 521.57m from CSB on BSP end from the proposed dead end portion of proposed L/No.6

Ii Route length 1168.657m

Iii Track meters 3124.965 m

Iv Gauge 1676 mm (B G)

V Curve 7.5⁰ (maximum degree of curve) radius 232 mtrs.

Vi Rulling gradient of the siding 1 in 400 falling

Vii Rails (a) 60 Kg T-12, IU Rails

Viii Sleeper with density 60 Kg PSC Sleepers with M+7 density i.e.1540 PSC sleepers per Km.

Ix Points & Crossing (a) 60 Kg 1 in 8⅓ with CMS Crossing curve switch with fan shaped layout on 60 Kg mono block PSC sleepers at TOP and in plant yard.

X Ballast Cushion 250 mm ballast cushion of 65 mm size .

Xi Over Head Electrification Conventional type OHE with 25 Kv 50 Hz and Single pole Isolator.

Xii Standard of Interlocking Standard III interlocking with isolation at TOP. All other points in in-plant yard will be provided with hand operated points.

5.2 The proposed siding will be constructed adhering to the Indian Railways Schedule of Dimensions (BG)-revised 2010, and HML standard of loading for movement of BOXN/BCN wagons. The track standards laid down by

47

railways is 52kg (T-12) rails on 60kg PSC sleepers (1540 nos. per km.) with 250 mm ballast cushion and same standard are to be adopted on proposed siding line.

5.3 Category of Line

The Siding will be in category of “Private Railway Siding”.

5.4 Speed Potential

The take off of the proposed siding is from the proposed dead end portion of proposed line No. 6 being constructed by Railway (RVNL) at Mandhar station yard. There will be no direct reception/dispatch facility to and from the proposed siding. The track standard of the siding is made fit for 30 Kmph.

Loading Standards All bridges and culverts shall be built to HML (Heavy Mineral Loading) standard of loading with the maximum axle load of 25 tones for locomotives and train trailing load of 8.25 tones per meter behind the locomotives. Ruling Gradient The gradient of the proposed siding to serve M/s GODAWARI Power & Ispat Limited will be as per SOD of Indian Railways. Curvature Curvature has been adopted taking into consideration the topography of the area, the desired layout plan and SOD of Indian Railways. Check rails will be provided on the curves sharper than 60 as per railway guide lines. There will be 13 (thirteen) curves in all in the proposed siding of M/s GPIL including future lines, the details are as under:

48

CV.No. ∆ R TL CL Remarks

1 10º 23’15” 232 m (7.5º) 21.088 m 42.061 m Check rail will be provided.

2 10º 11’ 2” 232 m (7.5º) 20.672 m 41.236 m ,,

3 5º 32’54” 232 m (7.5º) 11.207 m 22.466 m ,,

4 5º 32’ 54” 232m (7.5º) 11.242 m 22.467 m ,,

5 4º 9 ’46” 232 m (7.5º) 8.432 m 16.856m ,,

6 6º 42’35” 232 m(7.5º) 13.600 m 27.169 m ,,

7 4º 9 ’46” 232 m (7.5º) 8.432 m 16.856 m ,,

13 25º 29’ 2” 800. m (2.19º)

180.904 m

355.822 m

L/No.1

14 25º 29’ 2” 1000. m (1.75º)

226.129 m

444.778 m

L/No.2

15 25º 29’ 2” 993.326 m (1.76º)

224.620 m

441.809 m

L/No3

Formation

(a) Formation width of 6.85m in bank for single line and 12.15m for double line with 2:1 side slopes are proposed.

(b) Formation width of 6.25m in cutting for single line and 11.55m for double line with 1:1 side slopes excluding provision for side drains are proposed.

Bridges

A RCC Box bridge of the following measurement will be constructed in the siding premises parallel to the existing bridge No. 394 on main line This bridge will be numbered as Br. No.1:-

S. No. Br. No. Ch. Existing Proposed

1 394/1 1432.92 m 1 X 9.5m X 3.5m

1 X 75.00X 3.5 m ht.

49

6.0 SYSTEM OF WORKING FOR THE PROPOSED SIDING

6.1 Special restriction

All trains loaded or empty meant for GPIL siding irrespective of their direction of running/movement must invariably be admitted only on proposed L/No. 6 or RICPL siding line.

6.2 Traffic movement from BSP end

Loaded rakes coming from BSP end shall be admitted directly on L/No. 6 or RICPL siding line. After arrival of the train, it shall be immediately pushed back on to L/No.1 (pre-tippling line). After complete arrival of the train on L/No.1, the train engine shall be detached and kept at a suitable place in the siding premises. After the tippling of the wagons is completed, the train engine shall be attached on the train, pressure is created. After the train becomes ready in all respect and authority received from Station Master on duty Mandhar, the train shall leave for its destination. The movement of empty rake is most likely to be on down direction towards BSP as such engine and match truck reversal shall be done in side siding premises to suit the direction of movement.

6.3 Traffic movement from NGP end

Loaded rakes meant for GPIL siding, coming from NGP end will be directly admitted on signal on proposed L/No.6 or RICPL siding line. After arrival of the train, full train shall be pulled on to the GPIL siding line No. 1 duly guided by the shunt signal. On arrival in the siding, the train engine shall be detached and reversed via L/No.2 (post tippling line) and shall be kept at a suitable place. After the tippling is completed, all the wagons shall be coupled, train engine shall be attached, pressure shall be created, GDR is done, ready report of the train shall be given to Station Master on duty at MDH. On being permitted by Station Master on duty and shunt signals are taken off train (empty rake) will start for its destination.

6.4 Placement of Empty Rakes for loading

Empty rakes meant for GPIL, coming from any direction shall be placed on loading line No.3. Due to no cross over provision on L/No. 3 empty rakes shall have to be placed on pushing mode only. However, all the movement to and from the siding shall be governed by shunt signals.

50

6.5 All placements & drawn out of loaded and/or empty rakes and Brake Van reversal will be done by the train power itself.

6.6 All the movement of train operations between Mandhar station yard and GPIL siding will be governed by shunt signal provided between the siding and L/No. 6 and RICPL siding line and vice versa will be under the control of Station Master on duty Mandhar. However the shunting inside the siding premises will be carried manually.

