Upload
lamdiep
View
220
Download
1
Embed Size (px)
Citation preview
Signature of the tenderer
Under seal of the firm
1
NTPC LIMITED (A Government of India Enterprise)
Open Tender Notice No. 118/OT/NTPC-BARH/P.Way/PKG-IIC-Part-1/2013 Dated 10.01.2013.
P.WAY WORKS INCLUDING SUPPLY OF P.WAY MATERIALS FOR MAKING NEW PRIVATE SIDING FROM IN-PLANT ENTRY KM CH 4/231 TO PUNARAKH RAILWAY STATION DEAD END KM CH 0/147.72 IN CONNECTION WITH THE PROJECT MANAGEMENT AND EXECUTION OF RAILWAY SIDING SYSTEM PACKAGE FOR BARH STPP, STAGE-I (3 X660 M.W) AT BARH, DIST. PATNA, BIHAR.
Package – II C (Part-1)
PART-1 TECHNICAL BID
CONTENTS
Section-1 : Notice Inviting Tender and Instructions to Tenderers Section-2 : Tender and Contract Form Section-3 : Special Conditions of Contract
Section-4 : Amendment / Errata to GCC Section-5: General Conditions of Contract for NTPC Ltd.
Section-6: Technical Specifications Section-7: Drawings
Issued to (Name of
Tenderer):________________________________________________
Address of tenderer:
________________________________________________________
Signature of officer issuing the
documents_______________________________________
Designation
________________________________________________________________
Date of
Issue________________________________________________________________
RITES Ltd. (A Govt. of India Enterprise)
Kolkata Project Office 56, C.R. Avenue, 2nd Floor Kolkata-700 012
e. mail: [email protected] Phone No.: 033-22367118/7146/7162/7143(Fax)
Signature of the tenderer
Under seal of the firm
2
RITES LTD (A Govt. of India Enterprise)
REGIONAL PROJECT OFFICE, 56, C.R. Ave. (2nd fl),
Kolkata-12
Phone No. 033-2236 7118/46/62 FAX-033 2236 7143
NOTICE INVITING TENDER (OPEN)
NIT NO:118/OT/NTPC-BARH/P. Way/PKG-IIC-Part-1/2013
Dated 10.01.2013.
General Manager (Projects) RITES Ltd, Regional Project Office,
Kolkata for & on behalf of NTPC Ltd. invites sealed tenders from
contractors who fulfill qualifying criteria stipulated in Tender
Documents for the following work:
Name of the work: P. Way works including supply of P. Way
materials for making new private siding from In-plant entry Km.
Ch. 4/321 to Punarakh Railway Station dead end Km. Ch. 0/147.72
in connection with the Railway Siding system Package for Barh –
STPP, Stage-I, (3x660 MW), Dist. Patna, Bihar. Estimated Cost:
Rs.296.18 Lakh (Approx), EMD: Rs.2,96,200/-, Completion
period: 03 (Three) months. Sale of Tender Documents:
11.01.2013 to 22.01.2013 from 11.00 Hrs to 16.00 Hrs on any
working days. Last date of Submission of Tender: 24.01.2013 up
to 14.00 Hrs. Date of opening of Technical Bid: From 14.30 Hrs
on 24.01.2013 in presence of the intending tenderers. Date of
opening of Financial Bid: Shall be intimated later to the technically
successful bidders only. Tender documents can be purchased from
the above address at a cost of Rs.5,000/- (Rupees five thousand) in the form of DD/PO/BC drawn on any Schedule Bank in favour of
RITES Ltd., payable at Kolkata. For complete Tender Documents
including qualifying criteria etc. please visit: (www.rites.com)
contact this office. Addendum/corrigendum, if any, would be
hoisted on the websites only.
Signature of the tenderer
Under seal of the firm
3
PART I
TECHNICAL BID
Section – 1
NOTICE INVITING TENDER & INSTRUCTIONS TO TENDERERS
Signature of the tenderer
Under seal of the firm
4
SECTION 1
NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS
Tender No.118/OT/NTPC-BARH/P.Way/PKG-IIC-Part-1/2013 Dated 10.01.2013.
1.0 GENERAL
1.1 Tender Notice
Sealed Tenders are invited by RITES Ltd., a Public Sector Enterprise under the Ministry of
Railways, acting for and on behalf of NTPC Ltd. (Employer) as an Agent/Power of
Attorney Holder, from working contractors (including contractors who have executed works
within the last five years reckoned from the date of opening of tenders) of Railways,
CPWD, MES, DOT, RITES, State PWD or any other Central / State Government
Undertaking Municipal Body, Autonomous Body or Public Ltd., Co. listed on BSE/NSE for
the work of P.Way works including supply of P.Way materials for making new private
siding from In-Plant Entry Km. Ch 4/231 to Punarakh Railway Station dead end Km.
Ch 0/147.72 in connection with the project management and execution of railway
siding system package for Barh STPP, Stage-I (3 x 660 M.W) at Barh, dist. Patna,
Bihar (Note : Throughout these bidding documents, the terms ‘bid’ and ‘tenders’ and their
derivatives are synonymous.)
1.2 Estimated Cost of Work
The work is estimated to cost Rs.296.18 Lakhs (Approx.). This Estimate, however, is
given merely as a rough guide.
1.3 Time for Completion
The time allowed for completion of the work will be 03 (Three) months from the 15th day
after the date of issue of Letter of Acceptance or from the first day of handing over of the
site, whichever is later, in accordance with the phasing, if any, indicated in the Tender
Documents.
1.4 Brief Scope of Work
a) P.Way Work: Laying & Linking of Track, Points & Crossings,Supply of
Ballast, P.way fittings,Turn outs,D.swithes,Welding portions ,PSC sleepers and
any other element of work required to complete the work(except rails and
balance quantity of PSC sleepers which shall be supplied free of cost by NTPC
at nominated locations/store).
1.5 Availability of Site
The site for the work is available/ shall be made available in parts, as specified
below:
Site of the work is available/shall be made available phase wise.
Signature of the tenderer
Under seal of the firm
5
2.0 QUALIFICATION CRITERIA TO BE SATISFIED
2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed.
2.2 The Qualification Criteria to be satisfied will depend on the category of works,
whether Normal or Large. Normal Works are those costing upto Rs.30 Crores each
and Large Works are those costing more than Rs.30 Crores. The work for which
the Tender is being invited falls under the category of Normal.
2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls
in Normal area or Difficult area. Difficult area includes North East States, Jammu
& Kashmir, Jharkhand, Chattisgarh and Andaman & Nicobar Islands. Normal area
covers all areas other than Difficult area. The work for which this Tender has been
invited falls under Normal area.
2.4 In this Tender Joint Venture is not allowed.
2.5 The documents to be furnished by the Bidder to prove that he is satisfying the
Qualification Criteria laid down should all be in the Bidder’s name, except in cases
where though the name has changed, the owners continued to remain the same and
in cases of amalgamation of entities.
3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON
QUALIFICATION CRITERIA
3.1 Other than Joint Ventures
The Tenderer shall furnish a Letter of Transmittal as given in Annexure II A
enclosing the documents mentioned therein/listed in para 1(a) of Annexure IA.
3.2 Joint Ventures (For Large Works) : Not Applicable.
3.3 Joint ventures (For Normal Works) Not Applicable
4.0 CONTENTS OF TENDER DOCUMENT
4.1 Each set of Tender or Bidding Document will comprise the Documents listed below
and addenda issued in accordance with Para 7 :
PART – 1 :- Technical Bid Packet
SECTION No. CONTENTS
(1) Notice Inviting Tender and Instructions to Tenderers
(2) Tender and Contract Form.
(3) Special Conditions of Contract
(4) Amendment /Errata to GCC
(5) General Conditions of Contract for NTPC Ltd.
(6) Technical Specifications
(7) Drawings
Signature of the tenderer
Under seal of the firm
6
PART – 2:- Financial Bid Packet
Schedule of Quantities (Bill of Quantities)
5.0 ISSUE OF TENDER DOCUMENT
5.1 A complete set of Tender Document (Technical and Financial Bid) described in
Para 4.1 above can be seen in the office of the General Manager (Projects),
RITES Ltd., 56, C.R. Avenue, 2nd Floor, Kolkata – 700 012 between hours of
11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public
Holidays.
5.2 One set of Tender Document may be purchased from the office of the General
Manager (Projects), RITES Ltd., 56, C.R. Avenue, 2nd floor, Kolkata – 700 012
from 11.01.2013 to 22.01.2013 for a non refundable fee per set of Rs.5,000/-
(Rupees Five thousand only) in the form of Demand Draft/ Pay Order/ Banker’s
cheque drawn on any Scheduled Bank payable at Kolkata in favour of RITES Ltd.,
on submission of an application.
5.3 Tender Documents including drawings can also be downloaded from RITES
Website (www.rites.com) and in such a case, the Tenderer shall deposit the cost of
tender documents along with submission of tender, failing which his tender shall not
be opened. The cost of tender documents shall be deposited in the form of a
separate Banker’s cheque / Demand Draft / Pay Order and enclosed in the envelope
containing the Earnest Money Deposit. The amendments / clarifications to the
Tender documents will also be available on the above website.
5.4 Tender Documents downloaded from the above websites shall be considered valid
for participating in the tender process. During the scrutiny of downloaded tender
document, if any modification / correction etc. is noticed as compared to the original
documents posted on the website, the bid submitted by such a Tenderer is liable to
be rejected. In case the bid of a Tenderer who has downloaded the document from
website is accepted the contract shall be executed in the original / manual tender
document issued by the concerned RITES officer.
5.5 Clarifications on Tender Documents
A prospective tenderer requiring any clarification on the Tender Document may
notify Sri K. Haldar/SrDGM (Civil) (The official nominated for this purpose) in
writing or by telefax/cable at the address RITES Ltd, Regional Project Office,56 CR
Avenue, Kolkata -700012/FAX NO. 033-2236-7143/E-mail to [email protected]
In cases where Pre-Bid Meeting is not proposed to be held, request for clarifications
including request for Extension of Time for submission of Bid, if any, must be
received not later than 10 (ten) days prior to the deadline for submission of tenders.
Details of such questions raised and clarifications furnished will be uploaded in
RITES website without identifying the names of the Bidders who had raised the
questions. Any modification of the Tender Document arising out of such
clarifications will also be uploaded on RITES website only.
Signature of the tenderer
Under seal of the firm
7
In cases where Pre-Bid Meeting is proposed to be held, provisions in para 6.0 below
may be referred to.
6.0 PRE-BID MEETING: Not Applicable
7.0 AMENDMENT OF TENDER DOCUMENT
7.1 Before the deadline for submission of tenders, the Tender Document may be
modified by RITES Ltd. by issue of addenda/corrigendum. Issue of addenda /
corrigenda will however be stopped 7 days prior to the deadline for submission of
tenders as finally stipulated.
7.2 Addendum/corrigendum, if any, will be hosted on website only and shall become a
part of the tender document. All Tenderers are advised to see the website for
addendum/ corrigendum to the tender document which may be uploaded upto 7 days
prior to the deadline for submission of Tender as finally stipulated.
7.3 To give prospective Tenderers reasonable time in which to take the addenda/
corrigenda into account in preparing their tenders, extension of the deadline for
submission of tenders may be given as considered necessary by RITES.
8.0 TENDER VALIDITY
8.1 The Tender shall be valid for a period of 180 days from the due date for submission
of Tender or any extended date as indicated in sub para below.
8.2 In exceptional circumstances, during the process of evaluation of tenders and prior
to the expiry of the original time limit for Tender Validity, the Employer may
request that the Tenderers may extend the period of validity for a specified
additional period. The request and the tenderer’s response shall be made in writing.
A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer
agreeing to the request will not be permitted to modify his Financial Bid to a higher
amount but will be required to extend the validity of the Earnest Money for the
period of the extension.
9.0 EARNEST MONEY
9.1 The Tender should be accompanied by Earnest Money of Rs.2,96,200/- (Rupees
Two lakh Ninetysix thousand Two hundred only) in any of the forms given
below:-
Banker’s Cheque / Pay Order/ Demand Draft payable at Kolkata , drawn in favour
of RITES Ltd.
9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be
rejected by the Employer as non-responsive.
Signature of the tenderer
Under seal of the firm
8
9.3 Refund of Earnest Money
a) Two Packet System: Applicable
The Earnest Money of the Tenderers whose Technical Bid is found not acceptable
will be returned without interest soon after scrutiny of Technical Bid has been
completed by the Employer subject to provisions of Para 9.4 (b). The Earnest
Money of the Tenderers whose Technical Bid is found acceptable but Financial Bid
is rejected will be returned without interest within 28 days of the end of Tender
Validity Period subject to provisions of Para 9.4 (b).
Single Packet System
After evaluation of the Financial Bids, the Earnest Money of unsuccessful Tenderers
will be returned without interest within 28 days of the end of Tender Validity Period
subject to provisions of Para 9.4 (b).
c) In case of both Two Packet and Single Packet System, the Earnest Money of the
successful Tenderer, without any interest, will be adjusted as a part of the Security
Deposit payable in terms of provisions in the General Conditions of Contract.
The Earnest Money is liable to be forfeited
a) if after bid opening, but before expiry of bid validity or issue of Letter of
Acceptance, whichever is earlier, any Tenderer
i) withdraws his tender or
ii) makes any modification in the terms and conditions of the tender
which are not acceptable to the Employer.
b) in case any statement/information/document furnished by the Tenderer is
found to be incorrect or false.
c) in the case of a successful Tenderer, if the Tenderer
i) fails to furnish the Performance Guarantee within the period specified
under “Clauses of Contract”. or
ii) fails to commence the work without valid reasons within the period as
specified in the tender document after the date of issue of Letter of
Acceptance or from the first date of handing over of the site,
whichever is later.
In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be
allowed to participate in the retendering process of the work.
Signature of the tenderer
Under seal of the firm
9
10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS
The Tenderers shall submit offers which comply strictly with the requirements of the
Tender Document as amended from time to time as indicated in Para 7.0 above.
Alternatives or any modifications shall render the Tender invalid.
11.0 SUBMISSION OF TENDER
11.1 Two Packet System and Single Packet System
(a) Two Packet System Applicable
The tenderer shall submit the Tender in original in two packets as under:-
PACKET A :- TECHNICAL BID
Envelope 1 Earnest Money & Cost of Tender Document if the bid
is submitted on the document downloaded from
RITES/NTPC website
Envelope 2 “Authority to Sign”, ‘Integrity Pact’ (when applicable)
and Qualification Information along with all
enclosures / documents as per Letter of Transmittal/
Checklist given in Annexure II A. As regards
“Authority to Sign” Para 11.2 below may be referred
to. As regards ‘Integrity Pact’, para 11.7 below may
be referred to.
Technical Bid (Part 1 and Part 3) (Refer Para 4.1)
including
signature on Tender Form (Section 2) duly witnessed
after filling up blanks therein.
Each page of the above documents including all
Drawings should bear the dated initials of the
Tenderer along with the seal of the Company, in token
of confirmation of having understood the Contents.
PACKET B :- FINANCIAL BID
Envelope 3 Schedule/Bill of Quantities.
Each page of the Financial Bid (Part 2 – Refer Para 4.1) should be signed by the
Tenderer along with the seal of the company. In the last page of Financial Bid, at the
end, the Tenderer should sign in full with the name of the Company, Seal of the
Company and Date.
All rates and amounts, both in figures and words, must be written in indelible ink.
Each Correction, Cutting, Addition and overwriting should be initialed by the
Tenderer.
Signature of the tenderer
Under seal of the firm
10
The rates must be quoted in decimal coinage. Amounts must be quoted in full
rupees by ignoring fifty paise and less and considering more than fifty paise as rupee
one. If the same item figures in more than one section/part of Schedule of
Quantities, the Tenderer should quote the same rate for that item in all sections/parts.
If different rates are quoted for the same item, the least of the different rates quoted
only shall be considered for evaluation of that item in all sections/parts of the
Schedule of Quantities.
Instructions contained in subsequent Para 17.6 (a) on “Item rate tender” and 17.6 (b)
on “Percentage rate tender” may be carefully studied and complied with.
b) Single Packet System : Both Technical Bid (including signature on Tender Form in
Section 2 duly witnessed) and Financial Bid Documents will be submitted in one
Packet. Precautions as described above for Two Packet System shall be observed by
the tenderers. – Not Applicable
11.2 Authority to Sign
a) If the applicant is an individual, he should sign above his full type written
name and current address.
b) If the applicant is a proprietary firm, the Proprietor should sign above his full
type written name and the full name of his firm with its current address.
c) If the applicant is a firm in partnership, the Documents should be signed by
all the partners of the firm above their full type written names and current
addresses. Alternatively the Documents should be signed by the person
holding Power of Attorney for the firm in the Format at Annexure IV.
d) If the applicant is a limited Company, or a Corporation, the Documents shall
be signed by a duly authorized person holding Power of Attorney for signing
the Documents in the Format at Annexure IV.
e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead
Member holding Power of Attorney for signing the Document in the Format
at Annexure V. The signatory on behalf of such Lead Partner shall be the
one holding the Power of Attorney in the Format at Annexure IV.
11.3 Items to be kept in mind while furnishing details
While filling in Qualification Information documents and the Financial Bid,
following should be kept in mind:
i) There shall be no additions or alterations except those to comply with the
instructions issued by the Employer or as necessary to correct errors, if any,
made by the Tenderers.
ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts
in the Financial offer will however be accepted.
iii) The Employer reserves the right to accept or reject any conditional
rebate/discounts. While evaluating the Bid Price, the conditional
rebates/discounts which are in excess of the requirements of the bidding
Signature of the tenderer
Under seal of the firm
11
documents or otherwise result in accrual of unsolicited benefits to the
Employer, shall not be taken into account.
11.4 Sealing and Marking of Tenders
11.4.1 Two Packet System – Applicable
(a) PACKET A – TECHNICAL BID
Envelopes 1 & 2 as described in Para 11.1 (a) above should be sealed separately
superscribing “Technical Bid” with Envelope Number, Name of the work and
Name of the tenderer. In addition, the following should also be superscribed on the
respective envelopes.
Envelope 1 i) Earnest Money
ii) Cost of Tender Document if the Bid is
submitted on the document downloaded from
RITES/NTPC website.
Envelope 2 i) Authority to Sign, ‘Integrity Pact’ (when
applicable as per para 11.7 below) and
Qualification Information/ documents as per
checklist in Annexure IIA / IIB(L)/ II B (N).
ii) Technical Bid including Drawings
Both the envelopes should be put in a packet which should be sealed. The following
should be superscribed on the packet:
i) Packet A – Technical Bid
ii) Name of the Work
iii) Name of the Tenderer
(b) PACKET B – FINANCIAL BID
Envelope 3 – Financial Bid should be put in Packet B which should be sealed. The
following should be superscribed on the packet.
i) Packet B - Financial Bid
ii) Name of the work
iii) Name of the tenderer
(c) Both packets A and B should be put inside an outer envelope and sealed. This
envelope should be superscribed with the following details:
i) Tender for (Name of work)
ii) Tender number
iii) Date and time of opening of Tender
iv) From (Name of Tenderer)
v) Addressed to ---- (RITES Officer inviting the Tender)
Signature of the tenderer
Under seal of the firm
12
11.4.2 Single Packet System : Not Applicable
Two envelopes of Technical Bid and one of Financial Bid shall be made out as
stipulated in Para 11.4.1 (a) and (b) above with the Name of the work and Name
of the Tenderer superscribed on each of the envelopes. All the three envelopes shall
be put in a Single Packet which shall be superscribed in the same manner as given in
Para 11.4.1 (c) above.
11.4.3 If the envelopes and packets are not superscribed and sealed as indicated in Paras 11.4.1/ 11.4.2 above, the Employer will assume no responsibility for the
misplacement or premature opening of the Tender.
11.5 Deadline for submission of Tender
11.5.1 Tenders must be received by the Employer at the following address not later than
14.00 Hrs. on 24.01.2013. In the event of the specified date for the submission of the
Tender being declared a holiday due to Strike/Bandh or on any account by the
Employer, the Tenders will be received up to the appointed time on the next working
day.
Address for submission of Tender: Office of the General Manager (Projects),
RITES Ltd., 56, C.R. Avenue, 2nd Floor, Kolkata – 700 012.
11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an
amendment in writing in accordance with Para 7.3 in which case all rights and
obligations of the Employer and the Tenderer previously subject to the original
deadline will be subject to new deadline.
11.6 Late Tender / Delayed Tender
Any Tender received by the Employer after the specified date and time of receipt of
Tender will be returned unopened to the Tenderer.
11.7 Integrity Pact
(i) The Bidder/Contractor is required to enter into an Integrity Pact with the
Employer, in the Format at Annexure VIII. The Integrity Pact enclosed as
Annexure VIII will be signed by RITES for and on behalf of Employer as
its Agent/Power of Attorney Holder at the time of execution of Agreement
with the successful Bidder. While submitting the Bid, the Integrity Pact shall
be signed by the duly authorized signatory of the Bidder/Lead Member of
JV. In case of failure to submit the Integrity Pact duly signed and witnessed,
along with the Bid, the Bid is likely to be rejected.
(ii) In case of any contradiction between the Terms and Conditions of the Bid
Document and the Integrity Pact, the former will prevail.
Provided always that provision of this para 11.7 – Integrity Pact, shall be
applicable only when so provided in para 11.7A below which will also
Signature of the tenderer
Under seal of the firm
13
stipulate the name and address of the Independent External Monitor as well
as the Name, designation and address of the official nominated by the
Employer to act as the Liaison Officer between the Independent External
Monitor and the Engineer-in-Charge as well as the Contractor.
11.7A Whether para 11.7 (Integrity Pact) shall be applicable NO
11.8 Modification and Withdrawal of Bids
11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the
deadline prescribed in para 11.5 for submission of Bids.
11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and
delivered in accordance with paras 11.1, 11.2 and 11.4 with the outer envelopes
additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate.
The envelopes for modifications on ‘Technical Bid’ and ‘Financial Bid’ shall be
submitted in separate sealed envelopes and marked as ‘Modifications of Technical
Bid’ or ‘Modifications of Financial Bid’ as the case may be.
11.8.3 No bid may be modified after the deadline for submission of Bids except as
indicated below. If a Bidder makes a suo moto offer of rebate / discount in his
Financial Bid after the deadline for submission of Bids, such offer will not be
considered for Financial evaluation of Tenders. But if the Tenderer is successful in
the Bid based on his original offer without considering the suo moto offer, the
rebate / discount offered will be taken into account for incorporation in the Contract
Agreement.
11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above,
after the deadline for submission of Bids shall result in forfeiture of the Earnest
Money.
12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF
APPLICATIONS
12.1 The Employer will open all the Tenders received (except those received late or
delayed)as described in para 12.2/12.3 below, in the presence of the Tenderers or
their representatives who choose to attend at 14.30 Hrs. on 24.01.2013 in the office
of the General Manager (Projects), RITES Ltd., 56, C.R. Avenue, 2nd Floor, Kolkata
– 700 012. In the event of the specified date of the opening being declared a holiday
by the Employer, the Tenders will be opened at the appointed time and location on
the next working day.