6.7 EOL system will be adhered to as necessitated by Railways’ existing instructions.

6.8 UP trains from Up or middle line from HWH end can be received on signal on proposed L/No. 6 with the provision of a cross over proposed at CH: 915.00 m & CH: 815.00 m and at CH:732.93 m at east end of the station yard . DN trains from the DN main line or forthcoming third line from NGP will be directly received on the proposed L/No. 6 or RICPL siding line and then be placed in the GPIL siding on pulling mode. Empty rakes supplied for loading purpose, shall be placed after reversal of the train power because the siding is proposed with single entry from yard side only and no cross could be provided at far end of loading line due to space constraint.

6.9 The dispatch of trains will also be from the proposed L/No. 6 or RICPL siding line only to either direction. After the loading/unloading is completed the rake will be drawn out to proposed L/No. 6 or RICPL siding line on pulling mode and then will be dispatched to either direction as per their destination.

6.10 As regards the Overrun line i.e. signal overlap of 120 Mts for down trains for admission on L/No. 6 on signal the proposed D.S. at CH: 628.00 mts will be taken into consideration setting the take off point of GPIL siding at CH: 521.570 mts straight to Dead end buffer. For admission of up trains on proposed L/No. 6 or RICPL siding usual practice may be followed as mentioned in the SWR.

6.11 While drawing out or placing empty/loaded rakes in GPIL siding, no train can be admitted on or dispatched from proposed L/No. 6 or RICPL siding line from and to any direction. Similarly, while admitting any up or down

51

train on proposed L/No.6 or RICPL siding line shunting between GPIL siding and MDH yard will remain suspended.

6.12 One rake for loading and one rake for unloading (i.e two rakes) can be dealt simultaneously at a time in the siding.

6.13 In future if needed M/s GPIL will own a diesel locomotive of appropriate haulage capacity and put in service for shunting purpose in the siding premises of GPIL.

6.14 An in-motion weigh bridge of 120 tone capacity as per Railway standard Specification shall be installed at CH:880.884 m from CSB in straight and level track of 100 meters on either side at the exit point on loading line No. 3.

6.15 Crew rest room for 3 Crew persons shall be provided with necessary furniture and toilet facility by M/s GPIL close to the Weigh Bridge for resting purpose of the crew.

6.16 M/s GPIL proposes to install a Wagon tippler on pre-tippling line at CH: 1638.947 and a Wagon shifter CH: 1668.947 on pre-tippling line and post tippling line. Details of the wagon tippler will be handed over to concerned department in person.

7.0 OVERHEAD ELECTRIFICATION WORKS

7.1 Proposed OHE facilities.

Following lines of the siding are proposed to be provided with conventional type OHE.

i. Take off point at CH:521.57 m from CSB at BSP end to CH: 1464.353 m on W/T end and from there the OHE will get diverted via crossover up to dead end CH:1686.478 of post tippling line (L/No. 2)

ii. From take off point of L/No.2 at CH: 661.695 to dead end CH:1686.478 of L/No.2.

iii. From take off point of L/No.3 at CH: 707.216 to P.F. end CH:988.678 on station end.

iv. Match truck reversal will be fully wired. 7.2 Basic standard adopted for design of 25 KV, AC 50 HZ overhead

equipments in accordance with standards adopted by Indian Railways.

52

7.3 The total TKM for the proposed siding of M/s GPIL works out to 2571.153 m or say 2.5 TKM.

7.4 Due to dust pollution at loading/unloading site entire siding has been considered with provision of long creepage path porcelain insulators (1050 mm) to prevent insulator failures.

7.5 Necessary isolation arrangements of OHE has been considered at Take off point so that the siding can be isolated from the rest of OHE elementary section in station yard for maintenance as well as fault isolation and will be Manually Operated Isolators (Normally open) are proposed for feeding arrangement.

7.6 For isolation of loading/unloading lines in the in-plant area Single Pole Isolator and double pole isolator with earthing heel arrangements are considered for safety of men engaged for loading, manually or by pay loaders. No working men and material shall be permitted to work within 2 meters danger zone from the live OHE wire with 25 KV power supply. Isolator operation in the siding shall be done by the siding staff and isolator keys will be under the custody of the siding monitoring room. Necessary training for operation of isolator in the plant area shall be provided by railways. OHE structure will be avoided on loading platform to avoid detention of loading as well as unwanted OHE breakdown by hitting the OHE structure by loaders/tippers.

7.7 OHE estimate has been prepared duly considering OHE components of latest RDSO and CORE approved makes and the OHE shall be executed as per railways standard and specifications. The designs are based on RDSO/CORE standard drawings, employment schedules, code of practice and guidelines issued by them from time to time.

7.8 Preparation of OHE designs and execution of OHE works shall be carried out by an approved OHE contractor of S.E.C.Railway or railway may undertake this work as a deposit work. In each case the supervision is to be done by Railway.

7.9 OHE layout plan, sectioning diagram, general power supply arrangements along with associated drawings shall be submitted for approval of Railway before execution of work.

7.10 As per latest guidelines of RB’s letter No. 2002/RE/161/II dated 10.08.2007, the minimum implantation of OHE mast shall be at 2.8 m on tangent track and inside curve 3.0 m will be provided for which sufficient track separation shall be maintained.

7.11 Alternative feed for each elementary section for arranging isolation of a particular line during maintenance or breakdown has also been proposed.

7.12 The power supply to the siding is proposed through one separate interrupter to be installed in the Upcoming SSP at MDH station.

53

Necessary feeder line arrangement from SSP to the siding will be provided so that the siding can be isolated from rest of the section through TPC.

7.13 As per RB’s liberalization of siding rules vide RB’s Lr. No. 99/TC(FM)/26/1 dated 31.03.2005, maintenance of OHE will be done by respective railway at railway’s cost.

7.14 General Electrification:-

The General Electrical Works required to be carried out is as under:- Electrification of circulating area. Points and crossings located inside the plant area. Electrification of Weigh Bridge office, Crew rest room and staff quarters.

7.15 Electrification of loading/unloading area including wagon tippler

and shifter will be done by providing 3 No.s of 16 m high galvanized flood light mast with 2 x 400 W SON-T fittings with feeder pillar arrangements for adequate illumination for loading/unloading area without any obstruction to the movement of pay loaders/tippers etc which will be moving round the clock from end to end. On each tower 10 No.s of luminaries are proposed. All the towers shall be interconnected with 3.5 C x 35 Sq. mm underground XLPE LT cables. This arrangement shall facilitate night working and also provide secured lighting. The required load shall be supplied at 400 Volt 3 phase by M/s GPIL from nearest available power source. The weigh bridge is also considered for electrification along with fittings and fixture. Schematic plan will be provided shortly.

7.16 There is no HT or LT power line crossing over the proposed siding

of GPIL. 7.17 There is no manned L.C. gate in the proposed alignment. However,

if any comes up in future the same will be illuminated as per standard norms of Railway.

7.18 Electrification of In motion weigh bridge at CH: 880.884 m , Crew

rest room and quarters will be done as per I.E. Act using latest building Code- ECBC 2007 with using of energy efficient fittings. The materials will be procured from the companies having ISO 9001 certificate with approval of BEE.

54

7.19 Outdoor feeder piller box for electrical installations will be IP-54 and IK-09 from the manufacturer of IP and IK. The outdoor luminaries fittings will be of IP-66.

8.0 Signalling 8.1 The station is provided with end cabins viz East cabin on HWH end

and West Cabin on NGP end. with 4 aspect colour light signalling system in between SLH-MDH-URK electrified section. Two TLBI’s provided at the station one for SLH-MDH section and one for SLH-URK section. Both up and down sections between SLH-MDH-URK further divided with the provision of IBS.

Detection 8.2 The main line and proposed siding will be provided with track

circuit/axle counters to prove that the line is clear of obstructions. The section will be equipped with “Absolute Block System of working”.

Block Working 8.3 The section between SLH-MDH-URK stations will work on

‘Absolute Block System’ with Token less Block Instrument. 8.4 All movements between the siding and the crossing station will be

on telephonic confirmation duly guided by shunt signal both ways. 8.5 Proposed Facilities The proposed sidings will take off from the proposed dead end

portion of proposed L/No.6 on the North side of the yard on BSP end. In order to isolate the main yard line, at the entry end i.e. on NGP end, track circuit will be provided. The points & crossings will be 1 in 8.5 on 60 Kg PSC sleepers and fan shaped layout. Points will be laid as per the existing S & T standards of the station.

8.6 UP trains only from middle line from HWH end can be received on

signal on proposed L/No. 6 with the provision of a cross over proposed at CH:732.93 M at east end of the station yard . DN trains from the DN main line or forthcoming third line (i.e. NGP end) will be directly received on the proposed L/No. 6. And then be placed in the GPIL siding on pushing mode, if needed after reversal of the train power because the siding is proposed with single entry from yard side only.

55

8.7 The dispatch of trains will also be from the proposed L/No. 6 only to either direction. After the loading/unloading is completed the rake will be drawn out to proposed L/No. 6 on pulling mode and then will be dispatched to either direction as per their destination.

8.8 As regards the Overrun line i.e. signal overlap of 120 Mts for down

trains for admission on L/No. 6 on signal the proposed D.S. at CH: 628.00 mts will be taken into consideration setting the take off point of GPIL siding at CH: 533.000 mts straight to Dead end buffer. For admission of up trains on proposed L/No. 6 usual practice will be followed as mentioned in the SWR.

8.9 While drawing out or placing empty/loaded rakes in GPIL siding no

train can be admitted on or dispatched from proposed L/No. 6 from and to any direction. Similarly, while admitting any up or down train on proposed L/No.6 shunting between GPIL siding and MDH yard will be suspended.

8.10 Only one rake either for loading or unloading can be dealt at one

time in the siding because the pre tippling and post tippling line are laid side by side with provision of wagon tippler and wagon shifter at dead end side.

8.11 In future if needed M/s GPIL will own a diesel locomotive of

appropriate haulage power and put in service for shunting purpose in the siding premises of GPIL.

8.12 For isolation of GPIL siding line with MDH yard a D.S. is proposed

to be provided at CH: 641.396 mts on yard end of the siding.

Communication Arrangements 10.13 The proposed siding line is within the station yard. Hence the

existing communication system will be utilized.

56

TENDER DRAWINGS

57

PRICE BID

BILL OF QUANTITIES

Sl.

No.DESCRIPTION OF ITEMS AMOUNT

1 Earth Work

2 Bridge Work

3 Ballast Supply

4Supply of PSC Sleepers and Special

PSC Sleepers

5 Supply of P-Way Material

6 Execution of P-Way Works

CONSTRUCTION OF PRIVATE RAILWAY SIDING AT MANDHAR (RAIPUR – BHATAPARA

SUB – DIVISION) STATION OF S.E.C. RAILWAY FOR GODAWARI POWER & ISPAT

LTD.

GODAWARI POWER & ISPAT LTD

Page 1 of 14

S/N Description of works Units Qty. Rate Amount

1Clearing jungle including uprooting of rank vegetation, grass brush wood, cactus, scrub, bushes, hedges and removal of rubbish outside the

periphery of the area cleared as directed by Engineer‐in‐charge.Sqm      55,000 

2

Earthwork in cutting in formation including trolley refuges, leveling crossing approaches, road diversions and inside drains and/or catch water

drains including dressing / finishing to required dimensions and slopes to obtain neat appearance and to standard profile inclusive of all labour,

machinery & materials required & removal of cut spoils as per the directive of the Engineer‐in‐charge of the work or his representative either to

make the spoil dumps properly leveled inside the land with the section beyond 10 meters from cutting edge or for filling as directed by

Engineer‐in‐charge or his representative with all lead, lift, descent, ascent, loading, unloading, tools & plants, all taxes, clearance of site and all 

Cum        5,000 

3

Earthwork in filling in embankment, with the approved quality earth excavated from outside railway land, to be entirely arranged by the

contractor at his own cost, as per specifications including all royalty, octroi, taxes, lead, lift, ascent, descent, crossing of nallah, tracks or any

other obstruction. The rate shall include dressing and finishing of bank to the design profile, benching  wherever required on existing bank slope (30cm vertical and 60cm horizontal) and one round of heavy rolling of sub‐soil after making good the pockets and depression left in soil during

clearing and uprooting of jungle at site, including all handling and re‐handling as a complete job. The earth will be laid spread and leveled in

30cm layers loose state for enabling proper compaction. Initially the bank width will be kept 0.50m extra beyond the design profile width to

facilitate the mechanical compaction of bank upto edge of required profile and no extra payment of this 0.50m extra width of earth work will be

made. However after compaction, the loose soil in this extra width can be taken away and re‐used elsewhere. The earth filling in bank under 