Signature of the tenderer
Under seal of the firm
14
12.2 Two Packet System
(a) (i) The PACKET A will be opened and Envelope 1 containing Earnest Money and
Cost of Tender Document (where Bid is submitted in the document downloaded
from RITES/NTPC website) of all the Tenderers will be opened first and
checked. If the Earnest Money furnished is not for the stipulated amount or is
not in an acceptable form and where applicable, the cost of Tender Document
has not been enclosed for the correct amount and in an acceptable form, the
Envelope 2 of PACKET A (TECHNICAL BID) and PACKET B will be
returned to the Tenderer concerned unopened at the time of opening of the
Tender itself. The Envelopes 2 of PACKET A (TECHNICAL BID) of other
Tenderers who have furnished Earnest Money of correct amount in acceptable
form and where applicable the cost of Tender Document for the correct amount
and in an acceptable form will then be opened. The Tenderer’s name, the
presence of Earnest Money and Authority to sign and such other details as the
Employer may consider appropriate will be announced by the Employer at the
time of opening of Packet A. PACKET B (FINANCIAL BID) of the Tenderers
whose Technical Bids have been accepted for evaluation will be checked to see
if the seals are intact. All such PACKETS B will be put in an envelope and
sealed. The Employer’s official opening the Tender will sign on this envelope
and will also take the signatures of preferably atleast two Tenderers or their
representatives present. This envelope will be kept in safe custody by the
Employer.
(b) The Employer will scrutinise the Technical Bids accepted for evaluation to
determine whether each Tenderer
(i) has submitted `Authority to sign’ as per para 11.2 above and Integrity Pact
(where applicable) duly signed and witnessed as per para 11.7 above;
(ii) meets the Qualification Criteria stipulated in Para 2.0; and
(iii) conforms to all terms, conditions and specifications of the Tender Document
without any modifications or conditions.
(c) If required, the Employer may ask any such Tenderer for clarifications on his
Technical Bid. The request for clarification and the response from the Tenderer will
be in writing. If a Tenderer does not submit the clarification/document requested, by
the date and time set in the Employer’s request for clarification, the bid of such
Tenderer is likely to be rejected. Tenderers whose Technical Bids are not found
acceptable will be advised of the same and their Earnest Money and PACKET B
(FINANCIAL BID) will be returned unopened. Tenderers whose Technical Bids
are found acceptable will be advised accordingly and will also be intimated in
writing of the time and date and place where and when the PACKET B (Financial
Bid) will be opened.
(d) At the appointed place, time and date, in the presence of the Tenderers or their
representatives who choose to be present, the Employer will open the envelopes
containing the PACKET B (FINANCIAL BID). The Tenderer’s name, the tender
amount quoted and such other details as the Employer may consider appropriate
will be announced by the Employer.
Signature of the tenderer
Under seal of the firm
15
12.1 Single Packet System
(a) Envelope 1 of all the Tenders will be opened first and checked. If the Earnest
Money furnished is not for the stipulated amount or is not in an acceptable form and
where applicable the Cost of Tender Document has not been furnished for the
correct amount and in an acceptable form, the remaining envelopes will be returned
to the tenderer concerned unopened at the time of opening of the Tender itself. The
Envelopes no. 2 of Technical Bid and no. 3 of Financial Bid of other Tenderers who
have furnished Earnest Money and where applicable the Cost of Tender Document,
in acceptable form will then be opened. The Tenderer’s name, the presence of
Earnest Money, the Authority to Sign the Tender, amount quoted and such other
details as the Employer may consider appropriate will be announced by the
Employer.
13.0 INSPECTION OF SITE BY THE TENDERERS
Tenderers are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their Tenders, as to the nature of the ground
and sub-soil (as far as is practicable), the form and nature of the site, the means of
access to the site, the accommodation they may require and in general shall
themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their Tender. A Tenderer shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra
charges consequent on any misunderstanding or otherwise shall be allowed. The
Tenderer shall be responsible for arranging and maintaining at his own cost all
materials, tools & plants, water, electricity, access, facilities for workers and all
other services required for executing the work unless otherwise specifically provided
for in the contract documents. Submission of a tender by a Tenderer implies that he
has read this notice and all other contract documents and has made himself aware of
the scope and specifications of the work to be done and of conditions and rates at
which stores, tools and plant etc. will be issued to him by the Employer and local
conditions and other factors having a bearing on the execution of the work.
14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER
(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If
the Tenderer does not submit the clarification by the date and time set in the
Employers request for clarification, such Tender is likely to be rejected.
(ii) The competent authority on behalf of the Employer does not bind himself to
accept the lowest or any other Tender and reserves to himself the authority to
reject any or all the Tenders received without the assignment of any reason. All
Tenders in which any of the prescribed conditions is not fulfilled or any
condition is put forth by the Tenderer shall be summarily rejected.
15.0 CANVASSING PROHIBITED
Canvassing whether directly or indirectly, in connection with tenders is strictly
prohibited and the tenders submitted by the Contractors who resort to canvassing
will be liable to rejection.
Signature of the tenderer
Under seal of the firm
16
16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER
The competent authority on behalf of the Employer reserves to himself the right of
accepting the whole or any part of the tender and the Tenderer shall be bound to
perform the same at the rates quoted.
17.0 MISCELLANEOUS RULES AND DIRECTIONS
17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted
as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the
concerned
SBU Unit of RITES or as an officer in any capacity between the grades of
GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer.
He shall also intimate the names of persons who are working with him in any
capacity or are subsequently employed by him and who are near relatives to any
Gazetted officer in the organization of the Employer. Any breach of this condition
by the Tenderer would render his Tender to be rejected.
No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Organisation of the
Employer is allowed to work as a contractor for a period of one year after his
retirement from the Employer’s service without the previous permission of the
Employer in writing. The contract is liable to be cancelled if either the Contractor or
any of his employees is found any time to be such a person who had not obtained the
permission of the Employer as aforesaid before submission of the tender or
engagement in the Contractor’s service.
17.2 If required by the Employer, the Tenderers shall sign a declaration under the
officials Secret Act 1923, for maintaining secrecy of the tender documents drawings
or other records connected with the work given to them. The unsuccessful Tenderers
shall return all the drawings given to them.
17.3 Use of correcting fluid anywhere in tender document is not permitted. Such tender is
liable for rejection.
17.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any
tender containing percentage below/above the rates quoted is liable to be rejected.
Rates quoted by the Tenderer in item rate tender in figures and words shall be
accurately filled in so that there is no discrepancy in the rates written in figures and
words. However, if a discrepancy is found, the rates which correspond with the
amount worked out by the Tenderer shall unless otherwise proved be taken as
correct. If the amount of an item is not worked out by the Tenderer or it does not
correspond with the rates written either in figures or in words then the rates quoted
by the Tenderer in words shall be taken as correct. Where the rates quoted by the
Tenderer in figures and in words tally but the amount is not worked out correctly,
the rates quoted by the Tenderer will, unless otherwise provided, be taken as correct
and not the amount. In the event that no rate has been quoted for any item(s),
leaving space both in figure (s) or word(s) and the amount blank, it will be
presumed that the Tenderer has included the cost of this/ these item (s) in other items
and rate for such item (s) will be considered as zero and work will be required to be
executed accordingly.
Signature of the tenderer
Under seal of the firm
17
b) In case of percentage Rate Tender only percentage quoted shall be considered. Any
tender containing item rates is liable to be rejected. Percentage quoted by the
Tenderer in percentage rate tender shall be accurately filled in figures and words so
that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount
has been indicated by the Tenderer and if discrepancy is noticed in the percentages
quoted in words and figures, then the percentage which corresponds with the total
amount, shall, unless otherwise proved be taken as correct. If the total amount is not
worked out or if worked out, it does not correspond with the percentages written
either in figures or in words, then the percentage quoted by Tenderer in words shall
be taken as correct. When the percentages quoted by the Tenderer in figures and in
words tally but the total amount is not worked out correctly, the percentage quoted
by the Tenderes shall be taken as correct, unless proved otherwise and the total
amount worked out accordingly.
17.5 In the case of any Item rate tender where unit rate of any item/items appears
unrealistic, such tender will be considered as unbalanced and in case the Tenderer is
unable to provide satisfactory explanation, such a tender is liable to be disqualified
and rejected.
17.6 (a) In Item rate Tender, all rates shall be quoted on the tender form. The amount for
each item should be worked out and requisite totals given. Special care should be
taken to write the rates in figures as well as in words and the amount in figures only,
in such a way that interpolation is not possible. The total amount in each Schedule
should be written both in figures and in words. In case of figures, the word ‘Rs.’
should be written before the figure of rupees and word ‘P’ after the decimal figures,
e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word
‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed
by the word ‘only’ it should invariably be up to two decimal places. While quoting
the rate in schedule of quantities, the word ‘only’ should be written closely
following the amount and it should not be written in the next line.
(b) In Percentage Rate Tender, the Tenderer shall quote percentage below / above
(in figures as well as in words) at which he will be willing to execute the work. He
shall also work out the total amount of his offer and the same should be written in
figures as well as in words in such a way that no interpolation is possible. In case of
figures, the word “Rs” should be written before the figure rupees and word ‘P’ after
the decimal figures (eg.) Rs.2.15 P and in case of words the word “Rupees” should
precede and the word “Paisa” should be written at the end.
17.7 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/
Cess on material, labour and Works in respect of this Contract shall be payable by
the Contractor and the Employer will not entertain any claim whatsoever in respect
of the same. However, in respect of Service Tax, same shall be paid by the
Contractor to the concerned department on demand and it will be reimbursed to him
by the Engineer-in-Charge after satisfying that it has been actually and genuinely
paid by the Contractor.
17.8 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a
Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited
Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has
Signature of the tenderer
Under seal of the firm
18
submitted a Bid for a work, shall not be a witness for any other Bidder for the same
work. Failure to observe the above stipulations would render all such Tenders
submitted as a Bidder and / or as a witness, liable to summary rejection.
17.9 The Contractor shall be fully responsible for all matters arising out of the
Performance of the Contract and shall, at his own expense, comply with all laws/
acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of
India, State Government, Local Body and any Statutory Authority.
18.0 SIGNING OF CONTRACT AGREEMENT
18.1 The Tenderer whose tender has been accepted will be notified of the award by the
Employer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid
Validity period, in the form at Annexure VI.
The Letter of Acceptance will be sent to the Contractor in two copies one of which
he should return promptly, duly signed and stamped. The Letter of Acceptance will
be a binding Contract between the Employer and the Contractor till the formal
Contract Agreement is executed.
18.2 Within the period as specified in `Clause of Contract’, of the date of issue of Letter
of Acceptance, the successful Tenderer shall deliver to the Employer, Performance
Guarantee and Additional Performance Guarantee (where applicable) in the format
prescribed.
18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp
papers of appropriate value as per the provisions of Indian Stamp Act within 15 days
of the date of issue of Letter of Acceptance.
18.4 At the same time the Employer notifies the successful Tenderer that his Tender has
been accepted, the Employer will direct him to attend the Employer’s office within
28 days of issue of Letter of Acceptance for signing the Agreement in the proforma
at Annexure VII. The Agreement will however be signed only after the Contractor
furnishes Performance Guarantee and Additional Performance Guarantee (where
applicable) and hence, where justified, the period of 28 days stipulated above will
be extended suitably.
Signature of the tenderer
Under seal of the firm
19
ANNEXURE – I
QUALIFYING CRITERIA FOR WORKS CONTRACTS
1. Annual Financial Turnover
The bidder should have achieved a minimum annual financial turnover of Rs.296.18
Lac in any one of the last 5 Financial Years.
Notes :
i) The financial turnover will be taken as given under the head “Income” in audited
Profit and Loss Account and excluding non-recurring income, income from other
sources and stock. It is clarified that the Financial Turnover means relevant revenue
as recorded in the Income side of Profit and Loss Account. It does not mean Profit.
ii) Closing stocks in whatsoever manner should not form part of turnover.
iii) Weightage of 5% (compounded annually) shall be given for equating the financial
turnover of the previous years to the current year.
iv) For considering the Financial Years, for example for a work for which the Tender is
being opened in Financial Year 2011-12, the last five Financial Years shall be 2010-
11, 2009-10, 2008-09, 2007-08 and 2006-07. For a Tender opened on (say) 06.06.11
(F.Y. 2011-12), with weightage of 5% compounded annually, the weightages to be
applied on the Turnover of the previous five Financial Years will be : F.Y. 2010-11
= 1.050; F.Y. 2009-10 = 1.103; F.Y. 2008-09 = 1.158; F.Y. 2007-08 = 1.216; F.Y.
2006-07 = 1.276.
v) The Bidder should furnish Annual Financial Turnover for each of the last 5
Financial Years in tabular form and give reference of the document (with page no.)
relied upon in support of meeting the Qualification Criterion.
vi) The Bidder should submit self attested copy of Auditor’s Report along with Balance
Sheet and Profit and Loss Statement along with Schedules for the relevant Financial
Year in which the minimum criterion is met. Provisional audit reports or certified
statements will not be accepted.
vii) If the Audited Balance Sheet for the immediately preceding year is not available in
case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss
Statements and other financial statements of the five Financial Years immediately
preceding the previous Financial Year may be adopted for evaluating the credentials
of the Bidder.
2. WORK EXPERIENCE
a) Similar Works Experience
The Bidder should have satisfactorily completed in his own name or proportionate
share as a member of a Joint Venture, at least one similar work of minimum value of
Rs.236.94 Lac OR at least two similar works each of minimum value of Rs.148.09
Lac OR at least three similar works each of minimum value of Rs.118.47 Lac
during the last 5 (five) years prior to the last stipulated date for submission of the
Bid. Works completed prior to the cut off date shall not be considered.
Signature of the tenderer
Under seal of the firm
20
Similar Works
Similar Works shall mean the work of Laying of BG Railway track/Track linking
work in Apron/Carrying out gauge conversion/Complete track renewal/Through Rail
renewal/Through sleeper renewal/Complete renewal of Points & Crossings with or
without supply of P. Way fittings.
Notes :
i) A weightage of 5% (compounded annually from the date of completion of the work
to the submission of the Bid) shall be given for equating the value of works of the
previous years to the current year.
ii) Only such works shall be considered where physical completion of entire work is
over or commissioning of work has been done, whichever is earlier.
iii) The Bidder should submit the details of such similar completed works as per the
format at Proforma-1 enclosed.
iv) Works carried out by another Contractor on behalf of the Bidder on a back to back
basis will not be considered for satisfaction of the Qualification Criterion by the
Bidder.
v) Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations of
Central or State Government; or by Public Sector Undertakings/ Autonomous bodies
of Central/State Government; or by Public Ltd. Companies listed in Stock Exchange
in India or Abroad shall only be accepted for assessing the eligibility of a Tenderer.
vi) The cut off date shall be calculated backwards from the last stipulated date for
submission/ opening of Tender i.e. for a Tender which is being opened on
06.08.2011, the cut off date shall be 07.08.06.
b) Construction Experience in key activities/specified components
Not Applicable
3. SOLVENCY CERTIFICATE
A Solvency Certificate of minimum solvency of Rs 118.47 Lac (suggested format at
Proforma 2) from a Scheduled Bank issued not earlier than 6 months from the last
date for submission of tender is required to be submitted by the bidder.
Notes:
The certificate so produced by the Bidder may be got verified from the issuing Bank.
4. PROFITABILITY
The applicant firm shall be a profit (net) making firm and shall have made profit in
each of the last two Financial Years and in atleast one out of the three Financial
Years immediately preceding the last two Financial Years.
Signature of the tenderer
Under seal of the firm
21
The Bidder should furnish figures of net profit of last 5 years in a tabular form and
submit attested copies of Auditor’s Reports along with audited Balance Sheets and
Profit and Loss Statements for the last Five Financial Years. In case the firm is
profit making for the last three Financial Years continuously, the Bidder may submit
the above documents for last three Financial Years only. Specific reference with
page no. of document which proves satisfaction of this Qualifying Criterion should
be indicated in the tabular statement.
5. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN
CASE OF BOTH LARGE AND NORMAL WORKS
a) Sub-Contractor’s Experiences and Resources
Sub-Contractors’ Experiences and Resources will not be taken into account
in determining the Bidder’s compliance with the qualifying criteria.
a. Experiences and Resources of the Parent Company and other subsidiary
companies
If the Bidder is a wholly owned subsidiary of a company, the experience and
resources of the owner/parent company or its other subsidiaries will not be
taken into account. However, if the Bidder is a Company, the Experience
and Resources of its subsidiaries will be taken into consideration.
6. DECLARATION BY THE BIDDER
Even though the Bidders may meet the above qualifying criteria, they are subject to
be disqualified if they have
a) Made misleading or false representation in the forms, statements and
attachments in proof of the qualification requirements. In such a case,
besides Tenderer’s liability to action under para 9.4 of Instructions to
Tenderers, the Tenderer is liable to face the penalty of banning of business
dealings with him by RITES.
b) Records of poor performance such as abandoning the work, not properly
completing the contract, inordinate delays in completion, litigation history or
financial failures etc.
c) Their business banned or suspended by any Central/State Government
Department/ Public Undertaking or Enterprise of Central/State Government
and such ban is in force.
d) Not submitted all the supporting documents or not furnished the relevant
details as per the prescribed format.
A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/-
duly attested by Notary/Magistrate should be submitted as per format given in
Proforma 3 enclosed.
Signature of the tenderer
Under seal of the firm
22
Proforma-1
LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION
COMPLETED DURING THE LAST 5 YEARS
S.
No.
Client's
Name
and
Address
Name of
the Work &
Location
Scope of
work
carried
out by
the
Bidder
Agreement
/ Letter of
Award No.
and date
Contract Value Date of start Date of Completion Reasons for
delay in
completion
if any
Ref. of
document
(with page
no.) in support
of meeting
Qualification
Criterion
Awarded Actual on
completion
As per
LOA/
Agreement
Actual
SEAL AND SIGNATURE OF THE BIDDER
Note :
1. In support of having completed above works, attach self attested copies of the
completion certificate from the owner/client or Executing Agency / Consultant
appointed by owner / Client indicating the name of work, the description of work
done by the Bidder, date of start, date of completion (contractual & actual) and
contract value as awarded and as executed by the Bidder . “Contract Value” shall
mean gross value of the completed work including cost of materials supplied by the
owner/client but excluding those supplied free of cost.
2. Such Credential certificates issued by Govt. Organizations/ Semi Govt.
Organizations of Central or State Government ; or by Public Sector Undertakings /
Autonomous bodies of Central or State Government or by Public Ltd. Companies
listed in Stock Exchange in India or Abroad shall only be accepted for assessing the
eligibility of a Tenderer.
In case of a Certificate from a Public Limited Co., the Bidder should also submit
documentary proof that the Public Ltd. Co. was listed in Stock Exchange in India or
Abroad when the work was executed for it.
Signature of the tenderer
Under seal of the firm
23
3. Information must be furnished for works carried out by the Bidder in his own name
or proportionate share as member of a Joint Venture. In the latter case details of
contract value including extent of financial participation by partners in that work
should be furnished.
4. If a Bidder has got a work executed through a Subcontractor on a back to back basis,
the Bidder cannot include such a work for his satisfying the Qualification Criterion
even if the Client has issued a Completion Certificate in favour of that Bidder.
5. Use a separate sheet for each partner in case of a Joint Venture.
6. Only similar works completed during the last 5 years prior to the last stipulated date
for submission of Bid, which meet the Qualification Criterion need be included in
this list.
Signature of the tenderer
Under seal of the firm
24
Proforma 2
SOLVENCY CERTIFICATE FROM A NATIONALISED
OR A SCHEDULED BANK
This is to certify that to the best of our knowledge and information, M/s
____________________, having their registered office at _____________, a customer of
our Bank, is a reputed company with a good financial standing and can be treated as solvent
to the extent of Rs. ___________. This certificate is issued without any guarantee or risk
and responsibility on the Bank or any of its officers.
Signature with date
Senior Bank Manager (Name of Officer issuing the
Certificate)
Name, address & Seal of the Bank/ Branch
Note:
Banker’s Certificate should be on letter head of the Bank.
Signature of the tenderer
Under seal of the firm
25
Proforma 3
DECLARATION BY THE BIDDER
(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)
This is to certify that We, M/s. __________________________, in submission of this offer
confirm that:-
i) We have not made any misleading or false representation in the forms, statements
and attachments in proof of the qualification requirements;
ii) We do not have records of poor performance such as abandoning the work, not
properly completing the contract, inordinate delays in completion, litigation history
or financial failures etc.
iii) No Central / State Government Department/ Public Sector Undertaking or
Enterprise of Central / State Government has banned/suspended business dealings
with us as on date.
iv) We have submitted all the supporting documents and furnished the relevant details
as per prescribed format.
v) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1
does not include any work which has been carried out by us through a Subcontractor
on a back to back basis.
vi) The information and documents submitted with the Tender and those to be
submitted subsequently by way of clarifications / making good deficient documents
are correct and we are fully responsible for the correctness of the information and
documents submitted by us.
vii) We understand that in case any statement/information/document furnished by us or
to be furnished by us in connection with this offer, is found to be incorrect or false,
our EMD in full will be forfeited and business dealings will be banned.
SEAL, SIGNATURE & NAME OF THE BIDDER
signing this document
Signature of the tenderer
Under seal of the firm
26
Proforma- 4
SITE FAMILIARIZATION CERTIFICATE
Certificate that I/we have visited the site of the work tendered and get
acquainted with the site conditions regarding availability of materials, lead of
materials, access roads etc before submission of this tender.
SEAL AND SIGNATURE & NAME OF THE BIDDER
Signing this document
Signature of the tenderer
Under seal of the firm
27
ANNEXURE I A
CHECK LIST OF DOCUMENTS TO BE SUBMITTED
1. a) BY BIDDERS OTHER THAN JOINT VENTURES
i) Annual Financial Turnover
- Annual financial turnover for each of the last 5 Financial Years in
tabular form.
- Self attested copies of Auditor’s Report along with the Balance Sheet
and Profit and Loss Statement for the relevant Financial Year in
which the minimum criterion is met (Refer Notes under Para 1 of
Annexure I).
ii) Work Experience
- Similar Work Experience : Proforma 1 of Annexure I with details
of 1, 2 or 3 works as the case may be, which satisfy requisite
qualification criterion with self attested copies of supporting
document (Refer Para 2a of Annexure I).
- Construction Experience in Key Activities/Specialised Components:
Tabular Statement giving contract-wise quantities executed in last 5
years along with documentary proof in support of having met the
criterion (Refer Para 2b of Annexure I).
iii) Solvency Certificate.
Suggested format at Proforma 2 of Annexure I (Refer Para 3 of Annexure
I)
iv) Profitability
- Net profit of last 5 Financial Years in tabular form.
ii) Self attested copies of Auditor’s Report along with the Balance Sheets
and Profit and Loss Statements for last 5 or 3 Financial Years, as the
case may be (Refer Para 4 of Annexure I).
v) Declaration by Bidder
Proforma 3 (Refer Para 6 of Annexure I)
vi) Integrity Pact (where applicable) : duly signed and witnessed in the format
at Annexure VIII (Refer para 11.7 of NIT & Instructions to Tenderers)
Not Applicable
Signature of the tenderer
Under seal of the firm
28
ANNEXURE II A
QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS
--LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES
(on letter head of the Applicant)
From To
_____________ RITES Ltd._________
(Authority Inviting Tender)
Sir,
Sub: Submission of Qualification information /documents as per Checklist.
1. I/We hereby submit the following documents in support of my/our satisfying the
Qualification Criteria laid down for the work:-
a) Self attested copy of a certificate, confirming that the applicant is a working
contractor or has executed any work within the last five years reckoned from the
date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES,
State PWD or any other Central/State Government Undertaking, Municipal
Body, Autonomous Body of Central or State Government or Public Limited
Company listed on NSE/BSE.
b) Annual Financial Turnover
(i) Annual financial turnover for each of the last 5 Financial Years in a tabular
form.