Cum    225,000 

4

Providing and laying approved as per IR specifications for blanketing materials over new embankment and compaction by vibratory soil

compactor of 10.0 tonne or more capacity of layer 30 cm thick in loose state upto required degree of compaction to make the embankment of

designed profile as per RDSO latest guidelines/specifications. The rate is inclusive of procurement of required materials and matching the

specified grading, surfacing and leveling to give 1 in 30 slope away from existing bank, benching (60cm horizontal & 30cm vertical) on existing

Cum      24,000 

5

Mechanical compaction of earth work & Moorum Blanketing in layers including watering at contractor's cost wherever required or drying as

required to obtain optimum moisture content with Contractor's vibratory compactors or any other approved type of equipment in layers not

exceeding 300 mm thick (in loose state) to obtain required density etc. complete with contractor's equip‐ment, fuel and other incidental Cum     249,000 

Note for item‐5(a) The roller to be used shall be got approved by the Engineer before use.  (b) The minimum number of passes of the roller shall be 8 or more depending upon field trials(as per IS:10379‐1982), main criterion being to

compact up to a dry density equal to or more than 98% of the maximum dry density of the material referred to in the description of the item. (c) Each layer shall be rolled and it is continued till the required dry density is achieved uniformity throughout the layer. (d) Filling behind minor bridges and culverts shall be done simultaneously from both sides.(e) In back filling over structure, material shall be deposited in layers of 100mm thickness, sloping away from the structure with each layer (f) Where the moisture content of the earth in any layer is above optimum moisture content, the same shall be left for drying for a suitable

period to bring down the moisture content very near to optimum moisture content before rolling is commenced. If the soil is dry, water shall be

sprinkled over the spread layer, as convenient in order to attain moisture content near to optimum moisture content i.e.1 %(‐) 2% before rolling

(g) Each layer shall be compacted to the desired density over its entire width before commending the compaction of next layer. (h)  The top of formation shall be finished to a slope of 1 in 30 away from the center(I) Extra width of 500mm shall be rolled on either side, which after finishing the bank up to final height shall be dressed by removing the loose

earth on account of rollers not able to compact the soil at the edge of the formation width.  (j) No additional payment shall be made for making good the deficiencies due to natural sinking or subsidence of original ground due to

movement of heavy equipment and the contractor shall have to make good all the deficiencies. 

Earth Work

2 of 14

S/N Description of works Units Qty. Rate Amount

(k) Water required for the work will be arranged by the contractor at his own cost. (l) While compacting, it shall be ensured that there is a minimum overlap of 200mm (8") between successive runs of the roller as per RDSO's (m) The dry density of each layer of compacted soil shall be ascertained by taking soil samples collected from either side of the centre line

across the track with a few taken at random near the edges as per IS:2720 Pt. XXVIII and XXIX‐1974,1975 respectively. A minimum of three (n) Before the work is commenced, field compaction trials should be conducted as per IS Code 10379‐1982 for deciding upon the most desirable

moisture content and economical thickness of layers and the number of passes required to achieve the specified density. Heavy compaction

tests should be first carried out on the soil from the borrow pit area to ascertain optimum moisture content and the maximum dry density. A In stripes of varying depths and compacting the same with suitable type of roller at or near the OMC. The mean dry density of the compacted

soil should then be determined after different number of passes. Based on these trials, the optimum depth of loose layers and the number of

passes required should be decided. Such trials may have to be repeated at different locations wherever there is a change in the type of soil.

6

Providing turfing on the slopes of Railway embankment with contractors sods of 100mm. thick(approx.) obtained from outside Railway land

including dressing to obtain neat appearances watering with water at contractor's cost till the sods are firmly rooted into the bank slope with

all lead, lift, ascent, descent, loading, unloading royalty, tools & plants, taxes, incidental charges etc. complete.

Sqm      14,000 

TOTAL COST OF EARTHWORK

3 of 14

S.No Description Unit Qty Rate Amount

1 Excavation for foundation in ordinary type of soils for culverts including shoring, leading cut spoils, back

filling trenches, dewatering etc., complete as per drawing and Technical Specifications and as directed by

the Engineer ‐ in ‐ Charge.CUM 800              

2 BACKFILLING after execution of the work to proper grade and level with selected materials from available

excavated soil from spoil heaps within a LEAD OF 100 M, including re‐excavating the deposited soil

excavated earlier, break clods, laying at all depths and heights in layers of thickness not exceeding 15 cms

watering, rolling and ramming with mechanical compactors to achieve 90% laboratory maximum dry

density, dressing, trimmings etc., in foundations, plinths, trenches, pits etc., all complete.

CUM 300              

3Cement concrete M 25 grade for levelling course and under face walls with 40mm graded stone aggregate

of approved quality and Cement and all other materials, labour, tools, plant and machinery with all lead and

lifts and curing, dewatering etc., complete as per specifications and as directed by the Engineer‐in‐charge.    CUM 90                

4 Random rubble masonry with hard stone in toe walls, including leveling up with cement concrete 1:6:12 (1

cement : 6 coarse sand : 12 graded stone aggregate 20 mm nominal size) at window sills, ceiling level and

the like Cement mortar 1:6 (1 cement : 6 coarse sand)CUM 100              

5Cement concrete M 25 grade for levelling course and under face walls with 20mm graded stone aggregate

of approved quality and Cement and all other materials, labour, tools, plant and machinery with all lead and

lifts and curing, dewatering etc., complete as per specifications and as directed by the Engineer‐in‐charge.    CUM 45                

6Mass cement concrete M 25 grade in foundation, footings below bed level and sub‐structure above bed

level of return walls and conjuction walls etc., with 20mm graded hard stone aggregate of approved quality

and Cement and all other materials, labour, tools, plant and machinery with all lead and lifts and curing etc.,

excluding shuttering, complete as per specifications and as directed by the Engineer‐in‐charge.     

CUM 200              

7Reinforced cement concrete M 30 grade cast insitu for boxes using 20mm maximum size graded hard

granite stone of approved quality with contractor's cement and all other materials, scaffolding, supports,

labour, tools, plant and equipment, consumables with all lead and lifts including placing of concrete and

curing etc., complete but excluding cost of steel for reinforcement and shuttering as per specifications and

as directed by the Engineer‐in‐charge.

CUM 550              

Bridge Work

4 of 14

S.No Description Unit Qty Rate Amount

11 Providing and fixing centering and shuttering in forming Box, dropwalls, return walls,coping etc., keeping the

same in position during concreting and removal of the same after specified period etc., for straight / inclined

shuttering, keeping necessary provision for inserts, projecting dowels, anchor bolts or any other fixture etc.,

all complete and as specified and directed.