(ii) Self attested copy of Auditor’s Report along with the Balance Sheet and
Profit and Loss Statement and Schedules for the relevant Financial Year in
which the minimum criterion is met, with calculations in support of the
same.
c) Work Experience
i) Similar Work Experience :- In Proforma 1 with details of 1 / 2 / 3
works as applicable and self attested copies of supporting documents
as mentioned therein.
ii) Construction experience in key activities / specialised components:
Tabular Statement giving contract wise quantities executed in last 5
years with documentary proof.
d) Solvency Certificate - Proforma 2.
e) Profitability - Net profit of last 5 Financial years in tabular form with self
attested copies of Profit and Loss Statements for the last 5 or 3 Financial
Years as applicable.
2. In addition the following supporting documents are also enclosed.
a) Self attested copy of Partnership Deed/Memorandum and Articles of
Association of the Firm.
Signature of the tenderer
Under seal of the firm
29
b) Self attested copies of PAN/TAN issued by the Income Tax Department.
c) Declaration – Proforma 3
d) Self attested copy of Sales Tax, Works Contract Tax, Service Tax
Registration Certificate (as applicable).
e) Self attested copy of Registration under Labour Laws, like PF, ESI etc.
f) Self attested copy of ISO 9000 Certificate ( if any)
g) Integrity Pact (where applicable) : duly signed and witnessed.
3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation,
whether mentioned in the enclosed documents or not, to verify our competence and
general reputation.
4. I also enclose written Power of Attorney of the signatory of the Tender on behalf of
the Tenderer.
Yours faithfully,
Encl: As in Paras 1, 2 & 4
Signature of Applicant
with Name _________________
Date with seal
Signature of the tenderer
Under seal of the firm
30
ANNEXURE II B (L)
QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS
– LETTER OF TRANSMITTAL BY JOINT VENTURE
Deleted
Signature of the tenderer
Under seal of the firm
31
ANNEXURE II B (N)
QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS
- LETTER OF TRANSMITTAL BY JOINT VENTURE
Deleted
Signature of the tenderer
Under seal of the firm
32
ANNEXURE III
DRAFT MEMORANDUM OF UNDERSTANDING
EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE
(On each firm’s Letter Head)
Deleted
Signature of the tenderer
Under seal of the firm
33
ANNEXURE IV
FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY
POWER OF ATTORNEY
(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing
the Power of Attorney).
We, M/s.______ (name of the firm/company with address of the registered office) hereby
constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is
presently employed with us and holding the position of ______ and whose signature is
given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or
things necessary or incidental to our bid for the work _____ (name of work), including
signing and submission of application / proposal, participating in the meetings, responding
to queries, submission of information / documents and generally to represent us in all the
dealings with RITES or any other Government Agency or any person, in connection with
the works until culmination of the process of bidding, till the Contract Agreement is entered
into with RITES and thereafter till the expiry of the Contract Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid
Attorney shall always be deemed to have been done by us.
(Add in the case of a Consortium/Joint Venture)
Our firm is a Member/Lead Member of the Consortium of ___________, _________ and
___________.
Dated this the _____ day of ______ 20
(Signature and name of authorized signatory being given Power of Attorney)
___________
(Signature and name in block letters of *All the partners of the firm, * Authorized Signatory
for the Company)
(* Strike out whichever is not applicable)
Seal of firm/ Company
Witness 1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:
Signature of the tenderer
Under seal of the firm
34
Notes:
- In case the Firm / Company is a Member of a Consortium/ JV, the authorized
signatory has to be the one employed by the Lead Member.
- The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal
affixed in accordance with the required procedure.
Signature of the tenderer
Under seal of the firm
35
ANNEXURE V
FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM
/ JOINT VENTURE
Deleted
Signature of the tenderer
Under seal of the firm
36
ANNEXURE VI
(FORM OF LETTER OF ACCEPTANCE)
(By REGD POST / ACK.DUE)
(On the letter head of RITES)
NO. : RITES/ Dated :
To
_________________aggregate
(Name & Address of the Contractor)
Dear Sirs,
Sub: TENDER No. FOR THE WORK OF
Ref: Your Tender dated _________________ and letters dated _____________
and this office letter Nos. ___________ dated___________ in reply to the same.
This is to notify you that your Tender for the work under reference has been accepted by the
Competent Authority of RITES LIMITED for a total Contract Price of Rs. _______
(Rupees _____________only) in its capacity as an Agent /Power of Attorney
Holder acting for and on behalf of ______ (the Employer).
Pursuant to Clause of the Contract, you are required to furnish irrevocable Performance
Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price and an
Additional Performance Guarantee for an amount of Rs. ------------ (if applicable). The
Guarantee Bonds aggregating for an amount of Rs.______________ are required to be
submitted within ___ days of issue of this Letter of Acceptance. Bank Guarantees issued by
the following Banks will not be acceptable _____________________ (Names of Banks
_________)
The time of ________months allowed for execution of the work will be reckoned from the
date of start as defined in Schedule F or from the first day of the handing over of the site,
whichever is later, in accordance with phasing, if any, indicated in tender document.
You are requested to contact _________ (complete designation and address of the Project
Coordinator) for carrying out the contract.
You are also requested to attend this office within Twenty Eight days from the date of issue
of this letter for execution of the formal agreement. It may be noted that no payment shall
be made for any work carried out by you till the Agreement is executed and till such time
the Performance Guarantee and Additional Performance Guarantee (where applicable)
has/have been submitted by you.
Signature of the tenderer
Under seal of the firm
37
This Letter of Acceptance is being sent to you in duplicate and you are requested to return
without delay one copy of the letter duly signed and stamped, as a token of your
acknowledgement.
Kindly note that this Letter of Acceptance thereof shall constitute a binding Contract
between us pending execution of formal Agreement.
Your letters as well as this office letters referred to above shall form part of the Contract.
Yours faithfully,
RITES LIMITED
Agent / Power of Attorney Holder
For and on behalf of______ (The Employer)
Copy to :
1. ___________ (The Employer) for information.
(To be included on the Original sent to the Contractor)
2. Project Coordinator (Complete designation and address)
3. Associated Finance (Not in original)
Signature of the tenderer
Under seal of the firm
38
ANNEXURE VII
FORM OF AGREEMENT
(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
Agreement No. ________ dated _________
THIS AGREEMENT is made on ________ day of ______ Two thousand ________
between RITES Ltd. a Government of India Enterprise and a Company registered under
Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi -
110092 and its Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon
(Haryana) representing through ____________, RITES LIMITED acting for and on behalf
of and as an Agent /Power of Attorney Holder of _____ hereinafter called the Employer
(which expression shall, wherever the context so demands or requires, include their
successors in office and assigns) on one part and M/s.______ hereinafter called the
Contractor (which expression shall wherever the context so demands or requires, include
his/ their successors and assigns) of the other part.
WHEREAS the Employer is desirous that certain works should be executed
viz.___________ (brief description of the work) and has by Letter of Acceptance dated
____ accepted a tender submitted by the Contractor for the execution, completion,
remedying of any defects therein and maintenance of such works at a total Contract Price of
Rs. ______ (Rupees ______________ only)
NOW THIS AGREEMENT WITNESSETH as follows:-
1. In this agreement words and expressions shall have the same meaning as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents in conjunction with addenda/ corrigenda to Tender
Documents shall be deemed to form and be read and construed as part of this
agreement viz.
a) The Letter of Acceptance dated______.
b) Priced Schedule (Bill) of Quantities
c) Notice Inviting Tender and Instructions to Tenderers.
d) Tender and Contract Form
e) Special Conditions
f) Amendment/Errata to GCC.
g) General Conditions of Contract of NTPC Ltd.
h) Technical Specifications
i) Amendments to Tender Documents if any
j) Drawings if any
3. In consideration of the payment to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to
execute, complete, remedy defects therein and maintain the works in conformity in
all respects with the provisions of the Contract.
Signature of the tenderer
Under seal of the firm
39
4. The Employer hereby covenants to pay to the Contractor in consideration of the
execution, completion, remedying of any defects therein and maintenance of the
works, the contract price or such other sum as may become payable under the
provisions of the contract at the time and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused their respective common seals to be
hereinto affixed (or have herewith set their respective hands and seals) the day and year first
above written.
SIGNED, SEALED AND DELIVERED BY
____________________________
In the capacity of _____
On behalf of M/s. _________
(The Contractor)
In the presence of
Witnesses (Signature, Name &
Designation)
1.
2.
______________________________
representing RITES LIMITED
In the capacity of Agent / Power of
of Attorney Holder
For and on behalf of _________
(The Employer)
In the presence of
Witnesses (Signature, Name &
Designation)
1.
2.
Signature of the tenderer
Under seal of the firm
40
ANNEXURE VIII
INTEGRITY PACT
Between
RITES LTD. acting for and on behalf of and as an Agent / Power of Attorney Holder of
____________hereinafter called the “Employer” AND
____________ hereinafter referred to as "The Bidder/Contractor"
Deleted
Signature of the tenderer
Under seal of the firm
41
ANNEX-A
Guidelines on Banning of Business Dealings
1. Introduction
1.1 RITES, being a Public Sector Enterprise and ‘State’, within the meaning of Article
12 of Constitution of India, has to ensure preservation of rights enshrined in Chapter
III of the Constitution. RITES has also to safeguard its commercial interests. It is not
in the interest of RITES to deal with Agencies who commit deception, fraud or other
misconduct in the execution of contracts awarded / orders issued to them. In order to
ensure compliance with the constitutional mandate, it is incumbent on RITES to
observe principles of natural justice before banning the business dealings with any
Agency.
1.2 Since banning of business dealings involves civil consequences for an Agency
concerned, it is incumbent that adequate opportunity of hearing is provided and the
explanation, if tendered, is considered before passing any order in this regard
keeping in view the facts and circumstances of the case.
2. Scope
2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with
Agencies, has been laid down in these guidelines.
2.2 It is clarified that these guidelines do not deal with the decision of the Management
not to entertain any particular Agency due to its poor / inadequate performance or
for any other reason.
2.3 The banning shall be with prospective effect, i.e., future business dealings.
3. Definitions
In these Guidelines, unless the context otherwise requires:
i) `Bidder / Contractor / Supplier' in the context of these guidelines is indicated
as ‘Agency’.
ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following:
a) The Director shall be the ‘Competent Authority’ for the purpose of
these guidelines. MD, RITES shall be the ‘Appellate Authority’ in
respect of such cases.
b) MD, RITES shall have overall power to take suo-moto action on any
information available or received by him and pass such order(s) as he
may think appropriate, including modifying the order(s) passed by
any authority under these guidelines.
Signature of the tenderer
Under seal of the firm
42
iii) ‘Investigating Department’ shall mean any Department, Division or Unit
investigating into the conduct of the Agency and shall include the Vigilance
Department, Central Bureau of Investigation, the State Police or any other
department set up by the Central or State Government having powers to
investigate.
4. Initiation of Banning / Suspension:
Action for banning / suspension business dealings with any Agency should be
initiated by the department/ unit having business dealings with them after noticing
the irregularities or misconduct on their part.
5. Suspension of Business Dealings
5.1 If the conduct of any Agency dealing with RITES is under investigation by any
department, the Competent Authority may consider whether the allegations under
investigation are of a serious nature and whether pending investigation, it would be
advisable to continue business dealing with the Agency. If the Competent Authority,
after consideration of the matter including the recommendation of the Investigating
Department/Unit, if any, decides that it would not be in the interest to continue
business dealings pending investigation, it may suspend business dealings with the
Agency. The order to this effect may indicate a brief of the charges under
investigation. The order of such suspension would operate for a period not more
than six months and may be communicated to the Agency as also to the
Investigating Department.
The Investigating Department/Unit may ensure that their investigation is completed
and whole process of final order is over within such period.
5.2 As far as possible, the existing contract(s) with the Agency may be continued unless
the Competent Authority, having regard to the circumstances of the case, decides
otherwise.
5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be
informed that its conduct is under investigation. It is not necessary to enter into
correspondence or argument with the Agency at this stage.
5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency
before issuing the order of suspension. However, if investigations are not complete
in six months time, the Competent Authority may extend the period of suspension
by another three months, during which period the investigations must be completed.
6. Grounds on which Banning of Business Dealings can be initiated
6.1 If the security consideration, including questions of loyalty of the Agency to the
State, so warrants;
6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted
by a Court of Law for offences involving moral turpitude in relation to its business
Signature of the tenderer
Under seal of the firm
43
dealings with the Government or any other public sector enterprises or RITES,
during the last five years;
6.3 If there is strong justification for believing that the Directors, Proprietors, Partners,
owner of the Agency have been guilty of malpractices such as bribery, corruption,
fraud, substitution of tenders, interpolations, etc;
6.4 If the Agency employs a public servant dismissed / removed or employs a person
convicted for an offence involving corruption or abetment of such offence;
6.5 If business dealings with the Agency have been banned by the Govt. or any other
public sector enterprise;
6.6 If the Agency has resorted to Corrupt, fraudulent practices including
misrepresentation of facts;
6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on
the Company (RITES) or its official in acceptance / performances of the job
under the contract;
6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in
complying with contractual stipulations;
6.9 Based on the findings of the investigation report of CBI / Police against the Agency
for malafide / unlawful acts or improper conduct on his part in matters relating to the
Company (RITES) or even otherwise;
6.10 Established litigant nature of the Agency to derive undue benefit;
6.11 Continued poor performance of the Agency in several contracts;
(Note: The examples given above are only illustrative and not exhaustive. The
Competent Authority may decide to ban business dealing for any good and sufficient
reason).
7. Banning of Business Dealings
7.1 A decision to ban business dealings with any Agency shall apply throughout the
Company.
7.2 If the Competent Authority is prima-facie of view that action for banning business
dealings with the Agency is called for, a show-cause notice may be issued to the
Agency as per paragraph 8.1 and an enquiry held accordingly.
8. Show-cause Notice
8.1 In case where the Competent Authority decides that action against an Agency is
called for, a show-cause notice has to be issued to the Agency. Statement containing
the imputation of misconduct or mis-behaviour may be appended to the show-cause
Signature of the tenderer
Under seal of the firm
44
notice and the Agency should be asked to submit within 30 days a written statement
in its defence. If no reply is received, the decision may be taken ex-parte.
8.2 If the Agency requests for inspection of any relevant document in possession of
RITES, necessary facility for inspection of documents may be provided.
8.3 After considering the reply of the Agency and other circumstances and facts of the
case, a final decision for Company-wide banning shall be taken by the Competent
Authority. The Competent Authority may consider and pass an appropriate speaking
order:
a) For exonerating the Agency if the charges are not established;
b) For banning the business dealing with the Agency.
8.4 The decision should be communicated to the Agency concerned along with a reasoned
order. If it decided to ban business dealings, the period for which the ban would be
operative may be mentioned.
9. Appeal against the Decision of the Competent Authority
9.1 The Agency may file an appeal against the order of the Competent Authority
banning business dealing, etc. The appeal shall lie to Appellate Authority. Such an
appeal shall be preferred within one month from the date of receipt of the order
banning business dealing, etc.
9.2 Appellate Authority would consider the appeal and pass appropriate order which
shall be communicated to the Agency as well as the Competent Authority.
10. Review of the Decision by the Competent Authority
Any petition / application filed by the Agency concerning the review of the banning
order passed originally by Competent Authority under the existing guidelines either
before or after filing of appeal before the Appellate Authority or after disposal of
appeal by the Appellate Authority, the review petition can be decided by the
Competent Authority upon disclosure of new facts /circumstances or subsequent
development necessitating such review.
11. Circulation of the names of Agencies with whom Business Dealings have been
banned.
11.1 Depending upon the gravity of misconduct established, the Competent Authority of
RITES may circulate the names of Agency with whom business dealings have been
banned, to the Ministry of Railways and PSUs of Railways, for such action as they
deem appropriate.
11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more
information about the Agency with whom business dealings have been banned a
copy of the report of Inquiring Authority together with a copy of the order of the
Competent Authority/ Appellate Authority may be supplied.
Signature of the tenderer
Under seal of the firm
45
12. Restoration
12.1 The validity of the banning order shall be for a specific time & on expiry of the
same, the banning order shall be considered as "withdrawn".
12.2 In case any agency applies for restoration of business prior to the expiry of the ban
order, depending upon merits of each case, the Competent Authority which had
passed the original banning orders may consider revocation of order of suspension
of business/lifting the ban on business dealings at an appropriate time. Copies of the
restoration orders shall be sent to all those offices where copies of Ban Orders had
been sent.
Signature of the tenderer
Under seal of the firm
46
Annexure – B
Form of Performance Security Bank Guarantee Bond
In consideration of the Employer having agreed under the terms and conditions of
agreement No…………………………………… dated ………………. made between
………………………….( the employer ) represented by RITES Ltd for and on
behalf of the employer as an agent/Power of Attorney Holder and
……………………………… (hereinafter called “the said Contractor(s)”) ………. for
the work ……………………………(herein after called the said agreement”) the
Contractor having agreed to production of a irrevocable bank guarantee for Rs.
…………………. (Rupees ……………………. Only) as a Security/Guarantee for
compliance of his obligations in accordance with the terms and conditions in the said
agreement,
1. We …..……………………………………………. (hereinafter referred to as “ the
(indicate the Name of the Bank) Bank”) hereby undertake to pay to the RITES LTD for
and on behalf of the employer as an agent/ Power of Attorney Holder an amount not
exceeding Rs. ……………………………… (Rupees
…………………………………………only) on demand by RITES Ltd for and on
behalf of the employer as an agent/ Power of Attorney Holder.
2. We …………………….……… do hereby undertake to pay the (indicate the Name of
the Bank) amounts due and payable under this guarantee without any demur, merely
on a demand from by RITES Ltd for and on behalf of the employer as an agent/
Power of Attorney Holder stating that the amount claimed is required to meet the
recoveries due or likely to be due from the said Contractor(s). Any such demand
made on the bank shall be conclusive as regards the amount due and payable by the
bank under this guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs………….. (Rupees
…………………………………… only).
3. We, the said Bank further under take to pay to the employer represented by RITES Ltd.
for and on behalf of the employer as an agent/ Power of Attorney Holder any money
so demanded not withstanding any dispute or disputes raised by the Contractor(s) in
any suit or proceeding pending before any court or Tribunal relating there to our
liabilities under this present being absolute and unequivocal. The payment so made by
us under this bond shall be a valid discharge of our liability for payment thereunder and
the Contractor(s) shall have no claim against us for making such payment.
4. We …………….……………………….. further agree that the guarantee herein
(indicate the Name of the Bank) contained shall remain in full force and effect during
the period that would be taken for the performance of the said agreement and that it
shall continue to be enforceable till all dues of the employer represented by RITES Ltd
for and on behalf of the employer as an agent/ Power of Attorney Holder under or by
virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till Engineer-in-charge on behalf of the employer represented by
RITES Ltd for and on behalf of the employer as an agent/ Power of Attorney Holder
Signature of the tenderer
Under seal of the firm
47
certified that the terms and conditions of the said agreement have been fully and
properly carried out by the said Contractor (s) accordingly discharges this guarantee.
5 We …………………..……… further agree with the employer (indicate the Name
of the Bank) represented by RITES Ltd for and on behalf of the employer as an
agent/ Power of Attorney Holder that the employer shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder
to vary any of the terms and conditions of the said agreement or to extend time of
performance by the said Contractor (s) from time to time or to postpone for any time
or from time to time any of the powers exercisable by the Employer against the said
Contractor (s) and to forbear or enforce any of the terms and conditions relating to
the said agreement and we shall not be relieved from our liability by reason of any
such variation, or extension being granted to the said Contractor (s) or for any
forbearance, act of omission on the part of the Employer or any indulgence by the
Employer to the said Contractor (s) or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have effect of so
relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor (s).
7. This guarantee will neither be cancelled nor revoked by the bank without the written
authorization of the beneficiary (RITES Ltd.). For this purpose the beneficiary
would inform the Bank of their authorized signatories together with the specimen
signatures.
8. This guarantee shall be valid up to ………………………… unless extended on
demand by the employer represented by RITES Ltd for and on behalf of the
employer as an agent/ Power of Attorney Holder. Not withstanding anything
mentioned above, our liability against this guarantee is restricted to
Rs…………………….(Rupees ……………………………………. Only) and
unless a claim in writing is lodged with us within six months of the date of expiry or
the extended date of expiry of this guarantee, all our liabilities under this guarantee
shall stand discharged.
Dated the …………………….. day of ……………………….. for
……………………… (indicate the name of the Bank)”.
Signature of the tenderer
Under seal of the firm
48
ANNEXURE `C’
PROFORMA FOR BANK GUARANTEE FOR MOBILIZATION ADVANCE
(On Non-Judicial Stamp Paper of Appropriate Value)
To,
RITES LTD.
________
1. In consideration of, RITES Ltd. acting for and on behalf of as Agent/ Power of
Attorney Holder of _____ (hereinafter called “the Employer”) (which expression
shall unless repugnant to the subject or context include its successors and assigns
having agreed under the terms and conditions of the Contract Agreement No.
_______ dated ___________ with * ______ in connection with the work of
“____________________________” (hereinafter called “the said Contract”) to
make at the request of the Contractor a lumpsum advance of Rs.______/- (Rupees
____________ only) for utilizing it for the purpose of the Contract on his furnishing
a guarantee acceptable to the Employer, we, ______ Bank incorporated under
_________ and having one of our branches at ___________________ (hereinafter
referred to as “the said Bank”) do hereby guarantee the due recovery by the
Employer of this said advance with interest thereon as provided according to the
terms and conditions of the Contract. If the said Contractor fails to utilize the said
advance for the purpose of the Contract and / or the said advance together with
Interest thereon as aforesaid is not fully recovered by the Employer, we,
___________ Bank hereby unconditionally and irrevocably undertake to pay to
RITES Ltd. on demand and without demur to the extent of the said sum of Rs.
________/- (Rupees ____________ only), any claim made by the Employer on us
for the loss or damage caused to or suffered by the Employer by reason of the
Employer not being able to recover in full the said sum of Rs. _____/- (Rupees
________________ only) with interest as aforesaid.
2. We, ___________ Bank further agree that the Employer shall be the sole judge of
and as to whether the said Contractor has not utilized the said advance or any part
thereof for the purpose of the Contract and the extent of loss or damage caused to or
suffered by the Employer on account of the said advance together with interest not
being recovered in full and the decision of the Employer that the said Contractor has
not utilized the said advance or any part thereof for the purpose of the Contract and
as to the amount or amounts of loss or damage caused to or suffered by the
Employer shall be final and binding on us.
3. We, the said Bank, further agree that the Guarantee herein contained shall remain in
force and effect during the period that would be taken for the performance of the
said Contract and till the said advance with interest has been fully recovered and its
claims satisfied or discharged and till the Employer certifies that the said advance
with interest has been fully recovered from the said Contractor, and accordingly
shall have no claim under this Guarantee after 30 (thirty) days from the date of
satisfactory completion of the said Contract (as per the mutually agreed Work
Schedule) i.e. upto and inclusive of _______ (date) unless a notice of the claim
under this Guarantee has been served on the Bank before the expiry of the said
period i.e. _______ (date) in which case the same shall be enforceable against the
Signature of the tenderer
Under seal of the firm
49
Bank notwithstanding the fact, that the same is enforced after the expiry of the said
period.