SQM 1,200          

13Hand packed boulders filling behind return walls with contractor’s hard stone of approved quality inclusive

of all leads and lifts, handling charges and laying in position as per drawings and specifications.CUM 200              

16 Providing reinforcement with contractor's MS/TOR steel bars duly treated with anti corrossive treatment by

inhabited cement slurry coating method for box and all other materials like binding wire, labour, tools, plant

and equipment for bar bending, consumables with all lead and lifts etc., as per specifications, IS code and as

directed by the Engineer‐in‐charge.

MT 60                

20 Providing Weep Holes in Abutments, Return walls, Wing Walls including supply of 50mm dia. PVC pipes of

approved quality and  as directly by the Engineer‐in‐charge.Nos 200              

21 Supply and filling of coarse sand in foundations for boxes with contractors material and labour including its

compaction and watering with all lead and lift, taxes, royalty etc. complete in all respect as per instruction of

Engineer‐in‐charge.CUM 100              

22 Casting of bridge no. plaques/bridge detail plaques with C.C. wherever required at site as per specifications

and as directed by the Engineer‐in‐charge.    Nos 1                  

TOTAL COST OF Bridge Work

5 of 14

S/N Description of work UnitTotal Qnty.

Rate Amount

1 2 3 4 5 6

1

Supply and Delivery of machine crushed stone ballast of (40‐65) mm Size clean

angular, hard and durable track ballast as per RDSO specification and stacking the

same on cess of the formation or toe of the bank or at suitable place as directed by

Consultant/engineer‐in‐charge at site. The rate includes all cost of lead, lift,

royalty, Sales Tax and other taxes and duties and all incidental charges, testing in

lab complete as applicable. Tools and plants and screens of approved mesh and

dimensions required for inspection and passing at the time of

measurements/supply are to be arranged by the contractor. The rate also includes

leveling of ground, if necessary, where the ballast are to be stacked and as

directed by engineer in charge.

Cum 9000

TOTAL COST OF Supply of Ballast

(Supply of Ballast)

6 of 14

S/N Description of work Unit Total Qnty.

Rate Amount

1 2 3 4 5 6

1

Supply of 60 Kg pre‐stressed mono‐block concrete sleepers in accordance with the relevant technical specification in manufacturing for

plane PSC sleepers of Indian Railways (pre‐tensioned type category‐I) including MCI insert for 52/60 Kg rail section, Broad gauge, as per

RDSO drawing No. T‐2496 and IRS specification T‐39‐1993 (with latest alterations, if any) duly inspected by authorized inspecting agency

at manufacturers work site. The rate includes cost of all material, labour, loading, transportation; unloading, stacking and taxes, octroi,

levies and inspection charges etc., complete (should be fit for track circuit).

Each 4200                ‐   

2

Manufacture & Supply of Full set 60 Kg BG PSC sleepers for 1 in 8 ½ Turn‐out of 60 kg Rail (Fan shaped Layout with curved switches)

including approach , exit and long concrete sleepers as per RDSO Layout Drg. No. T‐4865 with up to date alt and confirming to IRS

specification T‐45‐1996 (with latest alterations, if any) duly inspected by authorized inspecting agency at manufacturers work site. The

rate includes cost of all materials, labour, loading, transportation, unloading, stacking and taxes, octroi, levies, etc. complete. One set

should consists of 67 nos. of Sleeper. The RDSO Drg no. of Approach sleepers are from T‐4786 to T‐4790 (5 nos.), Exit sleepers are from

T‐5471 to T‐5474 (8nos for both side) & Other long concrete sleepers are T‐4791 &  from T‐4793 to T‐4844 (54nos.) (LH= 3set, RH= 5set.)

Set 5                ‐   

3

Manufacture & Supply of Full set 60 Kg BG PSC sleepers for 1 in 8 ½ Derailing switch of 60 kg Rail (Fan shaped Layout with curved

switches) including approach , exit and long concrete sleepers as per RDSO Layout Drg. No. T‐6068 with up to date alt and confirming

to IRS specification T‐45‐1996 (with latest alterations, if any) duly inspected by authorized inspecting agency at manufacturers work site.

The rate includes cost of all materials, labour, loading, transportation, unloading, stacking and taxes, octroi, levies, etc. complete. One

set should consists of 31 nos. of Sleeper. The RDSO Drg no. of Approach sleepers are from T‐4786 to T‐4790 (5 nos.), Exit sleepers are

from T‐5471 to T‐5474 (4nos) & Other long concrete sleepers are T‐4512 &  from T‐4793 to T‐4812 (22nos.) (LH= 1set)

Set 1                ‐   

4

Supply of 60 Kg BG pre‐stressed concrete sleeper for Level Crossing including MCI insert for 60 Kg rail section, Broad gauge, As per RDSO

drawing No. T‐4148 and IRS specification T‐39 (with latest alterations, if any) duly inspected by authorized inspecting agency at

manufacturers work site. The rate includes cost of all material, labour, loading, transportation, unloading, stacking and taxes, octroi,

levies and inspection charges etc., complete (should be fit for track circuit).

Each 20                ‐   

5

Supply of 60 Kg BG wide gauge curve PSC sleepers as per RDSO Drg. No. T‐4183 to T‐4186 with latest alt.) duly inspected by authorized

inspecting agency at manufacturer work site. The rate includes cost of all materials, labour, loading, Transportation, unloading, stacking

and taxes, actroi, levies etc. complete.(should be fit for track circuit).(a) RDSO Drg. No. T‐4183 Each 150                ‐   (b) RDSO Drg. No. T‐4184 Each 150                ‐   (c) RDSO Drg. No. T‐4185 Each 150                ‐   (d) RDSO Drg. No. T‐4186 Each 150                ‐   

TOTAL COST OF Supply of PSC Sleepers and Special PSC Sleepers                ‐   

Supply of PSC Sleepers and Special PSC Sleepers

7 of 14

S/N Description of work UnitTotal Qnty.