4. The Employer shall have the fullest liberty without affecting in any way the liability
of the Bank under this Guarantee or Indemnity, from time to time, to vary any of the
terms and conditions of the said Contract or the advance or to extend time of
performance by the said Contractor or to postpone for any time and from time to
time any of the powers exercisable by it against the said Contractor and either to
enforce or forbear from enforcing any of the terms and conditions governing the said
Contract or the advance available to the Employer and the said Bank shall not be
released from its liability under these presents by any exercise by the Employer of
the liberty with reference to the matters aforesaid or by reasons of time being given
to the said Contractor or any other forbearance, act or omission on the part of the
Employer or any indulgence by the Employer to the said Contractor on any other
matter or thing whatsoever which under the law relating to sureties would, but for
this provision, have the effect of so releasing the Bank from its such liability.
5. It shall not be necessary for the Employer to proceed against the Contractor before
proceeding against the Bank and the Guarantee herein contained shall be enforceable
against the Bank notwithstanding any security, which the Employer may have
obtained or obtain from the Contractor shall at the time when proceedings are taken
against the Bank hereunder, be outstanding or unrealized.
6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency
except with the previous consent of the Employer in writing and agree that any
change in the Constitution of the said Contractor or the said Bank shall not discharge
our liability hereunder.
If any further extension of this Guarantee is required the same shall be extended to
such required periods on receiving instructions from M/s.________________ on
whose behalf this Guarantee is issued.
Notwithstanding anything contained herein before our liability under this Guarantee is
restricted to Rs._____ (Rupees ___________ only) together with interest ____. Our
undertaking shall commence from the date of execution and shall remain in force upto
______
Dated this __________ day of _________
In presence of For and on behalf of (the Bank)
WITNESS Signature ____________________________
1.______________________ Name________________________________
2.______________________ Designation ___________________________
Authorization No._______________________
Seal of the Bank ________________________
The above guarantee is accepted by the Employer
For RITES Ltd.________________
For and on behalf of ______________ (the Employer)
Signature of the tenderer
Under seal of the firm
50
---NOTES
*For Proprietary Concerns
Shri _____________ son of ______________ resident of _____________________
_________________________ carrying on business under the name and style of
_________ at _____________ (hereinafter called ”the said Contractor” which expression
shall unless the context requires otherwise include his heirs, executors, administrators and
legal representatives).
For Partnership Concerns
*M/s. ________________ a partnership firm with its office __________ (hereinafter called
“the said Contractor” which expression shall unless the context requires otherwise include
their heirs, executors, administrators and legal representatives); the names of their partners
being
i) Shri ______________________ S/o__________________________
ii) Shri ______________________ S/o _________________________ etc.
For Companies
* M/s. ______________ a company under the Companies Act, 1956 and having its
registered office at ____ in the State of _______ (hereinafter called “the said Contractor”
which expression shall unless the context requires otherwise include its administrators,
successors and assigns).
Signature of the tenderer
Under seal of the firm
51
PART I
TECHNICAL BID Section - 2
TENDER & CONTRACT FORM
Signature of the tenderer
Under seal of the firm
52
SECTION 2
TENDER AND CONTRACT FOR WORKS To
The Accepting Authority.
TENDER
1. I/We have read and examined the Notice Inviting Tender and Instructions to
Tenderers, Special Conditions, Technical Specifications, Drawings, Schedule / Bill
of Quantities, Amendments/Errata no.to GCC and General Conditions of Contract as
well as other documents and rules referred to in GCC and all the details contained
in the Tender Document for the work.
2. I/We hereby tender for the execution and completion of the work and remedy any
defects therein, specified in the Schedule of Quantities within the time specified in,
and in accordance in all respects with the specifications, designs, drawings and
instructions in writing referred to in Notice Inviting Tender and Instructions to
Tenderers and in Clause of the Clauses of Contract and with such materials as are
provided for, by, and in respects in accordance with, such conditions so far as
applicable.
3. We agree that our tender shall remain valid for a period of 180 days from the due
date of submission thereof and not to make any modifications in its terms and
conditions.
4. A sum of Rs. __________ is hereby forwarded in the form of Banker’s
cheque/Demand Draft drawn on any Schedule Bank issued in favour of RITES
Ltd.,payable at Kolkata as the Earnest Money.
5. If I/We withdraw my/our tender during the period of tender validity or before issue
of Letter of Acceptance which ever is earlier or make modifications in the Terms
and Conditions of the Tender which are not acceptable to the Employer, then the
Employer shall, without prejudice to any other right or remedy, be at liberty to
forfeit entire Earnest Money absolutely.
6. If I/We fail to furnish the prescribed Performance Guarantee within prescribed
period, I/We agree that the said Employer shall, without prejudice to any other right
or remedy, be at liberty to forfeit the said Earnest Money absolutely.
7. If, I/We fail to commence the work within the specified period, I/We agree that the
Employer shall, without prejudice to any other right or remedy available in law, be
at liberty to forfeit the Earnest Money and Performance Guarantee absolutely.
8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both
Earnest Money & Performance Guarantee as aforesaid in Paras 5 to 7, I/We shall be
debarred for participation in re-tendering process of the work.
9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest
Money shall be retained by the Employer towards Security Deposit, to execute all
Signature of the tenderer
Under seal of the firm
53
the works referred to in the Tender document upon the Terms and Conditions
contained or referred to therein and to carry out such deviations as may be ordered,
upto maximum of the percentage mentioned in the document, and those in excess of
that limit at the rates to be determined in accordance with the provisions contained
in Clause 12.2 and 12.3 of the tender form.
10. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer
within 28 days from the date of issue of Letter of Acceptance. In case of any delay,
I/We agree that we shall not submit any Bill for Payment till the Contract
Agreement is signed.
11. I/We hereby declare that I/We shall treat the tender documents, drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information derived there from to any person other than a person to
whom I/We am/are authorized to communicate the same or use the information in
any manner prejudicial to the safety of the Employer/State.
12. I/We hereby declare that I/We have not laid down any condition/deviation to any
content of Technical Bid and/or Financial Bid. I/We agree that in case any condition
is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender
may be rejected.
13. I/We understand that the Employer is not bound to accept the lowest or any tender
he may receive. I/We also understand that the Employer reserves the right to accept
the whole or any part of the tender and I/We shall be bound to perform the same at
the rates quoted.
14. Until a formal agreement is prepared and executed, this bid together with our written
acceptance thereof shall constitute a binding contract between us and RITES.
15. I am/We are signing this Tender offer in my / our capacity as one/those authorized to
sign on behalf of my/our company/as one holding the Power of Attorney issued in
my favour as Lead Member by the Members of the Joint Venture.
Signature of Authorized Person/s
Date
Name/s & Title of Signatory
Name of Tenderer
Postal Address
Seal
Witness
Signature
Name
Postal Address
Occupation
Signature of the tenderer
Under seal of the firm
54
PART I
TECHNICAL BID
Section - 3
SPECIAL CONDITIONS OF CONTRACT
Signature of the tenderer
Under seal of the firm
55
Section - 3
SPECIAL CONDITIONS OF CONTRACT (SCC)
FOR
P.WAY WORKS INCLUDING SUPPLY OF P.WAY MATERIALS FOR MAKING
NEW PRIVATE SIDING FROM IN-PLANT ENTRY KM CH 4/231 TO
PUNARAKH RAILWAY STATION DEAD END KM CH 0/147.72 IN
CONNECTION WITH THE PROJECT MANAGEMENT AND EXECUTION OF
RAILWAY SIDING SYSTEM PACKAGE FOR BARH STPP, STAGE-I (3 X660
M.W) AT BARH, DIST. PATNA, BIHAR.
1 DESCRIPTION OF SITE. 1.1 The National Thermal Power Corporation (NTPC) is India’s premier institution in the
field of thermal power generation. Putting up new power plants and augmenting the
capacity of its existing ones is a continuous process in NTPC. One mega project planed is a
Super Thermal Power Plant of 3 x 660 MW capacities near Barh town in Patna district of
Bihar.
The Project site is located east of Barh town near village Bariyapur at latitude 16° 28’ North
and longitude 85° 47’ east. The power plant is bound by villages Purani Barh on the West,
Bariyapur on the North, Punarakh on the East and East Central Railway main line in the
South. It is approachable by Mokama-Bakhtiapur National Highway, No 31 running at
about 160m to its north. The City of Patna which is the nearest airport is about 67km from
the site. East Central Railway’s main line from Mokama to Mughalsarai runs at about 100m
to its south. Barh and Punarakh are the nearest railway stations on this line.
1.2 The Permanent Way works are to be carried out in accordance with the provision of the
specifications and agreement along with the schedules attached. The relevant Codes,
Manuals and Specifications applicable for such works.
2 SCOPE OF WORK.
(a) Supply & fixing of P.Way small fittings & PSC Sleeper.
(b) Supply, delivery & spreading of machine crushed stone ballast.
(c) Supply of 52 Kg. BG 1 in 8.5 & 1 in 12 turn outs along with PSC sleepers.
(d) Packing of track ballast.
(e) Welding of rail joints 52/60 Kg. from single rail to panel by SKV process.
(f) P-way work: Supply and fixing of Grooved Rubber Pad, insulated leading &
following streacher bar, slide chair, MS plate, insulated tie plate, plate screw,
coil washer, bolts & nuts with coil spring washer, GFN Liner, cutted liner,
juggle fish plate etc.
(g) Fabrication, manufacture, supply & fixing in position of glued insulated joint
52/60 Kg.
(h) Making adjustment for proper housing of switch with stock rail upto the
sufficient length by ZIM crowing.
Signature of the tenderer
Under seal of the firm
56
As per the provisions of the bidding documents, Contractor will be responsible for the
entire scope of work for P-Way works including P-Way materials for P.Way works
including supply of P.Way materials for making new private siding in connection with the
project management and construction of railway siding system package for Barh STPP,
Stage-I (3 x 600 M.W) at Barh, dist. Patna, Bihar.
2.1 The contractor in accordance with the design, technical specifications and
drawings prepared by the consultant M/s. VCC shall execute all the above
works.
2.3 The detailed scope of work covered under this package has been specified in
relevant clauses of Technical Specification.
2.4 Contractor shall obtain license for storage of blasting material and conducting
controlled blasting through an authorized expert.- Not Applicable
2.5 The contractor shall provide a site office for RITES Personal with a size of
minimum 21 sqm. including Office Furniture, Toilet and Internal electrical
fittings. - Not Applicable
2.6 In case of any conflict between General Conditions of Contract and Special
Conditions of Contract, provisions of Special Conditions of Contract shall
prevail.
3 GENERAL INSTRUCTIONS
3.1 Contractor is advised to visit the site to familiarize him with the site conditions
before quoting the rates.
3.2 Before starting the work contractor/s has to prepare an execution chart (BAR
CHART) and PERT CHART and get it approved from the competent authority
and the same shall be displayed in office. This chart shall be reviewed after
every 15 days.
3.3 The contractor/s will remove dismantled materials/bushes, trees, branches and
leaves of trees etc. immediately from the site of work to avoid hindrance or
inconvenience to the agencies working in adjoining site/road vehicles/traveling
public as per instructions of the Engineer and useful materials released will be
the property of the NTPC. Contractor will lead and hand over the same at
NTPC’s store/godown at Barh. The dismantled materials which are classified by
Engineer as not useful will be disposed off by The Contractor irrespective of
any lead as per instructions of the Engineer-in-charge. Nothing extra on account
of leading, loading, unloading etc. of such materials will be paid. This aspect
while quoting rates may be kept in view by the contractor/s.
3.4 Dismantled track structure (P. Way materials) shall be kept in safe custody of
the Contractor. Any shortages/losses will have to be made up by the contractor
at his own cost. The dismantled material shall be lead and handed over to NTPC
store godown at Barh by the contractor at own cost.
3.5 In case any material is rejected at site due to its not conforming to the
Specification, the contractor shall arrange to remove all such material from site
of work at his own cost within 7 days of the receipt of the notice. Safe custody
of the materials at site is the responsibility for the contractor.
Signature of the tenderer
Under seal of the firm
57
3.6 The work will be carried out in some cases under traffic conditions; therefore
contractor is required to follow the road/railways traffic rules. He is advised that
this aspect may be kept in view by the contractor/s while quoting rates.
3.7 The materials to be supplied by the contractor shall comply with relevant IS/IRS
Specifications.
3.8 Samples of the materials, which the contractor would be intending to
supply/shall, are got approved in advance from the Engineer before
commencing the supply of the same.
3.9 The land and place where materials are to be stacked shall be made fit for
stacking of materials by the contractor at own cost; nothing extra will be paid
for this purpose.
3.10 The contractor will also himself/themselves arrange and pay for the cost of land
use for such working facilities as he/they need (i.e. land for labour camps,
contractor’s office, approach road to site(s) of work etc.) the contractor will be
deemed to have included this element of compensation in their through tendered
rates and will not be entitled to any extra payment. They are advised to see the
site of work before tendering.
3.11 The rate quoted by contractor/s shall be inclusive through rate. No leads, lifts,
loading, unloading, handling, re-handling, stacking at site, toll tax, octroi, sale
tax and royalty or any other charges levied or leviable by the State Government
or by Local bodies will be paid by the NTPC.
3.12 The contractor will be responsible for the security of the staff and the labour
deployed by him.
4 SETTING UP OF FIELD LABORATORY - DELETED
4.1 The contractor shall set up field laboratory at his own cost at work site which
should be open for use and inspection by the NTPC Engineer at any time, the
laboratory shall be equipped with necessary equipments to carry out the various
tests for classification of soils and compaction, sieve analysis, compression tests
on cubes, slump test, workability test etc. on aggregates, cement, water and
concrete required for ensuring the required quality and standard conforming to
codal provision and special specifications. The tenederer shall render all
reasonable assistance and help in making the check and test.
4.2 All the equipments, machineries etc. shall be kept in good working condition.
The cost of setting up the laboratory, equipping and maintaining the same,
conducting all tests on materials and cubes etc. shall be borne by the contractor.
4.3 As part of the Contract the contractor shall provide and maintain a site laboratory
for the testing of construction materials under the direction and general
supervision of the Engineer-in-charge.
4.4 The laboratory building shall be constructed and installed with the appropriate
facilities. Temperature and humidity controls shall be available wherever
necessary during testing of samples.
4.5 All equipments shall be provided by the Contractor so as to be compatible with
the testing requirements specified. The Contractor shall maintain the equipment
in good working condition for the duration of the Contract.
Signature of the tenderer
Under seal of the firm
58
4.6 The Contractor shall provide approved qualified personnel to run the laboratory
for the duration of the Contract. The number of staff and equipment available
must at all times be sufficient to keep pace with the sampling and testing
programme as required by the Engineer-in-Charge.
4.7 The Contractor shall fully service the site laboratory and shall supply everything
necessary for its proper functioning, including all transport needed to move
equipment and samples to and from sampling points on the site, etc.
4.8 The Contractor shall re-calibrate all measuring devices whenever so required by
the Engineer-in-Charge and shall submit the results of such measurements
without delay.
5 MACHINERY AND PLANT
5.1 The contractor will be entirely responsible to arrange all necessary machinery
including inches, gauges, dredgers, derricks, cranes, staging materials, vehicles,
trailers, tools and plant and their spare parts required for efficient and methodical
execution of the work and transport them to the site of work. Delay in procurement
of such items due to their non-availability as excuse for import difficulties or any
other cause whatsoever will not be taken as excuse for slow or non-performance of
the work. Safety of plants and machinery will be the responsibilities of the
contractor and for any loss in cases of wash way any type of contractor’s materials,
tools & plants in floods, or otherwise no claim will be entertained on this account,
whatsoever.
5.2 The minimum equipment and machinery to be deployed by the Contractor for the
execution of work shall be as given in Part-C of Technical Specification.
6 AS BUILT DRAWING
6.1 After completion of the works contractor should submit dimensional completion /
as built drawings – 3sets and soft copy (CD).
7 SECURITY DEPOSIT
7.1 The existing condition 9 of General conditions of contract shall be treated as deleted
and substituted with the following sub clauses of Special Conditions of Contract.
7.2 The total security deposit to be furnished by the Contractor whose tender(s) may be
accepted (hereinafter called the contractor) including the amount of Earnest money
deposited with the tender shall be 5% (Five Percent) of the contract value.
7.3 Recovery of Security Deposit The person/persons whose tender(s) may be accepted (hereinafter called the
Contractor) shall permit the Employer at the time of making any payment to him for
work done under the Contract to deduct a sum at the rate of 5% of the gross amount
of each running bill till the sum along with the sum already deposited as earnest
money will amount to Security Deposit of 5% of the tendered value of the work.
Earnest money shall be adjusted first in the Security Deposit and further
recovery of Security Deposit shall commence only when the up-to-date amount of Security Deposit starts exceeding the Earnest Money. Such deductions will be
made and held by the RITES for & on behalf of Employer by way of Security
Deposit unless he/ they has/ have deposited the amount of Security at the rate
Signature of the tenderer
Under seal of the firm
59
mentioned above in cash or fixed deposit receipts. In case a fixed deposit receipt of
any Bank is furnished by the Contractor to the RITES as part of the security deposit
and the Bank is unable to make payment against the said fixed deposit receipt, the
loss caused thereby shall fall on the Contractor and the Contractor shall forthwith on
demand furnish additional security to the Employer to make good the deficit.
All compensations or the other sums of money payable by the Contractor under the
terms of this Contract may be deducted from, or paid by the sale of a sufficient part
of his security deposit or from the interest arising there from, or from any sums
which may be due to or may become due to the Contractor by the RITES for & on
behalf of Employer on any account whatsoever and in the event of his Security
Deposit being reduced by reason of any such deductions or sale as aforesaid, the
Contractor shall within 10 days make good in cash or fixed deposit receipt tendered
by the State Bank of India or by Scheduled banks endorsed in favour of the
Engineer-in-Charge, any sum or sums which may have been deducted from, or
raised by sale of his security deposit or any part thereof. The security deposit shall
be collected from the running bills of the Contractor at the rates mentioned above
and the Earnest Money deposited at the time of tenders will be treated as part of the
Security Deposit.
7.4 Security Deposit shall be released to the contractor as per scheduled given below:
1 50% (fifty percent) of total
security deposit (release of
security deposit in the form of
BG and EMD).
After satisfactory completion of the
work as certified by the Engineer-
in-charge.
2. Balance 50% (fifty percent)
of total security deposit
(release of security deposit in
the form of cash).
After successful completion of
defect liability/maintenance period.
7.5 No interest will be payable on the Earnest Money or the Security Deposit or the
amount payable to the contractor under the contract.
7.6 Security Deposit shall not be released/refunded to the contractor till the
contractor obtains clearance certificate from the Labour office.
8 PERFORMANCE GUARANTEE
8.1 The contractor shall provide RITES with a financial guarantee for the due and
faithful performance of the contract for a sum equal to 05% (five per cent) of
the Tendered Value. Such guarantee shall be in the form of a bank guarantee
from a Schedule Bank or the State Bank of India located in India, on the format
already agreed upon. The Bank guarantee shall be furnished within 21 days
from the date of issue of Letter of Acceptance. This period can be further
extended by the Engineer-in-Charge up to a maximum period 10 day on written
request of the Contractor stating the reason for delays in procuring the Bank
Guarantee, to the satisfaction of the Engineer-in-Charge.
Signature of the tenderer
Under seal of the firm
60
8.2 In case the performance of the contractor is not found satisfactory at any stage in
the opinion of Engineer-in-charge, the performance guarantee of the contractor shall
be forfeited after giving due notice to the contractor. The decision of the Engineer-
in-chare shall be final and binding on the contractor in this regard.
8.3 The Performance Guarantee shall be initially valid upto the stipulated date of
completion plus 60 days beyond that. In case the time for completion of work gets
enlarged, the Contractor shall get the validity of Performance Guarantee extended to
cover such enlarged time for completion of work. The Performance Guarantee
shall be released after satisfactory completion of defect liability period.
(i) The Engineer-in-charge shall not make a claim under the Performance Guarantee
except for amounts to which the Employer is entitled under the Contract
(notwithstanding and/or without prejudice to any other provisions in the Contract
agreement) in the event of :
a) Failure by the Contractor to extend the validity of the Performance
Guarantee as described herein above, in which event the Engineer-in-charge
may claim the full amount of the Performance Guarantee.
b) Failure by the Contractor to pay the Employer any amount due, either as
agreed by the Contractor or determined under any of the Clauses/ Conditions
of the agreement, within 30 days of the service of notice to this effect by
Engineer-in-charge.
ii) In the event of the Contract being determined or rescinded under provisions of
any of the clause/condition of the agreement, the performance guarantee shall
stand forfeited in full and shall be absolutely at the disposal of the Employer.
8.4 The Contractor’s All Risk Policy (C.A.R) shall be incorporated by the Contractor up
to completion of the work.
9 SALES TAX ON WORKS CONTRACT, SERVICE TAX, OTHER TAXES,
DUTIES, & LEVIES ETC.
9.1 The award of work under this Contract shall be on “Works Contract Basis”. The
Contractor shall be responsible for payment of any tax levied on the transfer of
property or goods involved in the “Works Contract” under Bihar State Government
Sales Tax Act and the rules made hereunder including amendments if any. This
liability shall be to the Contractor’s account and it shall not be reimbursed by RITES
Ltd., Tax deductions at source shall be made as per laws prevalent in the country.
It will be incumbent upon the Contractor to obtain a registration certificate as a
dealer under the Local Sales Tax Act and the Central Sales Tax Act and necessary
evidence to this effect s hall be furnished by the Contractor to RITES Ltd., Sales Tax
on the transactions between the Contractor and his Sub contractors/Vendors etc shall
not be reimbursed by RITES Ltd.
9.2 The Contractor shall be responsible for any taxes that may be levied hereinafter on
the transaction between Contractor and RITES Ltd.,
9.3 The Contractor, shall be liable and responsible for the payment wherever payable,
of the taxes, import duties, tolls, octroi duties, excise duty, levies, entry tax, service
Signature of the tenderer
Under seal of the firm
61
tax, Cess, Royalty, Seinorage charges etc. on all services, material and articles’ that
he may use for this work. Any increase in the aforesaid taxes, import duties, tolls,
octroi duties, excise duty, levies, entry tax, service tax, Cess, Royalty, Seinorage
charges etc that may arise during the currency of the contract shall be entirely on the
Contractor’s accounts.
9.4 NTPC will provide form C and way bill to the contractor for availing of Sales Tax rebate wherever applicable. In case RITES/NTPC fails to provide form ‘C’
and way bill additional sales tax as paid by the contractor on account of non issue of
Form ‘C’, will be reimbursed to the contractor on production of proof of payment of
Sales Tax by the Contractor.- NOT APPLICABLE
9.5 The item rates quoted shall be inclusive of all taxes such as Sales Tax (against issue
of Form ‘C’) Excise Duty, Entry Tax, Toll Tax, Turnover Tax on works contract,
Octroi, Royalty and any other tax of levy etc. as applicable. However sales tax on
work contract, if paid by RITES/NTPC directly, the same amount shall be recovered
from the contractor’s on account bills and no exemption claims on this account shall
be entertained by RITES Ltd.
10 CONTRACT PRICE ADJUSTMENT. (REFER CLAUSE 53 OF GCC) -
NOT APLICABLE
10.1 Price adjustment against this contract shall be available to the contractor only on
“Fuel component of the work elements, this Price adjustment shall not be available
to the contractor on any other components as defined in clause 10.3”
10.2 The Contractor shall be required to produce necessary "Price List" for H.S. Diesel
Oil and "Monthly Bulletins" issued by office of Economic Adviser/labour Bureau,
Simla for receiving payments from, RITES/Refund to be made to RITES as required
in the Price Adjustment formula mentioned above.
10.3 The percentage of various components in contract price on which variation in prices
shall be admissible are indicated below. However, for the contract price adjustment
shall be available only on Fuel Component.
a. Labour Component - 30 %
b. Fuel Component - 15 %
c. Materials Component - 40 %
d. Fixed Component - 15% (will not be considered for any
price variation)
11 PAYMENT ON ACCOUNT
11.1 Add the following in clause 51.1 (b) of GCC.
11.2 For the purpose of this clause, the material component is defined as follows:
"The sum of all the percentages for various factors, stipulated in price adjustment
Clause except the percentage stipulated for the labour component and fixed
component".
Signature of the tenderer
Under seal of the firm
62
12 TIME SCHEDULE
12.1 The condition no. 13 under Schedule-A (i.e. Reference to General Conditions of
Contract) “The time allowed for execution of work or time schedule” may be
read as deleted and modified as under.
The entire scope of work covered under this contract shall be completed within
03(Three) months from the date of commencement of work. The date of
commence of work shall be reckoned from the 15th day of issue of Letter of
Award The work shall be performed in time and to achieve the targets, the
Contractor shall have to plan adequate mobilization of all resources. List of
equipment, construction methodology, Site Organization Set-up and a detailed Work
Schedule shall be discussed with the successful tenderer before award of the
Contract and agreed to and such agreed Work Schedule shall form a part of the
Letter of Award. All the Contractor's activities shall be performed and completed
strictly in accordance with agreed Work Schedule. The Engineer-in-charge, shall
however, have the right to review the progress and modify the Work Schedule
suiting the site conditions and the Contractor shall be required to complete his
activities in accordance thereof without any extra cost to the Owner.
13 WATER & POWER SUPPLY
13.1 Clause No. 46 and 48 of Section-III of General Conditions of Contracts (GCC):
13.2 Water Supply
13.2.1 Replace the existing clause 46 (a), (b), (c) of Section-III of GCC by the following:
13.2.2 No water will be supplied by RITES/NTPC for any purpose. The Contractor shall
make his own arrangement at his own cost. No claim will be entertained on this
account.
13.3 Power Supply
13.3.1 Delete the GCC clause: 48.
13.3.1.1No power will be supplied by RITES/NTPC for any purpose. The Contractor shall
make his own arrangement at his own cost. No claim will be entertained on this
account.
14 QUALITY ASSURANCE PROGRAMME – Followed by RITES Specifications
for Railway Track and Bridge Works September-2010
14.1 All costs associated with testing of materials required as per technical specifications
shall be borne by Contractor.
15 TEMPORARY & ENABLING WORKS AND DELAYING WORKS
15.1 The sitting and nature of all offices, huts, access road to the work - areas, access
tracks to work areas, bunds, sumps, channels and all other temporary works as may
be required for the proper execution of the works shall be subject to the' approval of
the Engineer-in-Charge. These works shall be executed by the Contractor at his own
cost. Hard crusting for pre-assembly/fabrication yard shall be in line with Part-A of
Technical Specification.
15.2 All the equipments, labour, materials required for the enabling works associated with
the entire Contract-shall have to be arranged by the Contractor only. Nothing extra
shall be paid to the Contractor on this account and the unit rates quoted by the
Signature of the tenderer
Under seal of the firm
63
Contractor for various items in the Schedule of Items shall be deemed to include the
cost of enabling works.
15.3 The Contractor shall make his own arrangement at his own cost for approach to the
work site including borrow I disposal area and for movement of men, machinery,
other requirement etc. required for carrying out the work included under this
Contract.
16 SHIFT WORK
16.1 To achieve the required progress, two or more shifts a day may be necessary for
executing the work. The period of completion and number of working days shall not
be affected by the number of shifts each day. No extra amount on account of any
shift work is payable to the Contractor.
16.2 Wherever, the work is carried out at night, adequate lighting of working areas and
access paths should be provided by the Contractor at his own cost. Sufficient notice
should be given by the Contractor to the Engineer-in-Charge regarding the details of
works in shifts so that necessary supervision could be provided.
17 OBSERVANCE OF LABOUR LAWS
17.1 In addition to the observance of provision in clauses 16.0 and 34-A, of Section III of
General Conditions of Contract, the following provisions will also hold good:
17.2 The Contractor shall be liable to make payment to all the employees and make
compliance with labour laws. If the OWNER, is held liable as 'PRINCIPAL
EMPLOYER' to pay contribution etc- under ESI Act or any other legislation of
Government or Court decision, in respect of the employees of the Contractor, then
the-latter would reimburse, the amount of such contributions so paid by
RITES/NTPC.
18 COOPERATION WITH OTHER AGENCIES
18.1 The Contractor shall attend at his cost, all the meetings with the Engineer-in Charge,
other Contractors and the Consultants of the Owner for the Contract. The Contractor
shall attend such meetings as and when required and fully cooperate with such
persons and agencies involved.
19 DEFECT LIABILITY /MAINTENANCE PERIOD
19.1 The Defect Liability/Maintenance period shall be 12 months reckoned from the date of issue of handing over of works to RITES/NTPC on completion. Also
through out the defect liability period of 12 months sufficient staff and
materials/equipments etc. will be arranged by the contractor to enable to carry out
the repairs/rectification immediately whenever pointed out by RITES/NTPC.
19.2 In case the defect liability are such that can not be rectified or the contractor fails to
rectify completely to the satisfaction of Engineer-in-charge, then RITES/NTPC
reserves the right to accept the work at reduced rates or to get the rectification work
done at the risk and cost of the contractor. The decision of RITES/NTPC in this
regard shall be final and binding on the contractor and shall be beyond purview of
the “Settlement of disputes and Arbitration” clause of General Conditions of
Contract.
Signature of the tenderer
Under seal of the firm
64
19.3 The contractor shall be responsible for rectification of defects arising out of defective
workmanship / defective materials for this period of twelve months and shall be
responsible for replacement of all defective materials and for rectification of all
defects at his own cost. The assets shall be handed over to Engineer-in-Charge /
NTPC at the end of the maintenance period as per stipulations given in Technical
Specifications.
20 CONTRACT COORDINATION PROCEDURES, MEETINGS & PROGRESS
REPORTING COORDINATION
20.1 The Contractor shall prepare and finalize in consultation with RITES Ltd /NTPC, a
detailed Contract coordination procedure within 21 days from the date of issue of
Letter of Award for the purpose of execution of the Contract.
20.2 During the execution of the work, Contractor shall submit at his own cost a detailed
monthly progress report to the Engineer-in-Charge in three copies by 7th of every
month.
21 QUANTITY VARIATION LIMIT
21.1 The quantity variation shall be as per Clause 10 (iv) of Schedule-A enclosed with the
GCC.
22 HANDING OVER OF SITE
22.1 Efforts will be made by the Owner to hand over the site to the Contractor free of
encumbrance. However, in case of any delay in handing over of the site to the
Contractor, the Owner shall only consider suitable extension of time for the
execution of the work. It should be clearly understood that the Owner shall not
consider any other compensation whatsoever viz. towards idleness of contractor’s
labour, equipment etc.
22.2 The Contractor shall make his own arrangement at his own cost for approach to the
work site including borrow / disposal area and for movement of men, machinery,
other equipment etc. required for carrying out the work included under this Contract.
22.3 The Owner reserves the right to hand over the site in parts progressively to the
Contractor. The Contractor will be required to do the work on such released-fronts
in parts without -any reservation whatsoever.
22.4 The access roads near to the work site may not be available at the time of Mobilisation
of the Contractor. The Contractor shall plan his work within the plant area as per
available roads at site. All drainage of works area and all other weather
truckable/haulage roads as required by the Contractor shall be constructed and
maintained during the construction period by the Contractor at his own cost.
23 STAFF QUARTER
23.1 Staff quarters & labour hutment at Barh STPP, RITES/NTPC, if available, may be
provided to the contractor on chargeable basis at the discretion of the Engineer-in-
Charge on mutually agreed terms & conditions.
24 SITE ORGANISATION
24.1 The contractor shall depute well qualified and experienced personnel for
administration and execution of the Contract at site in the area of planning,
Signature of the tenderer
Under seal of the firm
65
procurement & contracts/construction, electrical, mechanical, quality assurance,
personnel, finance, safety etc.
25 PREVENTION OF POLLUTION.
25.1 Contractor shall make necessary arrangement to prevent pollution of the water in any
stream, springs, nallah, river and lakes.' The Contractor shall be solely responsible
and liable for all damage caused by any pollution that may take place during the
execution of the work.
26 EXPLOSIVES
26.1 Permission for the use of explosives shall be obtained from the Engineer-in-Charge
and shall be used only under close supervision.
26.2 It shall be responsibility of the Contractor to seek and obtain any necessary permits
and to ensure that the requirements of the authorities are complied with in all
respects. Failure to do so may result in the Engineer-in-Charge withdrawing
permission to use explosives.
26.3 Under no circumstances shall blasting be permitted at night. The indemnification
provided for under the General Condition of Contract shall include indemnification
against all claims in respect of any incident arising from the use of explosives.
26.4 The Owner reserves the right to award the work to a single Party or to Split the work
amongst two or more parties as deemed necessary without assigning any reason.
27 PROCUREMENT OF P.WAY MATERIALS AND INSPECTION
27.1 All the materials and equipments received for track construction shall be procured
from the suppliers/manufacturers approved by RDSO/Railway/RITES.
27.2 Any materials for which approved manufacturers or suppliers are not available shall
be procured from sources after getting approved from RITES prior to procurement.
27.3 All the materials shall be got inspected and passed from Railway authorized inspecting
agencies such as RDSO/Railway/RITES/DGS&D and certificates obtained to this
effect shall be submitted to RITES before acceptance of that material.
27.4 Procurement of Rails:-
i) 52 Kg (90 UTS) 1st quality rails (required for tracks only) are available at NTPC
stock yards inside plant at Barh.
ii) Depending upon the requirements of work, the contractor shall give his requirement
schedule of rails to RITES sufficiently in advance of the date of requirement of rails
(at least one (1) month in advance of the requirement), so that necessary
arrangements are made by RITES for issue of rails to the contractor in time. Any
failure on this account resulting in stoppage/delay in execution of work shall be
solely on contractor’s account. The decision of the Engineer in charge of the work,
in this regard, shall be final and binding on the contractor.
iii) Upon receipt of requirement of rails from the contractors, RITES shall issue
authorization letter to the contractor to draw rails (1st quality only) as required for
the work. However, before issue of authorization letter by RITES to the contractor,
the contractor will have to furnish a Indemnity bond to cover cost of these rails on
the proforma placed as Proforma-XIII. Such indemnity bond shall be available for
Signature of the tenderer
Under seal of the firm
66
the period upto payment of ‘Final Bill’ to the contractor. However, the Indemnity
bond shall be released by RITES on measurement, reconciliation and finalisation of
the quantity of rails issued to the contractor against the concerned Indemnity bond,
in addition the contractor shall also provide insurance cover for the rails covering
cost of rails.
iv) On receipt of the authorization letter from RITES, the contractor to collect rails from
Rail stock yard of NTPC/Barh. Thereafter, the contractor shall be solely and fully
responsible for the safe custody of rails.
v) Handling and leading of Rails.
The contractor shall as explained above, collect the rails from Rail stock yard of
NTPC/Barh and then lead them to site of work where they are required to be used.
All costs towards handling, loading, leading, unloading, lifting, crossing of rivers,
nalah etc, including spreading, pairing etc of the rails as required for the work shall
be solely borne by the contractor which will be considered included in the relevant
item of work of the Schedule of Quantities and nothing extra shall be payable to the
contractor on any account.
vi) Use of Rails
The rails so collected by the contractor against the authorization letter of RITES (as
stipulated above) shall be used only in laying of plain tracks, in accordance with the
Technical Specifications. The contractor shall not use these rails for Points &
Crossing, Derailing Switches, making guard rails for bridges, check rails for level
crossings, manufacture of various types of posts etc. for which rails as required as
per specifications shall be arranged and procured by the contractor at his level and
cost and then used.
vii) Account of Rails:
a) The rails will be issued to contractor from Rail Stock yard of NTPC/Barh in
Metric Tones.
b) One meter rail shall be considered to weigh 52 Kg.
c) Scale of consumption:
For each track meter laid, 52x2= 104 Kg. rail shall be considered consumed.
NOTE: - No allowance shall be provided for wastage.
viii) Calculation of consumption of rails:
The quantity of rails used on the works shall be calculated as follows:-
Sl. No.
Item of work
done and
measured
Unit
Quantity of
work
done
Quantity of Rails consumed (in
Kg)
Rate of usage
unit (Kg) Quantity (Kg)
1 2 3 4 5 6
1
Linking of track
as per item in
Schedule of
Quantity
Track
Metre 104 = Col 4 x 104
Signature of the tenderer
Under seal of the firm
67
ix) Reconciliation of quantities:
a) As detailed above, the total quantity of rails consumed by the contractor for the work
shall be calculated without making any allowance for wastage.
b) The aforesaid quantity of rails as worked out above, shall be taken as consumed on
work and shall be issued to the contractor free of cost.
c) If the quantity of consumption of rails so worked above, falls short of the quantity
issued to the contractor from Rail Stock Yard, the excess quantity issued shall have
to be returned back by the contractor to RITES in rail lengths not less than (4) four
meters. Rails lesser in length than Four (4) meters shall not be accepted. Such
surplus rails will have to be handed over by the Contractor to Engineer-in-Charge of
the work at his store at Barh. All cost of handling, leading, lifting etc on this account
shall be fully borne by the contractor and no payment, whatsoever, shall be payable
to the contractor on this account
d) If the contractor fails to return the excess quantity of Rails as calculated above, a
recovery at the rate of Rs.50,000/- (Rupees fifty thousand) only per metric tone for
1st quality rails shall be made for the excess quantity not returned back by the
contractor from his bills.
27.5 Procurement of PSC Sleepers:
i) PSC Sleepers has already been purchased by RITES for & on behalf of NTPC.
Balance quantity of Normal & special sleepers as per the schedule is to be procured
by the agency.
ii) Depending upon the requirements of work, the contractor shall give his requirement
schedule of sleepers to RITES sufficiently in advance of the date of requirement of
sleepers (at least one (1) month in advance of the requirement), so that necessary
arrangements are made by RITES for issue of sleepers to the contractor in time. Any
failure on this account resulting in stoppage/delay in execution of work shall be
solely on contractor’s account. The decision of the Engineer in charge of the work,
in this regard, shall be final and binding on the contractor.
iii) Upon receipt of requirement of sleepers from the contractors, RITES shall issue
authorization letter to the contractor to draw sleepers as required for the work.
However, before issue of authorization letter by RITES to the contractor, the
contractor will have to furnish an Indemnity bond to cover cost of these sleepers on
the proforma placed as Proforma-11. Such indemnity bond shall be available for the
period upto payment of ‘Final Bill’ to the contractor. However, the Indemnity bond
shall be released by RITES on measurement, reconciliation and finalisation of the
quantity of sleepers issued to the contractor against the concerned Indemnity bond,
in addition the contractor shall also provide insurance cover for the sleepers
covering cost of sleepers.
iv) On receipt of the authorization letter from RITES, the contractor to collect sleepers
from stock yard of NTPC/Barh and transport them to the site at his own cost.
Thereafter, the contractor shall be solely and fully responsible for the safe custody of
rails.
Signature of the tenderer
Under seal of the firm
68
v) Handling and leading of Sleepers.
The contractor shall as explained above, collect the sleepers from stock yard of
NTPC/Barh and then lead them to site of work where they are required to be used.
All costs towards handling, loading, leading, unloading, lifting, crossing of rivers,
nalah etc, as required for the work shall be solely borne by the contractor which will
be considered included in the relevant item of work of the Schedule of Quantities
and nothing extra shall be payable to the contractor on any account.
28 PAYMENT TOWARDS SUPPLY OF ORDINARY PSC SLEEPERS & PSC
SLEEPER FOR POINTS & CROSSINGS
a) 70% payment will be made on receipt of materials at site and balance 30% payment
will be made after laying the track. Actual quantity of materials received at site will
be considered for the purpose of effecting payment.
b) No payment will be made unless current and valid STCC (wherever applicable) is
submitted prior or along with the bills and also without obtaining insurance policies
for the work such as CAR policy, Workmen compensation policy, Plant &
Equipment policy etc.
29 RETURN OF UN-USED SURPLUS MATERIALS
29.1 In case the materials issued by RITES/NTPC are left surplus then the surplus material
should be returned by the contractor in good condition to the representative of
RITES/NTPC at specified depot at the time of completion of determination of
contract.
29.2 In case the contractor fails to return the un-used excess materials (over the actual
requirement plus 3% for wastage of consumed quantity) as indicated above, the cost
of surplus materials will be recovered from the contractor at the rate to be arrived at
as per relevant para below.
29.3 The rate at which the material is procured by RITES/NTPC through
supplier/contractor (±) 25% overhead charges approximately.
29.4 The contractor shall not be entitled for any cartage and incidental charges for
returning the surplus materials to the specified stores.
30 Following Specifications, Drawings and Codes with latest corrections/revisions
are required to be followed:
(i) Authorized drawings and plans if issued for this work from time to time by
RITES.
(ii) Other standard RDSO drawings and specifications for item as quoted in
schedule of Rates or otherwise applicable.
(iii) IS Codes and Specifications as applicable.
(iv) IRS Codes and Specifications as applicable.
(v) IRC Codes and Specifications as applicable.
(vi) RDSO Guidelines for Track Ballast
Signature of the tenderer
Under seal of the firm
69
(vii) Indian Railway Manuals including Permanent Way Manual, Bridge Manual,
Works Manual etc.
(viii) Eastern Railway Specifications as applicable.
(ix) Rites reserve the right to issue any drawing/instructions progressively.
(x) RITES Specifications for Railway Track & Bridge Works, September-2010
31 COMPLETION CERTIFICATE
31.1 The Contractor shall maintain a logbook at site incorporating therein the progress of
work during the execution of contract. During execution of the work, Contractor
shall submit monthly progress reports and on completion shall intimate the
Engineer-in-charge in writing. Within 21 days of receipt of such information the
Engineer-in-charge shall physically inspect the works and logbook and shall furnish
Contractor with a certificate of completion indicating
31.1.i Date of completion.
31.1.ii Defects to be rectified by Contractor. The Contractor shall remain liable for
rectifying defects etc. in the work executed by him and his sub-contractor upto 12
months after issue of completion certificates.
31.1.iii Part of work completed for which payment may be authorized towards the charges
claimed by them.
31.2 For the purpose of this clause the work shall be considered completed in full on the
day when the contractor has completely removed from the premises, all sheds
surplus material, rubbish etc.
32 TERMINATION
32.1 TERMINATION FOR DEFAULT
32.1.i The owner may without prejudice to any other remedy for breach of Contracts, by
written notice of default sent to the contractor, terminate the contract in whole or in
part.
32.1.ia If the Contractor fails to deliver any or all of the services within the time period(s)
specified in the contract or any extension thereof granted by the owner in writing.
32.1.ib If the Contractor fails to perform any other obligation(s) under the contract or.
32.1.ic If the contractor, in either of the above circumstances, does not cure its failure
within a period of twenty one (21) days after receipt of the default notice from the
owner.
32.1.id In the event the Owner terminates the Contract in whole or in part, pursuant to para
32.1.i, the owner may get the works done, upon such terms and in such manners as it
deems appropriate, similar to those not carried out by the Contractor, and the
Contractor shall be liable to the Owner for any excess costs for such similar works.
However, the Contractor shall continue performance of the Contractor to the extent
not terminated.
Signature of the tenderer
Under seal of the firm
70
32.2 TERMINATION FOR CONVENIENCE
32.2.i The owner may be written notice sent to the Contractor terminate the contract, in
whole or in part, at any time for its convenience. The notice of termination shall
specify that termination is for owner’s convenience, the extent to which performance
of work under the contract is terminated and the date upon which such termination
becomes effective.
32.2.ii The items of work those are completed and ready for final inspection within twenty
one (21) days after the contractor’s receipt of notice of termination shall be accepted
by the Owner at the Contract terms and price. For the remaining items of works the
Owner may elect.
32.2.iia To have any portion completed and delivered at the contract terms and prices
and/or.
32.2.iib To cancel the reminder and pay to the Contractor an agreed amount for partially
completed works.
32.3 TERMINATION FOR INSOLVENCY
32.3.i The owner may any time terminated the Contract by giving written notice to the
Contractor, without compensation to the Contractor, if the Contractor becomes
bankrupt or otherwise insolvent, provided that such termination will not prejudice or
affect any right action or remedy which has occurred or will accrue thereafter to the
Owner.
32.4 Upon termination of the contract at any time for whatever reason by RITES/NTPC
compensation shall be payable to the Contractor for all items of works performed
satisfactorily until the date of termination. In addition the Contractor will be paid
for such of those items of work, which have been partially completed as conditions
stipulated under clause 30.2.ii. The contractor shall provide available documentary
evidence to this effect, acceptance to RITES/NTPC.
32.5 Following issuance by RITES/NTPC of a notice of termination and prior to the
effective date of such termination, the Contract shall:
32.5.i Terminate performance of work in progress under the contract on the date and to the
extent specified in the notice of termination.
32.5.ii Incur no further costs for services except as necessary to complete performance of
any portion of the work under the contract not terminated by the said notice.
32.5.iii Terminate all outstanding order, service contracts and sub-contracts to the extent
that they relate to the performance of work terminated by the notice.
32.5.iv Transfer title and deliver to RITES/NTPC in the manner, at the times and to the
extent, if any, as directed, by RITES/NTPC in the completed or partially completed
items of work which, if the contract has been continued, would have been required
to be furnished to RITES/NTPC.
32.6 The termination of the contract shall not relieve the contractor of its responsibilities
and liabilities as per the contract for the portion of the work performed prior to the
effective date of termination.
Signature of the tenderer
Under seal of the firm
71
33 ARBITRATION
33.1 Except where otherwise provided for in the contract all questions and disputes
relating to the meaning of the specifications, designs, drawings and instructions
herein before mentioned and as to the quality of workmanship or material used on
the works or as to any other question, claim, right matter or thing whatsoever in any
way arising out of or relating to the contract, designs drawings, specifications,
estimates, instructions orders or these conditions or otherwise concerning the works,
or the execution or failure to execute the same whether arising during the progress of
the work or after the completion or abandonment thereof shall be referred to the sole
arbitration of the General Manager of NTPC Ltd. (Barh, STPP) and if General
Manager of NTPC Ltd. (Barh, STPP) is unable or unwilling to act, some other
person appointed by the Chairman & Managing Director, NTPC Ltd., will act as
such arbitrator. There will be no objection if the arbitrator so appointed is an
employee of NTPC Ltd., and that he had to deal with the matters to which the
contract relates and that in the course of his duties as such he had expressed views
on all or any of the matters in dispute or difference. The arbitrator to whom the
matter is originally referred being transferred or vacating his office or being unable
to act for any reasons as aforesaid at the time of such transfer, vacation of office or
inability to act, Chairman & Managing Director, NTPC Ltd., shall appoint another
person to act as arbitrator in accordance with the terms of the Contract. It is also a
term of this contract that no person other than a person appointed by Chairman &
Managing Director, NTPC Ltd., shall appoint another person to act as arbitrator in
accordance with the terms of the Contract. It is also a terms of this Contract that no
person other than a person appointed by Chairman & Managing Director, NTPC
Ltd., as aforesaid should act as arbitrator and if for any reason, that is not possible
the matter is not to be referred to arbitrator at all. Subject as aforesaid the provision
of Indian Arbitration and Conciliation Act, 1996, the rules framed there under and
any statutory modifications thereof shall apply to the arbitration proceeding under
this clause.