Rate Amount

1 2 3 4 5 6

1

Manufacture & Supply of Full set 1 in 8 ½ Points and Crossing with 60 Kg Rails (Curved switches to suit 60 Kg PSC sleepers Fan shaped Layout) as per RDSO Layout Drg. No. T‐4865, sub assembly No. T‐4966, T‐4967 (with up‐to‐date alt.). with all fittings

and fastenings, Lead Rails,CMS crossing, Check Rails and its Fittings, Fish plates and Fish bolts with Nuts, GFN Liners, GR pad,

ERC etc. as a complete as per specification duly inspected by authorized inspecting agency at manufacturers work site, but

excluding the PSC sleepers. The rate includes cost of all materials, labour, loading, transportation, unloading, leading,

stacking, taxes, octroi, levies etc. complete. All materials in this item should be procured from Approach sleeper to exit

sleeper of the Turnout.

a) RDSO Drg. No. T‐4865, sub assembly No. T‐4966, T‐4967 (with up‐to‐date alt.) for 60 Kg Rail on 60Kg Sleeper  set. Set 5

3

Manufacture & Supply of 1 in 8.5 Derailing switch 60 Kg Rail to be laid on 60 kg PSC sleepers as per RDSO Drg. No. T‐6068(with up to date alteration) with all fittings, fastenings, bearing plates, dowels, slide chairs, gauge tie plates, bolts, nuts

required to complete the assembly confirming to IRS specification but exclusive of PSC sleepers. The rate includes cost of all

materials, labour loading, transportation, loading and unloading and stacking, taxes, octroi, levies, etc. complete. (LH=1set)

Set 1

4

Supply of Henry Williams spring loaded hand operated point as per RDSO drawing No‐ MA‐3040 complete with hand lever,

point throw rod with ground connections, point adjustment coupling, lug eye, MS pin, split pins etc. complete with all fittings

workable to be fitted on Long PSC sleepers layout at the toe end of 1 in 8.5 Turnout. The material should be inspected by

authorized inspecting agency at manufactures work site. The rate includes cost of all materials, labour, loading,

transportation, unloading, leading, stacking, taxes, octroi, levies etc. complete. 

Set 6

5

Supply of 60 KG, 90 UTS IU Rails of 13m Long, Straight Rails without Bend and Defect free with USFD testing approved by

Railways as per IRS specification T‐12‐2009 duly inspected by authorized inspecting agency at manufacturers work site. The

rate includes cost of all materials, Labour, Loading, Transportation, Unloading, Stacking, Taxes, Octroi, & Levies, etc.

MT 410

7

Supply of Elastic Rail clips with flat toe (MK. III) for BG 52 kg / 60 Kg rail section for use with 60 kg PSC sleepers to RDSO Drg.

No. T‐3701 (with latest Alt if any) confirming to IRS specifications (IRS T‐31‐1992), Corrigendum no. 2 of April 1999, duly

inspected by authorized inspecting agency at manufacturers work site. The rate includes cost of all materials, labour,

loading, transportation, unloading, stacking and taxes, octroi, levies, etc. complete.

Each 18280

8

Supply of Elastic Rail clips 'J‐type' for BG 52 kg / 60 Kg Rail section for use at fish plated joints as per RDSO Drg. No. T‐4158and as per IRS Specification (Provisional) revised 1994 (with latest Alt if any) duly inspected by authorized inspecting agency

at manufacturers work site. The rate includes cost of all materials, labour, loading, transportation, unloading, stacking and

taxes, octroi, levies, etc. complete.

Each 1000

Supply of P‐Way Material

8 of 14

S/N Description of work UnitTotal Qnty.

Rate Amount

1 2 3 4 5 6

9

Supply of Grooved Rubber sole plate for 52 Kg/60 Kg Rail section with 60 Kg BG PSC sleepers as per RDSO Drg. No. T‐3711(with latest Alt if any) conforming to IRS specification No. T‐47‐2006, Corrigendum no. 1 of June 2007 for 6mm thick grooved

rubber sole plates, duly inspected by authorized inspecting agency at manufacturers work site. The rate includes cost of all

materials, labour, loading, transportation, unloading, stacking and taxes, octroi, levies, etc. complete.

Each 9640

13

Supply of 60 Kg fish plates 610mm long for 60 kg rails to RDSO Drg. No. T‐1898 with latest alteration conforming to IRS

specification No. T‐1/66 (with latest Alt if any), duly inspected by authorized inspecting agency at manufacturers work site.

The rate includes cost of all materials, labour, loading, transport‐tation, unloading, stacking and taxes, octroi, levies, etc.

complete.

Each 984

14

Supply of fish bolts, nuts & washer as per RDSO Drg. No. T‐1899 for 60 Kg fish plates conforming to IRS specification No. T‐23‐1967 (with latest Alt if any), duly inspected by authorized inspecting agency at manufacturers work site. The rate includes

cost of all materials, labour, loading, transportation, unloading, stacking and taxes, octroi, levies, etc. complete.

Each 1970

15Supply of check rail fittings for Curve sleeper duly inspected by authorized inspecting agency at manufacturers work site. The

rate includes cost of all materials, labour, loading, transportation, unloading, stacking and taxes, octroi, levies, etc. complete.

(a) CI bracket as per RDSO Drg No. T‐4784 conforming to IRS specification  IRS/T‐10 (with latest Alt if any),  Each 600

(b) Supply of 22 dia bolts and nuts as per RDSO Drg. No. T‐11551 conforming IRS latest specification T‐10 (with latest Alt. if any) Each 600

(c)  Single coil spring washer RDSO Drg. No. T‐10773 confirming IRS latest specification T‐42‐1988 (with latest Alt if any). Each 1200

(d) Plate screws as per RDSO Drg. No. T‐3913 confirming to IRS specification T‐16 (with latest Alt if any). Each 1200

16Supply of check rail fittings for Level crossing duly inspected by authorized inspecting agency at manufacturers work site. The rate includes cost of all materials, labour, loading, transportation, unloading, stacking and taxes, octroi, levies, etc. complete.

(a) CI bracket Drg No. T‐4917 confirming to IRS specification IS 210 1962 (Grade‐20) IRS/T‐10 (with latest Alt if any),  Each 40

(b) Supply of bolts and nuts as per RDSO T‐11550 confirming IRS latest specification  Each 40

(c)  Single coil spring washer RDSO Drg. No. T‐10773 confirming IRS latest specification T‐42‐1988 (with latest Alt if any). Each 80

(d) Plate screws as per RDSO Drg. No. T‐3913 confirming to IRS specification T‐16 (with latest Alt if any). Each 80

(e) CI distance bracket as per RDSO Drg. No. T‐4785 (with latest Alt if any) Each 40

17

Supply of GFN liners to suit 60 kg rails on 60 kg BG PSC sleepers as per RDSO Drg. No. T‐3706 conforming to IRS specification

No. T‐44‐1995, Corrigendum no. 3 of December 2010 (with latest Alt if any) for use with mark III flat toe ERC, duly inspected

by authorized inspecting agency at manufacturers work site. The rate includes cost of all materials, labour, loading,

transportation, unloading, stacking and taxes, octroi, levies, etc. complete.

Each 19280

9 of 14

S/N Description of work UnitTotal Qnty.

Rate Amount

1 2 3 4 5 6

26

Supply of Glued insulated rail joint with 10mm thick end post for BG 60 Kg UIC rail (G3L type) as per RDSO drawing No. RT‐5843 (with latest alteration) duly inspected by authorized inspecting agency at manufacturers work site. The rate includes

cost of all materials, labour, loading, transportation, unloading, stacking and taxes, octroi, levies, etc. complete.

Each 20

TOTAL COST OF Supply of P‐Way Material

10 of 14

S/N Description of work UnitTotal Qnty.

Rate Amount

1 2 3 4 5 6

1

Handling, lifting, loading, spreading of stone ballast by any means from stacks available at ballast depot or on

cess/formation/at toe of formation to the top of formation, Track or to the locations shown by the Engineer‐in‐charge at site

within the section and spreading the same on formation and track area so as to obtain a uniform level with compacted

(a) Within initial free lead of 200 meter Cum 5000

(b) Beyond 200 meter and up to 1 kilometer Cum 2000

(c) Beyond 1 kilometer and up to 2 kilometer Cum 2000

2

Laying of Broad gauge P.Way track on straight and curves on formation, ballast deck bridges, Steel girder Bridges and level

crossings with rail and PSC sleepers and special PSC sleepers for ballasted deck bridges and level crossings with complete

fittings such as grooved rubber pad, metal liners/GFN liners, elastic rails clips etc, at specified sleeper density as directed by

Engineer‐in‐charge. The rates are inclusive of following.

i)

Handling of rails 52Kg/60 Kg 90 UTS ordinary & special and their fittings and carrying up to a lead of 500 mtr for rails

52Kg/60Kg and 60Kg PSC sleepers ordinary and specials and up to a lead of 1Km for fittings from cess/toe of formation along

the formation or from field depots or designated store to actual place of laying and or fixing. 

ii) Laying of sleepers over the ballast already spread and squaring the same to correct spacing as per drawing & specifications.

iii)Fixing of rails to sleepers with suitable fittings and providing correct gap at ends as required for FP/SWR/LWR track and

greasing fish plates where necessary with contractor's grease, oiling fish bolt with contractor's black oil and fixing the same. 

iv)The rate includes fixing of Railways SEJ's, glued joint if required at the locations specified by the Engineer or his

representative. 

v)

Providing initial packing to the concrete sleeper track involving opening out ballast where necessary squaring sleepers.

Slewing track to correct alignment, gauging, tightening of fittings, leveling the track to required cross‐level, packing the

sleeper and boxing of ballast to standard ballast profile as per Indian Railway P.Way Manual as directed by Engineering‐in‐charge at site. 

vi) Cutting of rail by rail sawing machine and drilling holes for adjusting on curves. vii) Marking of position of sleeper on foot, web, head of rail with contractor's paint etc.viii) Use of joggle fish plates for rail joints to be welded.

ix)Clearing of hole of MCI insert by removing concrete, rust or any other material and greasing the hole with contractor's grease

of Rly's specification. 

x)Extra work on curves after initial laying by re‐alignment of curve, slewing as required providing versine and cross level and

providing extra ballast as per IRPWM, greasing of gauge face of the rails in curves (With contractor's grease).xi) Chamfering tool kit to be used for chamfering of holes.xii) Marking of stations for versine, super elevation etc in curvesa) With 60Kg/52Kg Rails and 52 Kg/60 Kg PSC sleepers at sleeper density of 1540 Nos or more/Km. TKM 3200

3Laying broad‐gauge turnouts with 60Kg/52 Kg points and crossings including intermediate portion of 60Kg/52Kg rail track with

special PSC layout to Railways standard drawings and specifications complete. The rate includes.

Execution of P‐Way Works

11 of 14

S/N Description of work UnitTotal Qnty.

Rate Amount

1 2 3 4 5 6

i.

Handling of rails, sleepers switches, CMS crossings, their fittings and carrying rails, sleepers, switches, crossings‐Built Up/CMS

up to a lead of 500 mtr and fittings up to a lead of 1Km from cess/toe of formation along the formation or from field depots

to actual place of laying and fixing.ii Laying of special PSC sleepers over the ballast already spread and placing the same to correct position and spacing as

iii Laying and fixing of switches and crossings‐Built up/CMS at correct locations with their fittings as shown in RDSO drawings.

iv

Cutting rails by rail sawing machines to the required length and drilling 26.5mm dia holes on web at correct position (at

83mm and 249 mm from rail ends) including chamfering the hole edges so as to achieve machined joints as per RDSO

drawing.

v

Laying lead rails between switches and crossings at correct position to required shape, connecting them with fish plates and

bolts for machined joint or by joggle fish plates and clamps for rails joints to be welded and fixing with all fittings. Distance

blocks, stretcher bars, switch stops etc as required, and bringing of whole assembly of turnout to correct position & alignment

and bending one stock rail at theoretical toe of switch by Jim‐crowing as directed by Engineer‐in‐charge.

vi Spreading ballast available on sides of align‐ment in between the sleepers and on shoulders and dressing ballast to required 

viiInitial packing of complete turnout assembly to bring it to required alignment and level etc. as per Indian Railway Permanent

Way Manual.

viiiGrinding of back and front face of CMS crossing/distance blocks to remove any casting marks/indents to make it suitable for

gap less joints/spacing.ix Grinding of bolt head if required to make it suitable for proper setting of tongue rail against stock rails.x Greasing of tongue rails as and when required with contractor's material.

xi Clearing of holes in PSC sleeper from any foreign material without damaging any part of sleeper.xii Marking of station No., curve, sleeper no., date of laying etc on T.O. with synthetic enamel paint.xiii Glueing of groove rubber pad to concrete sleeper at correct position with contractors glue of Railway specification.xiv. The rates shall including of fixing of hand lever as per Drawing & Specification and as required.xv. The rate including fixing of glued joint at the location specified by the engineer or his representatives.xvi. The length for payment shall be from approach sleeper of the turn out to exit sleeper of the turn out.(a) With 1in 8.5 (60 Kg) Turnout with curved switch and crossing in special PSC sleeper fan shaped layout RDSO Drg. No. T‐4865.  Set 5

(d) With 1in 8.5 (60 Kg) Derailing switch with curved switch in special PSC sleeper fan shaped layout RDSO Drg. No. T‐6068.  Set 1

4

Fabricating and fixing of check rails at Level‐crossing as per drg. By cutting web & flange of SH/unserviceable rails of required

size. Drilling holes on web by drilling machine as per requirement. Fixing the check rail to inner side of both the running rails

of L‐Xing with the help of C.I. Bracket bolts and nuts and plate screw at an intervals as directed by engineer‐in‐chargemaintaining proper check rail clearance and fixing them on each concrete sleeper .The rate includes all materials, labour

charges, tools plants, required to complete the job as per specification. 