33.1.1 It is a term of the contract that the party invoking arbitration shall specify the dispute
or disputes to be referred to arbitration under this clause together with the amount or
amounts claimed in respect of each such dispute.
The arbitrator (s) may from time to time with consent of the parties enlarge the time
for making and publishing the award.
The work under the Contract shall, if reasonably possible, continue during the
arbitration proceedings and no payment due or payable to the Contractor shall be
withheld on account of such proceedings.
The Arbitrator shall be deemed to have entered on the references on the date he
issue notice to both the parties fixing the date of the first hearing. The Arbitrator
shall give a separate award in respect of each dispute or difference referred to him.
The venue of arbitration shall place as may be fixed by the Arbitrator in his sole
discretion.
The cost of arbitration shall be borne by the parties to the dispute, as may be decided
by the arbitrator(s).
In the event of disputes or differences arising between one Public Sector Enterprise
and a Govt. Department or between two Public Sector Enterprise the above
Signature of the tenderer
Under seal of the firm
72
stipulation shall not apply and the provisions of BPE office memorandum No.
BPE/GL-0017/MAN/2/110-75-BPE/GMI dated 01.01.1976 or its amendments for
arbitration shall be applicable.
33.1.2 Notwithstanding the existence of any dispute or difference and/or reference for the
arbitration the Contractor shall proceed with and continue without hindrance with
the performance of the work under the contract with due diligence and expedition in
a professional manner and the payment due to the contractor shall not be withheld
by the Owner on account of such difference or arbitration proceedings unless such
payment is subject matter of the arbitration.
34 LAWS GOVERNING THE CONTRACT
34.1 This Contract shall be governed by the Indian Laws for the time being in force.
35 APPOINTMENT OF SAFETY OFFICER.
35.1 The Contractor or Contractor’s Engineer or Contractor’s Supervisor who is directly
engaged in supervision of the work should go through General Safety awareness
training programme at least for two days at any reputed organization or Training by
NTPC before the start of the work. A certificate in this respect has to be obtained
and submitted to Engineer-in-Charge. The EIC should not allow the work to start
without this training as well as training to his workmen. Such designated safety
officer can discharge the responsibility of ensuring safety at work site. Besides
above daily PEP talks to be conducted at workplace for refreshing awareness.
36 ACCIDENTS
36.1 If any accident occurs in the project area under the charge of the contractor during
the period of construction or during the defect liability / maintenance period of 12
months after the commissioning of works, causing damage to the works / assets, an
inquiry shall be conducted by RITES / NTPC and if it is found in the inquiry that the
accident was caused due to any negligence / failure on the part of the contractor / his
staff /defective workmanship /defective material etc. attributable to the contractor,
he shall be responsible to carry out all required repairs / replacement / works to the
assets being maintained by him, solely at his cost. The decision of the inquiry
committee in this regard, shall be final and binding. In addition, the contractor shall
compensate the Railway/RITES/NTPC by payment of Rs. 5 Lacs (Rs. Five lacs) per
accident in cases where the contractor / his staff / defective workmanship /defective
material etc. are found responsible for the accident.
36.2 If, however, it is found in the inquiry that the contractor was not responsible in any
way for the accident and the accident occurred due to any fault on the part of
Railway/RITES/NTPC any other cause, the contractor shall not be responsible for
carrying out the require repairs / replacements/ works at his cost.
36.3 Not withstanding as to who is responsible for the accident, the contractor, if required
by RITES / NTPC shall immediately carry out all the required repairs / replacements
/ works to the assets being maintained by him, at accident site and in case he is not
found responsible for the accident as indicated in para (ii) above, he shall be paid for
the works / replacements/repairs as per schedule of rates as accepted in Schedule of
Quantities. For additional items if any, the payment shall be governed by provisions
Signature of the tenderer
Under seal of the firm
73
of para – 39 of General Conditions of Contract. In any case, the contractor shall
not delay the restoration work at accident site and shall carry them out
immediately on instructions from RITES. Any failure in this regard (delay in
restoration work) shall be treated as breach of contract and the contractor shall
be liable to pay a penalty of Rs. 16000/- per day for the days the restoration
work is not taken up by the contractor to the satisfaction of the Engineer-in-
Charge.
37. EXECUTION OF EXTRA ITEMS
Any other item, which has not been covered under items mentioned in BOQ,
shall be executed on SOR of E.C. Rly. 2012 and DSR 2012 rates.
(Signature} ..................
(Printed Name} ..........................................................
(Designation) ................... .......
(Firm Seal} ... ....
The person having Power of Attorney of the bidder, is required to sign and stamp at
each and every page including Annexures.
Signature of the tenderer
Under seal of the firm
74
List of Minimum Plants, Equipments and Machinery required to be deployed by Contractor at Site. – NOT APPLICABLE
Sl.No Descriptions Nos
1. Bull Dozer (Heavy Duty) 2
2. Excavator(Poclain) minimum 0.90 cum capacity 2
3. Dumpers 20
4. Roller( 10 Ton Capacity) 2
5. Vibro Compactor 2
6. Water Tankers 2
7. Diesel Generator Set 1
8. Survey Equipment:- Total Station & Auto Levels 1 Set each
9. Lab. Equipment for testing of Soil, Concrete etc As per Contract Requirement
10. Mixer 4
11. Vibrators Needle Type 5
12 De-Water Pumps (i) 5 HP (ii) 10 HP to 50 HP
2 2
13. Weigh Batcher 12
NOTES:-
a) These requirements and capacity of the equipment are indicative only and not exhaustive and deployment of the equipment, machinery and labour shall be suitably augmented to achieve the timely completion of the work as per the programme and directions of the Engineer. Without any additional cost to owner.
b) Other equipment through required for timely completion of the job, but not listed
above shall be deployed by the contractor, as per the job requirement and as directed by the Engineer.
c) The contractor shall make suitable provisions for repairs and maintenance of the
equipment mobilized and always keep them in good working conditions, as the repair facilities for such equipment are not available at the project site.
Signature of the tenderer
Under seal of the firm
75
PART-1
SECTION-4
TECHNICAL BID
AMENDMENT/ERRATA TO GCC
Signature of the tenderer
Under seal of the firm
76
AMMENDMENT/ERRATA NO.
Sl.No Page
No
Clause No Line of
Reference
Fill/Add/Delete
1. -- All
Clauses in
GCC.
-- Replace the word “National Thermal Power Corporation
Ltd.” or “NTPC” or “Corporation”
by “NTPC/RITES”.
2. 2. NIT 3. Fill “NTPC/BARH”.
3. 2. 1. -- Delete the entire existing clause and
Replace by: Tenders are invited by RITES Ltd. on behalf of
the National Thermal Power Corporation Ltd. for
Construction of new power plants and augmenting the
capacity of its existing ones is a continuous process in
NTPC. One mega project planed is a Super Thermal
Power Plant of 3 x 660 MW capacity near Barh town in
Patna district of Bihar. for NTPC Barh Super Thermal
Power Project.
4. 2. 4. 1 Replace “free of charge, two”
by “one”.
5. 2. 5. 1 Replace the word “The CMD, NTPC Ltd.”
by “The Competent Authority of RITES”.
6. 2. 9 -- Fill:
RITES Limited, Office of the Group General Manager
(P)/General Manager (P)
56, C.R.Avenue, 2nd
Floor,
Kolkata- 70 012
7. 4 20 3 Replace the line “of contract services … been returned”
by “for refund of EMD by tender cell”.
Signature of the tenderer
Under seal of the firm
77
8. 6 3.a -- Delete the entire Clause.
Replace by as “Owner” or “NTPC” or “Client” shall mean
the “National Thermal Power Corporation Ltd., New
Delhi, India (A Government of India Enterprises) and shall
include their legal representative, successor and
permitted assigns”.
“RITES Ltd.” (RITES) has been engaged as “Construction
Agency” to supervise the above project by the owner
(NTPC). RITES, shall, therefore be signing the contract
and working on the project, for and on behalf of its
Principal (NTPC) who is the owner & employer of the
Project to be constructed, under a Redeemable Power of
Attorney. The
Contract signed by RITES Ltd., is to be treated as the
Contract signed by “NTPC”.
9. 6 3.c -- Delete the entire Clause.
Replace by “Contract” shall mean the Contract
agreement entered into between RITES and the
Contractor, together with the Contract Documents
referred to therein, they shall constitute the Contract
and the term Contract shall in all such documents be
construed accordingly.
10. 6 3.d -- Delete the entire Clause.
Replace by “Contractor” shall mean the
Bidder whose bid has been accepted by RITES for the
Signature of the tenderer
Under seal of the firm
78
award of the work and shall include his legal
representatives, successors and permitted assigns.
11. 7 3.g -- Delete the entire Clause.
Replace by “Engineer–In – Charge” or “EIC” shall mean
the Officer appointed in writing by RITES to act as
Coordinator from time to time on behalf of NTPC in all
matters pertaining to this Contract. RITES shall authorize
“Engineer–in–Charge for direction, supervision,
inspection, security and approval of sum or all of the
services rendered by the Contractor under this Contract.
12. 7 3.j -- Delete the entire Clause.
Replace by Schedule(s) refer to in these condition shall
mean the relevant Schedule annexed to the tender
papers issued by RITES.
13. 7 3.k -- Delete the entire Clause.
Replace by “The ‘Project’ or “Site” or Barh Super Thermal
Power Project shall mean and include the Land and other
places on or over or into or through which the Railway
Siding System and it’s associated Sub – System between
Barh and Punarakh including the proposed Railway Line
and In plant yard such as Signaling and
Telecommunication System etc. are to be constructed by
the RITES through Contractor on behalf of NTPC as
specified in the Scope of work. It shall also include any
adjacent land, path street, river or a reservoir which may
Signature of the tenderer
Under seal of the firm
79
be allocated or used by the RITES or Contractor in
performance of the Contract”.
14. 7 3.n -- Delete the entire Clause.
Replace by “ A Week shall mean continuous period of
seven (7) days”.
15. 3.p Add new Clause:
“Specification” shall mean the terms and conditions of
contract and detail project report for mean a part of bid
documents and contract such other schedules and
drawings as may be mutually agreed upon.
16. 3.q Add new Clause:
“Notice of Award of Contract”/”Letter of Award” shall
mean the official intimation from the RITES notifying the
successful bidder that it’s proposal has been accepted
and that the bidder is required to sign the contract
agreement”.
17. 3.r Add new Clause:
“Date of Contract” shall mean the date on which both
parties have signed the contract agreement or any other
date mentioned in Contract/Letter of Award, as the
effective date of Contract, whichever is earlier.
18. 3.s Add new Clause:
Add new Clause “Indian Rupees” or the sign “Rs.” shall
mean the currency of the Government of India.
19. 3.t Add new Clause:
Signature of the tenderer
Under seal of the firm
80
“The Government” shall mean the “Government of
India” or “Government of State of Bihar” or an
authorized representative / agency / department of the
Government of India or an authorized representative /
agency / department of the Government of State of
Bihar”.
20. 3.u Add new Clause:
“Starting Date” shall mean the date from which the
period specified for various activities are measured and
set forth in completion schedule. The stating date for
each schedule, unless otherwise agreed, shall be as
indicated in the respective schedule.”
21. 3.v Add new Clause:
“Month” shall mean calendar month, “day” or “days”
unless herein otherwise expressly defined shall mean
calendar day or day of 24 hours each.
22. 3.w Add new Clause:
The “Title” or “Heading” shall not alter or affected the
indent or scope of the clause or articles of the
documents.
23. 3.x Add new Clause:
The “Date of Completion of Contract” – unless otherwise
terminated under the provisions of any other relevant
Clause of the document, the Contract shall be deemed to
have been completed after issuance of the certification
from Engineer – In – Charge that there is no demand out
standing against the Contractor and all liabilities under
the Contract have been satisfactorily fulfilled by the
Contractor.”
Signature of the tenderer
Under seal of the firm
81
24. 3.y Add new Clause:
Word pertaining “Person” shall include firms, companies,
corporations and association or bodies of individuals,
whether incorporated or not.
25. 3.z Add new Clause:
“Consultant to NTPC” – NTPC have appointed M/S Vouge
Construction and Consultancy Services Pvt Ltd. New
Delhi (VCC) as the Engineering Consultant for doing the
Design and Engineering, preparing technical
specifications and drawings for the work of Construction
of Railway Siding System and it’s associated Sub–
Systems. The Contractor in accordance with the design,
technical specifications and drawings prepared by VCC
shall execute all the works.
26. 3.aa Add new Clause:
BOQ or SOQ or SOR shall be read as “Schedule of
Quantities”.
27. 10 9
--
Delete the entire clause.
Refer, Clause 7 of SCC
28. 15 12.b.i 21 Add:
Subject to the approval of Engineer-In-Charge.
29. 21 15.b Delete the Entire Clause.
30. 25 16.7.1
and
16.7.2
-- Add the following as Clause No.:16.7.1(i) after the Clause
No.:16.7.1 “Failure to comply with model rules for
Labour Welfare and/or provisions relating to report on
accidents and/ or to grant of maternity benefits to
female workers shall make the Contractor liable to pay to
the RITES as Liquidated Damages an amount of Rs.
1000/- ( Rs. One Thousand only) for each default or
materially incorrect statement. The decision of the
Engineer-in-Charge in such matters based on reports
from the Inspecting Officers as defined in the Contractors
Labour Regulations as appended to these conditions shall
be final and binding and deductions for recovery of such
liquidated damages will be made from any amount
payable to the Sub-Contractor.
31. 25 16.7.2 -- Delete the entire existing Clause 16.7.2 and Add the
SAFETY PROVISIONS Clause:16.7.2 as
SAFETY PROVISIONS
A Contractor employing more than 250 workmen
whether temporary, casual, probationer, regular or
permanent or on contract, shall employ atleast one full
Signature of the tenderer
Under seal of the firm
82
time officer exclusively as safety officer to supervise
safely aspects of the equipment and workmen, who will
co-ordinate with project safety officer. In case of work
being carried out through agency‘s employees/workmen
will also be considered as the Sub-Contractor’s
employees/workmen for the above purpose. The name
and address of such safety officer of Contractor will be
promptly informed, in writing to Engineer-in-Charge with
a copy to safety officer-in-charge of NTPC/RITES before
he starts work or immediately after any change of
incumbent is made during currency of the contract.
In case any accident occurs during the
construction/erection or other associated activities
undertaken by the Contractor thereby causing any minor
or major or fatal injury to his employee due to any
reason, whatsoever, it shall be the responsibility of the
Contractor to promptly inform the same to NTPC/RITES
Engineer-in-Charge in prescribed form and also to all the
authorities envisaged under the applicable laws.
The Engineer-in-Charge shall have the right at his sole
discretion to stop the work, if in his opinion the work is
being carried out in such a way that it may cause
accidents and endanger the safety of the persons and/or
property and/or equipment. In such cases, the
Contractor shall be informed in writing about the nature
of hazards and possible injury/accident and he shall
comply to remove shortcomings promptly. The
Contractor after stopping the specific work can, if felt
necessary, appeal against the order of stoppage of work
to the Engineer-in-Charge within 3 days of such stoppage
of work and the decision of Engineer-in-Charge in this
respect shall be conclusive and binding on the Sub-
Contractor.
The Contractor shall not be entitled for any
damages/compensation for stoppage of work due to
safety reasons as provided in para 16.7.2 (iii) above and
the period of such stoppage of work will not be taken as
an extension of time for completion of work and will not
be the ground for waiver of levy of liquidated damages.
The Contractor shall follow and comply with all NTPC and
RITES safety rules, relevant provision of applicable law
pertaining to the safety of workmen, employees, plant
and equipment as may be prescribed from time to time
without any demur, protest or contest or reservation. In
case of any non-conformity between statutory
requirement and NTPC and RITES safety rules referred to
above, the latter shall be binding on the Contractor
unless the statutory provisions are stringent.
If the Contractor fails in providing safe working
environment as per NTPC and RITES Safety rules or
Signature of the tenderer
Under seal of the firm
83
continues the work even after being instructed to stop
work by the Engineer-in-Charge as provided in para
16.7.2 (iii) above, the Contractor shall promptly pay to
NTPC/RITES, on demand by the owner, compensation
@Rs.5000/- per day or part thereof till the instruction are
complied with and so certified by the Engineer-in-Charge.
However, in case of accident taking place causing injury,
to any individual, the provisions contained in para 16.7.2
(vii) below shall also apply in addition to compensation
mentioned in this para.
If the Contractor does not take all safety precautions
and/or fails to comply with the safety rules as prescribed
by NTPC and RITES or under the applicable law for the
safety of equipment and plant and for the safety of
personnel and the Contractor does not prevent
hazardous conditions which cause injury to his own
employees or employees of other Sub-Contractor, or
NTPC/RITES employees or any other person who are at
site or adjacent thereto, the Contractor shall be
responsible for payment of compensation to NTPC/RITES
as per the following schedule:
Fatal injury or accident causing death compensation 2
two percent (2%) of contract value or Rs.100, 000/-
(Rupees one lakh only) whichever is less, per person.
Major injury or accident causing 25% or more
permanent disablement To workmen or employees:
Compensation@ one half of one percent (1/2 %) of
contract value or Rs. 20,000/- (Rupees twenty thousand
only) whichever is less, per person.
Note: This compensation is applicable for death/ injury to
any person whatsoever.
Permanent disablement shall have the same meaning as
indicated in workmen Penalty Act. The compensation
mentioned above shall be in addition to the
compensation payable to the workmen/ employees
under the relevant provisions of workmen’s
compensation act and rules framed thereunder or any
other applicable laws as applicable from time to time. In
case the owner is made to pay such compensation then
Contractor is liable to reimburse the owner such amount
in addition to the penalty/ compensation indicated
above.
If the Contractor observes all the safety rules and codes,
statutory laws and Rules during the currency of the
contract awarded by the owner and no accident occurs
then NTPC may consider the performance of the
Contractor and award suitable “ACCIDENT FREE SAFETY
MERITORIOUS AWARD” as per scheme as may be
announced separately from time to time.
Signature of the tenderer
Under seal of the firm
84
32. 31
to
34
34 to
34.10
-- Delete the entire existing Clause.
33. 39 40 -- Add:
This will also be applicable for individual partnership of
JV.
34. 43 44 1 Replace “partnership” by “partnership or joint-venture”.
35. 44 46.a to
46.c
Delete the entire existing Clause.
Add: Also Refer clause 13 of SCC
36. 44 46.e 1 Delete the word “Where”.
37. 45 48 -- Add: Also Refer clause 13 of SCC
38. 47 51.1.b -- Replace “75% of the cost, as assessed by Engineer-in-
charge of” by “75% of the cost, as assessed by Engineer-
in-charge or 75% of the material component of the item
rate or 75% of the item rate whichever is lowest for”.
39. 50 56 -- Delete the entire existing clause.
40. 77 Schedule
– “B” and
“C”
-- Delete the entire existing Schedule.
41. 79
to
93.
-- -- Delete the entire existing Proforma.
Signature of the tenderer
Under seal of the firm
85
PART- 1
SECTION-5
TECHNICAL BID
GENERAL CONDITIONS OF CONTRACT (G.C.C.)
Signature of the tenderer
Under seal of the firm
86
Signature of the tenderer
Under seal of the firm
87
Signature of the tenderer
Under seal of the firm
88
Signature of the tenderer
Under seal of the firm
89
Signature of the tenderer
Under seal of the firm
90
Signature of the tenderer
Under seal of the firm
91
Signature of the tenderer
Under seal of the firm
92
Signature of the tenderer
Under seal of the firm
93
Signature of the tenderer
Under seal of the firm
94
Signature of the tenderer
Under seal of the firm
95
Signature of the tenderer
Under seal of the firm
96
Signature of the tenderer
Under seal of the firm
97
Signature of the tenderer
Under seal of the firm
98
Signature of the tenderer
Under seal of the firm
99
Signature of the tenderer
Under seal of the firm
100
Signature of the tenderer
Under seal of the firm
101
Signature of the tenderer
Under seal of the firm
102
Signature of the tenderer
Under seal of the firm
103
Signature of the tenderer
Under seal of the firm
104
Signature of the tenderer
Under seal of the firm
105
Signature of the tenderer
Under seal of the firm
106
Signature of the tenderer
Under seal of the firm
107
Signature of the tenderer
Under seal of the firm
108
Signature of the tenderer
Under seal of the firm
109
Signature of the tenderer
Under seal of the firm
110
Signature of the tenderer
Under seal of the firm
111
Signature of the tenderer
Under seal of the firm
112
Signature of the tenderer
Under seal of the firm
113
Signature of the tenderer
Under seal of the firm
114
Signature of the tenderer
Under seal of the firm
115
Signature of the tenderer
Under seal of the firm
116
Signature of the tenderer
Under seal of the firm
117
Signature of the tenderer
Under seal of the firm
118
Signature of the tenderer
Under seal of the firm
119
Signature of the tenderer
Under seal of the firm
120
Signature of the tenderer
Under seal of the firm
121
Signature of the tenderer
Under seal of the firm
122
Signature of the tenderer
Under seal of the firm
123
Signature of the tenderer
Under seal of the firm
124
Signature of the tenderer
Under seal of the firm
125
Signature of the tenderer
Under seal of the firm
126
Signature of the tenderer
Under seal of the firm
127
Signature of the tenderer
Under seal of the firm
128
Signature of the tenderer
Under seal of the firm
129
Signature of the tenderer
Under seal of the firm
130
Signature of the tenderer
Under seal of the firm
131
Signature of the tenderer
Under seal of the firm
132
Signature of the tenderer
Under seal of the firm
133
Signature of the tenderer
Under seal of the firm
134
Signature of the tenderer
Under seal of the firm
135
Signature of the tenderer
Under seal of the firm
136
Signature of the tenderer
Under seal of the firm
137
Signature of the tenderer
Under seal of the firm
138
Signature of the tenderer
Under seal of the firm
139
Signature of the tenderer
Under seal of the firm
140
Signature of the tenderer
Under seal of the firm
141
Signature of the tenderer
Under seal of the firm
142
Signature of the tenderer
Under seal of the firm
143
Signature of the tenderer
Under seal of the firm
144
Signature of the tenderer
Under seal of the firm
145
Signature of the tenderer
Under seal of the firm
146
Signature of the tenderer
Under seal of the firm
147
Signature of the tenderer
Under seal of the firm
148
Signature of the tenderer
Under seal of the firm
149
Signature of the tenderer
Under seal of the firm
150
Signature of the tenderer
Under seal of the firm
151
Signature of the tenderer
Under seal of the firm
152
Signature of the tenderer
Under seal of the firm
153
Signature of the tenderer
Under seal of the firm
154
Signature of the tenderer
Under seal of the firm
155
Signature of the tenderer
Under seal of the firm
156
Signature of the tenderer
Under seal of the firm
157
Signature of the tenderer
Under seal of the firm
158
Signature of the tenderer
Under seal of the firm
159
Signature of the tenderer
Under seal of the firm
160
Signature of the tenderer
Under seal of the firm
161
Signature of the tenderer
Under seal of the firm
162
Signature of the tenderer
Under seal of the firm
163
Signature of the tenderer
Under seal of the firm
164
Signature of the tenderer
Under seal of the firm
165
Signature of the tenderer
Under seal of the firm
166
Signature of the tenderer
Under seal of the firm
167
Signature of the tenderer
Under seal of the firm
168
Signature of the tenderer
Under seal of the firm
169
Signature of the tenderer
Under seal of the firm
170
Signature of the tenderer
Under seal of the firm
171
Signature of the tenderer
Under seal of the firm
172
Signature of the tenderer
Under seal of the firm
173
Signature of the tenderer
Under seal of the firm
174
Signature of the tenderer Under seal of the firm
175
Signature of the tenderer Under seal of the firm
176
Signature of the tenderer Under seal of the firm
177
Signature of the tenderer Under seal of the firm
178
Signature of the tenderer Under seal of the firm
179
Signature of the tenderer Under seal of the firm
180
Signature of the tenderer Under seal of the firm
181
Signature of the tenderer Under seal of the firm
182
Signature of the tenderer Under seal of the firm
183
Signature of the tenderer Under seal of the firm
184
Signature of the tenderer Under seal of the firm
185
Signature of the tenderer Under seal of the firm
186
SCHEDULE ‘A’
REFERENCE TO GENERAL CONDITIONS OF CONTRACT
This schedule will be applicable instead of Schedule – A (Page No. 74 to 75) of GCC. Condition No. 3(b) Accepting Authority Competent Authority of RITES Ltd
3(i) Market Rate-percentage addition to cover
overheads and profit
10% (Ten percent)
9.1 Earnest Money/Security Deposit Rs.2,96,200 /-
(a) Estimated cost of the Works Rs.296.18 Lac (Approx.)