TMTR 20

12 of 14

S/N Description of work UnitTotal Qnty.

Rate Amount

1 2 3 4 5 6

5

Fabricating and fixing of check rails in curve as per drg. By cutting web & flange of SH/unserviceable rails of required size.

Drilling holes on web by drilling machine as per requirement. Fixing the check rail with the help of C.I. Bracket bolts and nuts

and plate screw at an intervals as directed by engineer‐in‐charge maintaining proper check rail clearance and fixing them on

each concrete sleeper .The rate includes all materials, labour charges, tools plants, required to complete the job as per

specification. 

RMTR 950

8

Through packing of Ordinary Railway track excluding turn out portion on any kind of sleepers with stone ballast to maintain

correct alignment, cross and longitudinal level as required for maintaining track gauge, versine, super elevation etc. on both

straight and curve track laid with contractor's tools, plants and labour inclusive of all charges as per IRPWM and as directed

a) First round through packing  TKM 3200

b) Second round through packing  TKM 3200

c) Third round through packing  TKM 3200

9

Through packing of 1 in 8½ Turn‐out on any kind of sleepers with stone ballast to maintain correct alignment, cross and

longitudinal level as required for maintaining track gauge, versine, super elevation etc. on both straight and curve track laid

with contractor's tools and labour inclusive of all charges as per IRPWM and as directed by Engineer‐in‐charge. (Note: Lengthof turnout will be considered from Approach sleeper to Exit sleeper of the turn out )

a) First round through packing  Set 5

b) Second round through packing Set 5

c) Third round through packing Set 5

11

Through packing of 1 in 8.5 Derailing switch on any kind of sleepers with stone ballast to maintain correct alignment, cross

and longitudinal level as required for maintaining track gauge, versine, super elevation etc. on both straight and curve track

laid with contractor's tools and labour inclusive of all charges as per IRPWM and as directed by Engineer‐in‐charge. (Note:Length of DS will be considered from Approach sleeper to Exit sleeper of the DS)

a) First round through packing (60Kg Rail/60 Kg sleeper) Set 1

b) Second round through packing (60Kg Rail/60 Kg sleeper) Set 1

c) Third round through packing (60 Kg Rail/60 Kg sleeper) Set 1

12

Casting, supply and fixing of contractor’s (RCC M‐25) KM posts, Hectometer post, gradient posts with contractor’s steel,

cement, graded 20mm metal, coarse river sand, binding wire etc including shuttering, curing and fixing in position and laying

1:2:4 FCC concrete all‐round and finishing as shown in drawing. The rate is inclusive of painting of post with white paint after

application of primer and painting of black color numbers and letter, arrows etc as shown in the drawing. Rate is inclusive of

all lead, lift, tools & plants, royalty, labour, materials etc complete in all respects.

Each     10

13

Casting, supply and fixing in position of contractor’s (RCC M‐25) Fouling mark Boards as per Rly. drawing with contractor’s

complete material such as steel, cement, 20mm and below metal, coarse river sand and binding wire etc. Rate is inclusive of

shuttering, curing, lead, lift and fixing in position, tools, plants, labour, royalty etc complete in all respects. Rate is also

inclusive of painting of board with white paint after application of priming coat and painting of letters ‘F’ & ‘M’ of required

size as directed by Engineer in charge.

Each     6

13 of 14

S/N Description of work UnitTotal Qnty.

Rate Amount

1 2 3 4 5 6

14

Construction of (Fine Cement Concrete M‐20) standard Dead end as per CE’s Drg.No.23772 with Rly’s unserviceable rails and

contractor’s material such as cement, coarse aggregate, wooden sleeper, ¾” rag bolt 10” long etc. The rate is also inclusive of

necessary excavation for foundation and M‐20 concrete required for dead end as shown in the drawing, bending, fabrication

& fixing of the unserviceable rails and wooden sleepers as shown in the drawing. The contractor has to provide two coats of

red paint to the sleeper and white cement painting two coats to the dead end as shown in the drawing(The approximate qty.

involved (i) earthwork in excavation=12.5 cum (ii) FCC M‐20 concrete=15 cum (iii) Cement=105 bags. (iv) Unserviceable rail

bending/ fabrication=12 metres, wooden sleepers 2.4x0.3x0.15m). The rate is inclusive of all labour, material(except US rails),

lead, lift, royalty, taxes, tools & plants, loading, unloading, curing & all other incidental charges etc complete in all respects as

per the direction of Engineer in charge.

Each 3

15

Supply & fixing of fabricated steel boards such as W/L boards, speed boards, caution indicator, curve boards, Points and

Crossing board, LWR boards, level crossings indicating boards etc or any other similar type of boards as per drawing and

specification mention in IRPWM. Rate including manufacturing, fabricating & fixing with contractor's materials such as MS

sheets, M.S. Angles, M.S. rounds or square bars etc. with contractor's material, labour and equipment, tools, plants,

electrodes welding equipment ,fittings etc including painting two coats with synthetic enamel paint over priming coat of

approved quality including all lead, lift, descent, loading, unloading, etc with contractor's transportation charges all taxes etc.

The rate is also inclusive of lettering, borders etc as shown in IRPWM.

Each 40

17Anti corrosive painting of 60/52 kg Rails with contractors labour, materials, tools and plants, equipments, consumables etc.

including cleaning and handling of rails as per specification and as directed by Engineer in charge. TMTR 3200

Grand TOTAL COST OF Execution of P‐Way Works           ‐   

14 of 14