10(iii) Schedule of Rates applicable SOR EC Rly-2012 and CPWD-DSR-2012
10(iv) DEVIATION LIMIT FOR ITEMS OF
WORK OTHER THAN THOSE BELOW
GROUND SURFACE
10(vi)A (a) Permissible deviation limit for any contract
item, substituted item or contract-cum-
substituted item in excess of the original
Value of item
20% (twenty percent)
(b) Permissible deviation limit for items of
work not already included in the Contract
20% (twenty percent)
DEVIATION LIMIT FOR ITEM OF WORK
BELOW GROUND SURFACE
10(vi)B Permissible deviation limit for an individual
trade item
100% (Hundred percent)
12 Suspension of Work
(b)(ii) Percentage payable to cover Contractor’s
indirect expenses for suspension exceeding
thirty days and not exceeding 3 months
5% (five percent)
(c) Percentage payable to cover Contractor’s
indirect expenses for suspension exceeding 3
months
5% (five percent)
13. Time allowed for execution for execution of
work or Time Schedule
03 months
13(h) Authority competent to decide if “ any other
cause” of delay is beyond Contractor’s control
Competent Authority of RITES Ltd
16. Distribution return of number and description
by trades of workmen employed on Works to be submitted to Engineer-in-Charge
FORTNIGHTLY
32. Authority competent to reduce compensation
amount
Competent Authority of RITES Ltd
33. Defects Liability Periods 12 months
51. Interim bills Monthly
54. Loans –
(a) Interest per annum on sum advanced
for purchase of Plant & Equipment
(b) Ditto-as lumpsum advance Recovery
of Loans to be effected
12% (twelve percent)
12% (twelve percent ) monthly
56. i) Authority for appointing Arbitrator
ii) Authority for nominating the name of
Arbitrator
Competent Authority of RITES Ltd
Competent Authority of NTPC Ltd
Signature of the tenderer Under seal of the firm
187
Section - 6
TECHNICAL SPECIFICATIONS
Signature of the tenderer Under seal of the firm
188
NATIONAL THERMAL POWER CORPORATION LIMITED
BARH SUPER THERMAL POWER PROJECT
Signature of the tenderer Under seal of the firm
189
Signature of the tenderer Under seal of the firm
190
Signature of the tenderer Under seal of the firm
191
Signature of the tenderer Under seal of the firm
192
Signature of the tenderer Under seal of the firm
193
SPECIFICATION FOR TRACK BALLAST
1. SCOPE: These specifications will be applicable for stone ballast to be used for
all types of sleepers on normal track, turnouts, tunnels and deck slabs etc on all
routes.
2. DETAILED SPECIFICATIONS:
2.1 GENERAL
2.1.1 Basic Quality: Ballast should be hard durable and as far as possible angular
along edges/corners, free from weathered portions of parent rock, organic
impurities and inorganic residues.
2.1.2 Particle shape: Ballast should be cubical in shape as far as possible.
Individual pieces should not be flaky and should have generally flat faces with not
more than two rounded/ sub rounded faces.
2.1.3 Mode of manufacture: Ballast for all BG main lines and running lines,
except on ‘E’ routes but including ‘E’ special routes, shall be machine crushed. For
other BG lines and MG/NG routes planned/sanctioned for conversion, the ballast
shall preferably be machine crushed. Hand broken ballast can be used in
exceptional cases with prior approval of Chief Track Engineer/CAO/C. Such
approval shall be obtained prior to invitation of tenders.
On other MG and NG routes not planned/sanctioned for conversion hand broken
ballast can be used for which no approval shall be required.
2.2 PHYSICAL PROPERTIES
2.2.1 Ballast sample should satisfy the following physical properties in accordance
with IS:2386 Pt.IV-1963 when tested as per the procedure given in Annexure-I & II.
BG, MG & NG(planned/sanctioned NG & MG(other than those For conversion) planned for conversion)
Aggregate 30% Max.* 35% Max.
Abrasion value
Aggregate 20% Max.* 30% Max.
Impact value
* In exceptional cases, on technical and/or economic grounds relaxable upto 35%
and 25%respectively by CTE in open line and CAO/C for construction projects. The
relaxation in Abrasion and Impact values shall be given prior to invitation of tender
and should be incorporated in the Tender document.
Signature of the tenderer Under seal of the firm
194
2.2.2 The ‘Water Absorption’ tested as per IS 2386 Pt.III-1963 following the
procedure given in Annexure III should not be more than 1%. This test however, to
be
prescribed at the discretion of CE/CTE in open line and CAO/Con. For construction
projects.
2.3 SIZE AND GRADATION
2.3.1 Ballast should satisfy the following size and gradation:
a) Retained on 65mm Sq.mesh sieve 5% Maximum
b) Retained on 40mm Sq.mesh sieve* 40%-60%
c) Retained on 20mm Sq.mesh sieve Not less than 98% for machine crushed
Not less than 95% for hand broken
* For machine crushed ballast only.
2.3.2 Oversize ballast
i) Retention on 65mm square mesh sieve.
A maximum of 5% ballast retained on 65mm sieve shall be allowed without
deduction in payment.
In case ballast retained on 65mm sieve exceeds 5% but does not exceed
10%, payment at 5% reduction in contracted rate shall be made for the full
stack. Stacks having more than 10% retention of ballast on 65mm sieve
shallbe rejected.
ii) In case ballast retained on 40mm square mesh sieve (machine crushed
case only) exceeds 60% limit prescribed in 2.3.1 (b) above, payment at the
following reduced rates shall be made for the full stack in addition to the
reduction worked out at i) above.
· 5% reduction in contracted rates if retention on 40mm square mesh sieve is
between 60% (excluding) and 65% (including).
· 10% reduction in contracted rates if retention on 40mm square mesh sieve
is between 65% (excluding) and 70% (including).
iii) In case retention on 40mm square mesh sieve exceeds 70%, the stack
shall be rejected.
iv) In case of hand broken ballast supply, 40mm sieve analysis may not be
carried out. The executive may however ensure that the ballast is well
graded between 65mm and 20mm size.
Signature of the tenderer Under seal of the firm
195
2.3.3 Under Size Ballast: The Ballast shall be treated as undersize and shall be rejected if
i) Retention on 40mm Sq. Mesh sieve is less than 40%.
ii) Retention on 20mm square mesh sieve is less than 98% (for machine
crushed) or 95% (for hand broken).
2.3.4 Method of Sieve Analysis:
i) Sieve sizes mentioned in this specification are nominal sizes. The following
tolerances in the size of holes for 65, 40 and 20mm nominal sieves sizes
shall be permitted.
65mm Square Mesh Sieve Plus Minus 1.5mm
40mm Square Mesh Sieve Plus Minus 1.5mm
20mm Square Mesh Sieve Plus Minus 1.0mm
Mesh sizes of the sieves should be checked before actual
measurement.
The screen for sieving the ballast shall be of square mesh and shall not be
less than 100cm in length, 70cm in breadth and 10cm in height on sides.
ii) While carrying out sieve analysis, the screen shall not be kept inclined, but
held horizontally and shaken vigorously. The pieces of ballast retained on
the screen can be turned with hand to see if they pass through but should
not be pushed through the sieve.
iii) The percentage passing through or retained on the sieve shall be
determined by weight.
3. CONDITIONS FOR SUBMISSION OF TENDER
3.1 Each tenderer at the time of tendering shall submit the test report of Impact
Value.
Abrasion Value, Water Absorption Value from approved laboratories and the
list of these laboratories shall be mentioned in the tender documents.
3.2 The tenderer shall also furnish an undertaking as incorporated in the tender
document that the ballast supply at all times will conform to Specifications
for Track Ballast as specified by Railway.
4. METHOD OF MEASUREMENT
4.1 Stack Measurement
Stacking shall be done on a neat, plain and firm ground with good drainage.
The height of stack shall not be less than 1m except in hilly areas where it
may be 0.5m. The height shall not be more than 2.0m. Top width of stack
shall not be less than 1.0m. Top of stack shall be kept parallel to the ground
plane. The side slopes of stack should not be flatter than 1.5:1 (Horizontal :
Vertical). Cubical content of each stack shall normally be not less than 30
cum in plain areas and 15 cum in hilly areas.
Signature of the tenderer Under seal of the firm
196
4.2 Wagon Measurement
4.2.1 In case of ballast supply taken by direct loading into wagons, a continuous
white line should be painted inside the wagon to indicate the level to which
the ballast should be loaded. The cubical content in cubic meter
corresponding to white line should also be painted on both sides outside the
wagon.
4.2.2 In addition to painted line, mentioned in para 4.2.1, short pieces of flats (cut
pieces of tie bars or otherwise) with cubical contents punched shall be
welded at the centre of all the four sides as permanent reference. In case
the supply is taken in general service wagon, actual measurements will be
taken. Welded Flat White line
4.3 Shrinkage Allowance
Payment shall be made for the gross measurements either in stacks or in
wagons without any deduction for shrinkage/voids. However, when ballast
supply is made in wagons, shrinkage upto 8% shall be permitted at
destination while verifying the booked quantities by the consignee.
5. SAMPLING AND TESTING
5.1 A minimum of 3 samples of ballast for sieve analysis shall be taken for
measurement done on any particular date even if the numbers of stacks to
be measured are less than three.
5.2 The test viz. Determination of Abrasion Value, Impact Value and Water
Absorption should be got done through approved laboratories or Railway’s
own laboratories (List of these laboratories shall be mentioned in the tender
document).
5.3 In order to ensure supply of uniform quality of ballast, the following norms
shall be followed in respect of sampling, testing and acceptance.
5.3.1 On supply of the first 100 cum, the tests for size gradation, Abrasion value,
Impact value and water absorption (if prescribed) shall be carried out by
Railway. Further supply shall be accepted only after this ballast satisfies the
specifications for these tests. Railway reserves the right to terminate the
contract as per GCC at this stage itself in case the ballast supply fails to
conform with any of these specifications.
Signature of the tenderer Under seal of the firm
197
5.3.2 Subsequent tests shall be carried out as follows
Supply in stacks Supply in Wagons
For stack of
volume less than
100 cum
For stack of
volume more than
100 cum
a) Size and
Gradation
Tests.
- No. of Tests
- Size of one
sample
One for each
stack.
** 0.027 cum
One for each
stack.
** 0.027 cum for
every 100 cum or
part thereof.
One for each
wagon.
** 0.027 cum
b) Abrasion Value,
Impact Value and
Water Absorption
test @Testing
Frequency
One test for every 2000 cum
** This sample should be collected using a wooden box of internal dimensions
0.3m x 0.3m x 0.3m from different parts of the stack/wagon.
@ These tests shall be done for the purpose of monitoring quality during
supply. In case of the test results not being as per the prescribed
specifications at any stage, further supplies shall be suspended till suitable
corrective action is taken and supplies ensured as per specifications.
The above tests may be carried out more frequently if warranted at the
discretion of Railway.
5.3.3 All tests for Abrasion value Impact value and water absorption conducted
subsequently to award of contract shall be done at Railway’s cost.
Signature of the tenderer Under seal of the firm
198
ANNEXURE-I
Aggregate Abrasion Value
(Based on IS:2386 Part IV-1963)
1. Apparatus
1.1 The abrasion test for track ballast shall be carried out using Los-Angles
Machine as per fig.1.
1.2 The abrasive charge shall consist of 12 nos. cast iron or steel spheres
approx. 48mm dia and each weighing between 390 and 445 gm ensuring
total weight of charge as 5,000 ± 25gm.
1.3 IS sieves of sizes 50mm, 40mm, 25mm and 1.70mm.
1.4 Drying Oven
2. Test Sample
2.1 The test sample of 10,000gm shall consist of clean ballast conforming to the
following grading:
· Passing 50mm and retained on
40mm square mesh sieve 5,000 gm@
· Passing 40mm and retained on
25mm square mesh sieve 5,000 gm@
@ tolerance of ±2% permitted.
2.2 The sample shall be dried in oven at 100 – 110 °C to a constant weight and
weighed (Weight ‘A’).
3. Test Procedure
The test sample and the abrasive charge shall be placed in the Los-Angeles abrasion testing machine and the machine rotated at a speed of 20-33 revolutions/minute for 1000 revolutions. At the completion of test, the material shall be discharged and sieved through 1.70mm IS sieve.
4. Analysis and reporting of the Result
4.1 The material coarser than 1.70mm IS sieve shall be washed, dried in oven
at 100 -110°C to a constant weight and weighed (weight B).
4.2 The proportion of loss between Weight “A” and Weight “B” of the test
sample shall be expressed as a percentage of the original weight of the test
sample. This value shall be reported as:
A-B
Aggregate Abrasion Value = ------------------- X 100
A
-6-
Signature of the tenderer Under seal of the firm
199
ANNEXURE-II
Aggregate impact value
(Based on IS:2386 Part IV-1963)
1. Apparatus The apparatus shall consist of the following
a) Impact testing machine conforming to IS:2386 part IV-1963 as per fig.2.
b) IS Sieve of sizes 12.5mm, 10mm and 2.36mm.
c) A cylindrical metal measure of 75mm dia & 50mm depth.
d) A tamping rod 10mm circular cross section and 230mm length, rounded at one
end.
e) Drying Oven
2. Test Sample
2.1 The test sample shall be prepared out of track ballast so as to conform to following
grading:
- Passing 12.5mm IS sieve 100%
- Retention 10mm IS sieve 100%
2.2 The sample shall be oven dried for 4 hours at a temperature of 100-110°C and
cooled.
2.3 The measure shall be filled about one-third full with the prepared aggregate and
tamped with 25 strokes of the tamping rod. A further similar quantity of aggregate
shall be added and a further tamping of 25 strokes given. The measure shall finally
be filled to overflowing, tamped 25 times and the surplus aggregate struck off,
using and tamping rod as a straight edge. The net weight of the aggregate in the
measure shall be determined to the nearest gm (weight ’A’).
3. Test Procedure
3.1 The cup of impact testing machine shall be fixed firmly in the position on the base
of the machine and the whole of the test sample placed in it and compacted by 25
strokes of the tamping rod.
3.2 The hammer shall be raised 380mm above the upper surface of the aggregate in
the cup and allowed to fall freely on to the aggregate. The test sample shall be
subjected to a total of 15 such blows, each being delivered at an interval of not less
than one second.
4. Analysis and Reporting of the result
4.1 The sample shall be removed and sieved through 2.36mm IS sieve. The fraction
passing through shall be weighed ( Weight ‘B’ ). The fraction retained on the sieve
shall also be weighed ( Weight ‘C’ ) and if the total weight (B+C ) is less than the
initial weight ( Weight ‘A’ ) by more than one gm, the result shall be discarded and
a fresh test made.
4.2 The ratio of the weight of the fines formed to the total sample weight shall be
expressed as a percentage. Aggregate Impact Value = (B/A) X 100
4.3 Two such tests shall be carried out and the mean of the results shall be reported to
the nearest whole number as the Aggregate Impact Value of the tested material.
Signature of the tenderer Under seal of the firm
200
ANNEXURE-III
Water Absorption
(Based on IS: 2386 Part III-1963)
1. Apparatus
The apparatus shall consist of the following:
a) Wire Basket- Perforated, electroplated or plastic coated, with wire hangers
for suspending it from the balance.
b) Water tight container for suspending the basket.
c) Dry soft Absorbent cloth 75x45 cm size 2 nos.
d) Shallow Tray of minimum 650 square cm area.
e) Air tight container of capacity similar to basket.
f) Drying Oven.
2. Test Sample
A sample of not less than 2000gm shall be used.
3. Test Procedure
3.1 The sample shall be thoroughly washed to remove finer particle and dust,
drained and then placed in the wire basket and immersed in distilled water
at a temperature between 22-32°C.
3.2 After immersion the entrapped air shall be removed by lifting the basket and
allowing it to drop 25 times in 25 seconds. The basket and sample shall
remain immersed for a period of 24 ± ½ hours afterwards.
3.3 The basket and aggregate shall then be removed from the water, allowed to
drain for few minutes, after which the aggregate shall be gently emptied
from the basket on to one of dry clothes and gently surface dried with the
cloth transferring it to second dry cloth when the first will remove no further
moisture. The stone aggregate shall be spread on the second cloth and
exposed to atmosphere (away from direct sunlight) until it appears to be
completely surface dry. The aggregate then shall be weighed (Weight ‘A’).
3.4 The aggregate shall then be placed in an oven at a temperature 100 -
110°C for 24hours. It shall then be removed from oven, cooled and weighed
(weight ‘B’).
4. Analysis and Reporting of the Result
Water Absorption = {(A-B)/ B}x100
4.1 Two such tests shall be made and individual and mean results shall be
reported.
Signature of the tenderer Under seal of the firm
201
Signature of the tenderer Under seal of the firm
202
Signature of the tenderer Under seal of the firm
203
Correction Slip No. 1
(“Specification of Track Ballast”, IRS-GE-1, June, 2004)
Add a new para 2.3.1.1 as under :
“In exceptional cases, where it is considered necessary on technical
considerations, to reduce the maximum size of ballast for NG lines, CTE may
modify the size & gradation of the ballast as defined above. In case of such
modifications, provision given in para 2.3.2 to 2.3.4 below shall also be
suitably modified. This will be finalized before invitation of tenders and
should be incorporated in the tender documents.”
Sd./- -
(Nand Kishore)
Executive Director /GE
Signature of the tenderer Under seal of the firm
204
Correction Slip No. 2
(“Specification of Track Ballast”, IRS-GE-I, June, 2004)
Add a new para 5.3.4 as under:
To Carry out Impact Test on ballast, a test sample of ballast pieces (about 5
kg in weight) of size 10 mm to 12.5 mm will be required. Appropriate care
should be taken by the railways that ballast selected for breaking down to 10
mm to 12.5 mm size for Impact test should be random from the ballast supply
to avoid any subjectivity in selection of test sample. Alternatively, the test
sample in the recommended range of size be got manufactured along with
the ballast in sufficient quantity required for this test.
(Alok Kumar)
Executive Director
Geotechnical Engineering
Signature of the tenderer Under seal of the firm
205
MANUAL FOR
FUSION WELDING OF RAILS BY THE ALUNIINO-THERMIC PROCESS
1. Introduction
1.1 This manual supercedes "Manual for welding of rail joints by the alumino-thermic
process, April 1987"
1.2. There have been many technological improvements in the process of alumino-thermic
(AT) welding which have necessitated revision of manual issued in April 1987. Same
considerations also led to revision of Indian Railway Standard specification for fusion
welding of rails by alumino-thermic process which has now been revised and issued under
the serial No. IRS: T-19-1994.
1.3 On Indian Railways alumino-thermic welding with short pre-heating process by using
high silica sand mould (carbon dioxide dried) is being followed at present for welding rails
of different chemistry and sections. Short pre-heating is mostly being done by air-petrol
fuel mixture. Oxy-LPG and compressed air petrol fuel mixture are being developed as these
techniques take less time for pre-heating the rail ends to desired temperature resulting in
saving of block time with improved quality of joint.
1.4 AT welding is required to be done to convert flash butt-welded panels into long panels
and for repair of fracture. Normally new single rails shall not be welded by AT welding.
1.5 Conventional AT welding process which utilised green sand mould has been banned on
Indian Railways. Alumino-thermic welding techniques with short pre-heat process have
been standardised for 75R, 90 R and higher rail sections and not standardised for 60R rails.
The welding of 60R rails will be done by conventional AT welding process using green
sand mould, as the scope of such welding is very limited for which the provisions laid
down in 'Manual for welding of rail joints by the alumino-thermic process, April 1987' will
continue to be applicable.
2. Scope: This manual outlines the method of welding and the precautions and steps to be
taken before, during and after welding by short pre-heating process for achieving
satisfactory weld.
3. Selection of rails to be welded:
3.1 For both new as well as second hand rails, before welding, it should be ensured that the
end bends of the rails are within + 0.5 mm, - 0 mm in vertical and ! 0.5 mm in lateral
direction, when checked with one metre straight edge as shown in Fig. 3.1(a), (b) and (c).
3.2 New rails: Rails to be welded shall conform to the tolerances stipulated in the relevant
specification as stated in table 1 given at page 2.
Signature of the tenderer Under seal of the firm
206
TABLE 1
Tolerances in new rail dimensions
Grade of rail
Rail sect-ion
Specifica-tion
Head width
Height Flange width
Thick ness of web
End squareness
1. Grade 880
(90 UTS)
52 kg IRS:T-12-96
± 0.5 mm +0.8mm
-0.4mm
±
1.0mm
+1.0 mm
-0.5 mm
± 0.6mm
60 kg IRS:T-12-96
--do-- --do-- +1.2mm
-1.0mm
--do-- --do--
2. Grade 1000
(100 UTS)
52 kg IRS:T-12-96
--do-- --do-- ± 1mm --do-- --do--
60 kg IRS:T-12-96
--do-- --do-- +1.2mm
-1.0mm
--do-- --do--
3. Grade 1080
head
hardened
rails
60 kg IRS:T-12-96
--do-- --do-- +1.2mm
-1.0mm
--do-- --do--
4. Chrome- manganese & chrome-vanadium alloy steel rails(100 UTS)
60 kg
(UIC)
Clause 1.6 of UIC-860-0 (8th edition dated 1-7-86)
± 0.5mm ± 0.6mm
+1.0mm
-1.1mm
+1.0mm
-0.5mm
± 0.6mm
3.3 Second hand rails : Far conversion of existing single rails/short welded panels into
SWP/LWR/CWR or during secondary rail renewal, old serviceable rails may be welded
subject to the following conditions :
(i) Obsolete rail sections and rails older than 50 years shall not, normally, be welded.
Specific approval of the Railway Board may, however, be obtained in special cases.
(ii) The Chief Track Engineer shall satisfy himself that second hand rails have a substantial
rail life to make it a safe and economical proposal.
(iii) Rails shall be free from corrosion or excessive wear. The height of rail and width of
rail head shall not be less than the values as indicated in Table 2 given below.
Signature of the tenderer Under seal of the firm
207
TABLE 2
Rail section
Normal height of new rail (mm)
Minimum height of old rail (mm)
Width of head of new rail (mm)
Min. width of old rail (as measured at the gauge corner) (mm)
60 kg 172 163 72 66
52 kg 156 150 67 61
90R 143 139 67 61
75R 129 126 62 56
60R 114 112 57 51
The limit of lateral wear in the rail head as laid down in Table 2, viz. 6 mm may be
followed subject to uniform gauge without any abrupt change.
(iv) Rails shall be tested before welding, with ultrasonic flaw detector apart from visual
inspection, so that rails having cracks and internal flaws are excluded from welding. In
order to achieve satisfactory running on welded rail panels, rails with excessive scabbing;
wheel burns, corrugations and wear of rail seats shall not be used for welding. The rail
flange bottom shall be visually inspected to ensure freedom from defects like dent, notch,
corrosion, etc.
(v) Even where cracks/flaws have not been detected during visual USFD examination
before welding, the ends of second hand rails should be suitably cropped so as to eliminate
fish bolt holes.
(vi) The rail ends shall be cut by sawing or using abrasive disc cutter and not by flame
cutting.
(vii) Second hand rails shall be match-marked before releasing from track to enable
matching of the rail ends at the time of welding. Kinks, if any, in the rails shall be removed
before welding.
(viii) The rolling marks on the web of rails shall be checked before welding to ensure that
generally rails of different qualities are not welded together. However in unavoidable
circumstances, where rails of Grade 710 (72 UTS) rail chemistry and that of Grade 880 (90
UTS) chemistry are to be welded, the portion of Grade 880 (90 UTS) chemistry shall be
utilised for welding.
(xi) While using second hand rail panels for secondary renewal, released from LWR/CWR
sections, the ends should be cropped to eliminate fish bolt holes. If rail ends do not have
bolt holes, the ends may be cropped to a distance of minimum 150 mm for AT welds and
85 mm for flash butt welds from the centre of welded joint to eliminate heat affected zone
of welds. End cropping may be suitably increased so as to ensure that rail ends are within
the tolerances as specified in para 3.1.
Signature of the tenderer Under seal of the firm
208
4. Execution of joints at site
4.1 Technique for welding : Welding techniques approved provisionally or for regular
adoption by Railway Board/RDSO should only be adopted for welding of rails. Present
status of welding techniques, approved/provisionally approved for extended field trials, of
various AT portion manufacturing firms is given at Annexure 1 (as on 31.12.97).
4.1.1 Presently, only four firms are approved for manufacturing of portion and execution of
welding. Further, 12 firms are approved only for executing AT welds with portion and
technique developed by Thermit Portion Plant, N. Rly., Lucknow (TPP). Apart from this,
departmental welders are also trained and certified by TPP for AT welding of rails with the
technique developed by them. Following course of action may be adopted for welding of
rails through approved portions manufacturers, labour contracting firms and by
departmental welders:
(i) Large scale welding
(a) Approved portions manufacturing firms with their portions, consumables, equipment and RDSO certified welders/welding supervisors.
(b) Labour contracting firms with portions, consumables of TPP and
welders/welding supervisors certified by RDSO.
(c) Departmental welders certified by TPP with portions and consumables
manufactured by TPP only.
(ii) Casual welding
(a) Agencies as mentioned in para 4.1.l(i) (a) and (b) above.
(b) TPP certified departmental welders for welds of 25 mm gap using
portion, consumables and preferably equipment also of approved portions
manufacturers as per the approved welding parameters as given in Annexure
1.
(iii) AT welding in case of turn-key contracts : In case of turn-key contracts for gauge
conversion, new lines, doubling, open line works, etc. in which AT welding also forms a
small portion of work, suitable provisions may be kept in the contract conditions for
executing welding by the agencies as mentioned in Pam 4.1.1 (i) (a).
4.2 Portion for welding
4.2.1 The 'portion' used for welding shall conform to the technical requirements as
mentioned in IRS:T-19-1994. The suitability of the 'portion' for the welding process in
respect of the type and section of rails to be welded shall be ensured before commencing
welding. Only RDSO certified/passed portions should be used for welding.
Signature of the tenderer Under seal of the firm
209
4.2.2 Shelf life of portion : No specific shelf life has been indicated for AT welding
portions. Life of portions would depend on the quality of packing and storage condition.
AT portion is sensitive to moisture. Once the portion absorbs moisture, the same cannot be
removed even by drying as the ingredients react chemically. All such portion should not be
used for welding.
If packing is intact and there is no entry of moisture, the portion can be used even after a
long time. However, following procedure may be adopted for permitting use of portions
beyond two years after the date of manufacturing:
(a) One random sample per batch of 300 or part there-of may be drawn from the portions available in stores.
(b) The sample shall be tested for reaction test. If the reaction is normal, the batch
represented by the sample can be used without further tests.
(c) In case the reaction is found to be quiet or boiling, a test joint should be made
from one more sample selected from the batch. Following tests should be conducted
on the test joints.
(i) Aluminium content test (from riser of the joint)
(ii) Load deflection test
These tests should be conducted at Zonal CMTs organisation and/or the Flash Butt Welding
Plant. If the values obtained in above tests are within the specified values as given in para
4.1.3 and 4.2.3.1 of IRS: T-l 9-94, the batch represented by the sample can be used
otherwise batch should be rejected.
(d) The rejected portions are to be disposed-off by igniting five portions at a time in pit
away from the store.
4.3 Equipment and staff for welding : The list for one set of AT welding equipment by
short preheating process is given in Annexure 2. The composition of thermit welding team
is given in Annexure 3.
4.4 Preparation of rail ends to be welded : The rail end face and adjacent sides at foot
(top and bottom), web and head up to 50 mm shall be thoroughly cleaned using kerosene
oil and brushing with wire brush to remove all dirt, grease and rust before welding. Any
burrs at the rail ends shall be removed by chiseling or grinding.
Normally, no alumino-thermic welded joint shall be located closer than 4 m from any other
welded or fishplated joint.
4.5 Gap between rail ends : The two rail ends to be welded shall be held in position with a
uniform and vertical gap as per gap specified in Annexure 1. The uniformity and verticality
of the gap shall be measured by a gauge prior to welding. In case of wide gap 50 ± 1/75 ± 1
mm welding, for repairing fractured/defective welds, it shall be ensured that the end faces
Signature of the tenderer Under seal of the firm
210
are vertical. In LWR/CWR territory, hydraulic/mechanical rail tenser of suitable and
approved design should be used for maintaining correct rail gap during welding.
4.6 Preliminary work prior to welding
4.6.1 In case of in-situ welding the rail fastenings for at least five sleepers on either side of
the proposed weld shall be loosened. The sleepers adjacent to the joint to be welded shall
be shifted to obtain a clear working space of 250 mm on either side to accommodate the
moulds, clamps, preheating equipment, etc. The rails shall then be properly aligned, both
horizontally and vertically.
4.6.2 When the welding work is carried out on cess, full rail length shall be levelled by
supporting on at least ten wooden blocks on either side. The rails shall be properly aligned
in horizontal and vertical direction and held in position.
4.7 Alignment of rail ends before welding
4.7.1 The rail ends to be welded shall be aligned in horizontal and vertical planes to the
dimensional limits indicated below:
4.7.1.1 Lateral alignment : The two rail ends, after alignment shall be within ! 0.5 mm
when checked with a 1.0 m straight edge at rail ends [Fig. 4.7.1.1 (a) & (b)]. Any difference
in the widths of rail heads shall always be fully kept on the non-gauge side, correctly
aligning the rail ends on the gauge face.
4.7.1.2 Vertical alignment : The joint shall be kept higher by 3 to 4 mm for 72 UTS rails
and 2 to 2.4 mm for higher UTS rails when measured at the end of 1 m straight edge (as a
compensation against sagging caused by differential shrinkage on cooling) (Fig. 4.7. 1.2).
This shall be achieved by wedges applied on the rail supporting blocks on both sides of the
joint.
4.7.2 Gap between rail ends may be rechecked after completion of alignment. Datum
marks shall be made on foot of both rails as well as on joint sleepers in order to observe any
longitudinal movement of rails. If excessive longitudinal movement occurs during pre-
heating and produces a welding gap outside the prescribed limits, the welding of joint shall
be temporarily abandoned and joint allowed to cool.
4.8 Fixing of mould
4.8.1 Only prefabricated moulds supplied by the portion manufacturer shall be used for
welding. These are to be made by mixing high silica sand to IS:1987 with sodium silicate to
the required consistency, followed by passage of carbon dioxide gas. These prefabricated
moulds shall have adequate permeability for escape of mould gases and adequate
reinforcement to avoid mould crushing during transportation and welding.
4.8.2 Before mounting on the rail ends to be welded, each pair of moulds shall be
examined for defects, dampness, cracks, blocked vents, etc. and defective moulds
discarded. The prefabricated moulds shall be handled with care, as they are fragile and
liable to breakage.
Signature of the tenderer Under seal of the firm
211
4.8.3 During fixing the moulds, it shall be ensured that the centre line of the rail gap
coincides with the centre line of the mould to avoid cross joint. The mould jackets/shoes
holding the pre-fabricated mould in a snug fit condition, after fixing, shall be tightened by
the application of adequate pressure. Excessive pressure may cause breakage of mould and
dropping of sand inside the mould cavity. Care shall be taken during application of
adequate pressure. It is essential for the moulds to fit flush to each other across the bottom
of the rail flange, which can be checked by feeling with fingers across the junction of the
two halves of the moulds and by looking down the riser aperture. The moulds should touch
the bottom of rail foot to ensure proper size of collar at the bottom.
4.8.4 After fixing the moulds, the gap between mould and the rail shall be packed firmly
with luting sand to prevent leakage of liquid weld metal. To protect the rail top table from
metal splashes during reaction, the adjacent rail surface on either side of the moulds shall
be covered with metal cover or smeared with luting sand up to 15 cm on either side.
4.9 Preheating
4.9.1 After fixing and luting of the moulds, the rail ends shall be uniformly pre-heated
throughout the rail section with specially designed air petrol/compressed air petrol/ oxygen-
LPG burner as the case may be. The flame shall be properly adjusted to achieve the desired
rail temperature. The pre-heating shall be done from the top of the mould box for stipulated
period for welding technique adopted, so as to achieve a temperature of around 600 ± 20
C.
4.9.2 In welding process using air petrol burner, the compressor tank pressure during
operation of the burner shall be maintained at 7 ± 0.70 kg/cm2 (100 ± 10 lb. per sq. in.). In
case of per-heating by oxy-LPG process, pressure for oxygen and LPG cylinders shall be
adjusted in the range of 7.0-8.0 kg/cm2 and 2.0-2.5 kg/cm2 respectively. While preheating
with oxy-LPG burner LPG supply should be opened first and the gas ignited, thereafter
oxygen supply should be opened. While closing, oxygen supply should be stopped first
followed by LPG supply. The burner shall be properly adjusted during preheating to ensure
that the head, web and foot of both the rail ends are heated uniformly.
4.9.3 Preheating time : Preheating time would be about 10 to 12 minutes and 2 to 2.5
minutes for air-petrol and oxy-LPG preheating techniques respectively. The actual
preheating time would depend upon the rail section and welding technique adopted as given
in Annexure I.
4.9.4 Special emphasis shall be given to the tank pressure, efficiency of burner and flame
condition for achieving required rail temperature within the stipulated time. From time to
time or in case of any doubt with a view to maintain proper quality control, temperature
measuring devices like optical pyrometer, contact type pyrometer or temperature indicating
crayons may be used for measuring rail end temperature just after completion of preheating
i.e. after removal of burner.
Signature of the tenderer Under seal of the firm
212
4.10 Welding
4.10.1 The crucible lined with refractory material (magnetite/crushed alumina slag) and
fitted with bottom stone and thimble shall be preheated before making the first weld of the
day to ensure freedom from moisture.
4.10.2 Slag shall be cleaned from the crucible after each reaction, if necessary. During
cleaning, care shall be taken not to damage the refractory crucible lining. The lining shall
be examined regularly and patch repairing, or relining as necessary shall be carried out.
4.10.3 The crucible shall be positioned relative to the pouring gate with respect to its
height from the mould after it has been placed on the stand mounted on the rail head. The
tap hole in the crucible shall be sealed with closing pin, asbestos powder and slag power.
The 'portion', for the required technique, shall be thoroughly hand mixed and poured into
the crucible striking the crucible wall so that the bottom plugging remains undisturbed. The
portion shall be coned to the centre of the crucible and a sparkler be placed at the top. The
crucible shall then be brought to the proper position over the mould in line with the pouring
gate of the mould with a vertical distance of about 50 mm between the tap hole and sand
core/ top of the pouring gate.
4.10.4 After preheating the rail joint, the sparkler shall be ignited and inserted in the
portion at the centre top to start the reaction. The reaction shall not be vigorous or boiling.
By the time the reaction is complete, the burner shall be removed quickly and the gap
closed with a dried sand core in case of central pouring to prevent loss of heat and
turbulence during flow of metal. The time period between removal of burner and tapping of
metal should be as minimum as possible. After the reaction subsides, about three seconds
shall be allowed for the separation of slag from the metal, which may be judged by looking
into the crucible through coloured glass to IS:5983. Thereafter, the molten steel shall be
tapped into the mould by striking the closing pin with a tapping rod. It shall be ensured that
since the commencement of the reaction, thermit steel is tapped within the time limit as
specified in Annexure 1. Care shall be taken to ensure that the crucible does not move from
its position during tapping. When pouring is over, the crucible and swivel stand shall be
removed and kept aside without disturbing the joint. If the reaction is found to be boiling,
the metal shall be out-tapped. Vigorous reaction and loose closing of crucible may cause
self tapping. In this case also, the metal shall be out tapped. If, in any case, self tapped
metal enters the mould, the joint shall be rejected, cut and rewelded. In cases of out tapping,
the joint should be cooled to ambient temperature and the process of welding restarted a
fresh. However if temperature can be measured, the rail end may be heated to an extent so
as to achieve temperature of about 600 ± 20 C and welding of joint may be completed.
4.10.5 After pouring, molten metal shall be allowed to cool and solidify with mould intact
for the stipulated time (mould waiting time) depending upon the rail section and ambient
temperature. In case of alloy steel rails, full rail section up to 300 mm on either side of the
joint shall be heated by using burner during this period. The mould shoes shall be removed
just prior to completion of mould waiting time. The mould waiting time is generally four to
six minutes for 25 mm gap joints and 12 minutes for 75 mm gap joints. After the mould
waiting time has elapsed, the trimming should be done by using weld trimmer of suitable
Signature of the tenderer Under seal of the firm
213
and approved design without knocking out the mould. List of approved manufacturers of
rail profile weld grinder and weld trimmer is given at Annexure 4.
In the eventuality of sudden failure of weld trimmer, manual chipping may be resorted to.
In case of welding of old rails, if it is not possible to use weld trimmer due to flow of metal
at rail head, manual chipping should be done.
4.10.6 During the trimming operation, it shall be ensured that the wedges used in aligning
are in their proper places without loosening, and they are not removed for at least 20
minutes after stripping. The runner and riser must not be removed until cold, and that too
only by knocking towards the rail.
4.10.7 No welding shall be carried out if it is raining. In case, the rains start while the joint
is under execution, immediate arrangement to adequately cover the site shall be made.
5.1 Post weld cooling
5.1.1 110 UTS alloy steel rail joints (chrome manganese and chrome vanadium type) are
required to be slowly cooled immediately after trimming by fixing an insulation hood
(Fig.5.1) lined with asbestos, so as to control the cooling rate of the weld zone. The hood
must be kept around the joint for at least 20 minutes.
5.1.2 In case of welding of head hardened rails, the average hardness of the HAZ of the rail
becomes considerably less than the parent rail hardness. This lower hardness is due to
transformation of rail steel occurring at cooling rate much lower than that achieved during
the original head hardening operation. Such a hardness difference can lead to differential
plastic deformation during wheel rail contact which may cause localised cupping. Head
hardened rails, therefore, must be subjected to controlled quenching for a specific time by
the arrangement approved for the technique.
5.2 Post weld packing of sleeper : Before the passage of traffic, the wedges used For
aligning should be removed and joint sleepers which were shifted to obtain the clear gap of
250 mm on either side as per para 4.6.1 shall be re-shifted to the original location and
repacked. Packing of these resifted sleepers should be carried out gently and carefully.
5.3 Passing of traffic : The first train should be allowed to pass on the newly welded joint
only after 30 minutes have elapsed since pouring of weld metal. Necessary speed restriction
shall be observed until the grinding operation is over.
5.4 Grinding
5.4.1 After the excess metal is trimmed off, the grinding of the remaining metal on the rail
table and the sides of the rail head shall be carried out only with rail profile guided grinding
trolley of approved design. Use of hand files should not be resorted to except in
unavoidable circumstances. In the case of in-situ joints, the grinding shall commence only
after the sleeper fastenings are refixed, after the removal of wedges. The rail table shall first
be ground down to original profile and checked by a one metre straight edge. This should
be followed by grinding of the sides of rail head. The accuracy of grinding shall be checked
Signature of the tenderer Under seal of the firm
214
by using 10 cm straight edge. While grinding, only light pressure should be applied and
grinding wheel should be moved to and fro to avoid local over heating.
5.4.2 Tolerances on finished welds : All the finished joints shall be checked to ensure that
the joint geometry is within the following tolerances:
(i) Vertical alignment: Variation not more than +1.0 mm, -0 mm measured at the end of one metre straight edge.
(ii) Lateral alignment : Variation not more than ± 0.5 mm measured at centre
of one metre straight edge.
(iii) Finishing of top surface : + 0.4 mm, -0 mm measured at the end of 10
cm straight edge.
(iv) Head finishing on sides : ± 0.3 mm over gauge side of the rail head
measured at the centre of 10 cm straight edge.
Note : In specific cases, for joint geometry, in case of old rails, dispensations may be
permitted by Chief Engineer.
The method of checking the geometry of welded joints is illustrated in Fig. 5.4.2.
5.5 Record of joint geometry : The details of geometry of each joint shall be jointly
signed by the firm's and Railway's representative and kept as record. Any joint found not
conforming to the above stipulations shall be cut and rewelded, free of cost, by the firm.
5.6 Marking : Each joint shall have a distinctive mark indicating month, year, agency,
welder's code and weld number of the welded joint in the following manner:
* * * * * * * * * * * * *
Month Last two digits of Year
Agency Specific person number
Weld No
This should be done by punching on an aluminium strip of suitable thickness and
dimension of 30× 100 mm which should be fixed to the web of the rail with epoxy adhesive
at approximately 300 mm from the joint. The welded joints shall be serially numbered in a
kilometre. Repair welds/additional welds done at a later date may be given continuing weld
number in that kilometre. For example, the last thermit weld number in a particular
kilometre was 88 and subsequently a thermit weld has been executed, it shall be numbered
89, irrespective of its location in that kilometre. PWI shall maintain 'Thermit Weld Register'
as per proforma given in Annexure 5. No punch marking should be done on the rail,
5.7 Painting of thermit welds
Signature of the tenderer Under seal of the firm
215
5.7.1 Painting of weld collar should be done on all welds to protect them against corrosion
immediately after the welding. The procedure of painting and specification of paint is
outlined in Annexures 6 and 7.
5.7.2 In service painting (maintenance painting) of thermit welds should be carried as per
following frequency:
(i) Once in four years in areas not prone to corrosion.
(ii) Every year at locations prone to corrosion as defined in para 249 (i) of
IRPWM. The frequency may be increased depending on the site conditions.
(iii) On condition basis at locations which are prone to severe corrosion
(areas of severe corrosion to be decided by territorial Chief Engineer/Chief
Track Engineer).
5.7.3 The procedure for painting of weld collar for thermit welded rail joints to protect
against normal corrosion and severe corrosion is outlined in Annexures 6 and 7
respectively.
6. Acceptance tests
6.1 Visual inspection : All the welded joints shall be examined carefully to detect any
visible defect like cracks, blow holes, etc. Any joint, which shows any visible defect,
should be rejected.
6.2 Dimensional check : All finished joints shall be checked for dimensional tolerances
which should be within the tolerances as specified in para 5.4.2.
6.3 Ultrasonic flaw detection test : All the fusion welded joints shall be ultrasonically
tested and accepted by the purchaser or his representative as per the 'Procedure for
ultrasonic testing of thermit welded rail joints' given at Annexure 8. This testing shall be
completed as early as possible but in any case before the contractor/ welding team leaves
the welding site.
6.4 Rewelding of defective joints
6.4.1 All the joints found to be defective as per acceptance tests as given in paras 6.1, 6.2,
& 6.3 and/or joints failed in guarantee period as specified in para 7.3 will be cut and
rewelded by the firm free of cost using their portions, equipment, labour and consumables.
6.4.2 Where one bad joint is required to be replaced by two new joints, the entire cost of
both the joints shall be borne by the firm.
6.4.3 All the rewelded joints should meet the acceptance tests as indicated in paras 6.1 to
6.3
Signature of the tenderer Under seal of the firm
216
7. Sample test joint
7.1 One out of every 100 joints welded shall be selected at random by the purchaser or by
the inspecting officer within one month of welding and subjected to hardness, transverse
load/deflection tests and porosity as per clause 4.2 of IRS:T-19-1994 (reproduced partly as
Annexure 9 for ready reference) and the joint shall comply with the provisions laid down
therein.
7.2 If the sample test joint fails to satisfy any of the requirements of specification IRS:T-19-
1994, the Railway will be at liberty to suspend further welding. However, two more
randomly selected joints from the same lot of 100 joints shall be subjected to retests as per
clause 4.2 of IRS:T-19-1994. Both the joints should clear all the tests. If this report is also
not satisfactory, further welding of joints shall be suspended until the firm's welding
technique has been examined and the same satisfies the requirements of clause 4 of IRS:T-
19-1994. The clearance for re-commencement of welding shall be given by RDSO.
7.3 Guarantee
7.3.1 Rail joints welded by a firm shall be guaranteed against failure for a period of two
years from the date of welding the joints in track or from the date such welded joints made
'in cess' are inserted in the track. Any such welded joint which fails within the guarantee
period shall be rewelded free of cost by firm as per stipulations of para 6.4.
7.3.2 In case of failure of sample test joint (refer para 7), the period of guarantee for 100
joints represented by the sample joint shall be extended for a further period of one year. In
case of failure of joints or joints exhibiting signs of failure by cracking within extended
period of guarantee, the joints shall be rewelded free of cost by the supplier as per
stipulations of para 6.4.
7.4 The welded joints with the extended period of guarantee shall be marked 'X' with
yellow paint on the outer side of the web of the rail near the joint in addition to the marking
prescribed in para 5.6. Such marked joints shall be kept under careful observation by the
purchaser.
8. Other requirements
8.1 Welding shall be supervised by trained welding supervisor and carried out by trained
welder having valid competency certificate from RDSO/TPP, NR, Lucknow in their
possession.
8.2 A welding supervisor shall supervise not more than two welding teams deployed within
50 m distance at a time.
8.3 A copy of the thermit welding manual shall be available with each PWI and at each
welding site.
9. Precautions : While carrying out welding at site, the following precautions shall be
observed :
Signature of the tenderer Under seal of the firm
217
(i) It should be ensured that the portion being used matches with type and chemistry of rail.
(ii) Rail ends should be square.
(iii) Alignment of rail ends should be perfect as checked by straight edge.
(iv) Rail ends should be properly cleaned with kerosene oil and wire brushes.
(v) Stop watch should be provided to the welding supervisor at each welding site.
(vi) Pressure in the tanks/cylinder should be properly maintained during pre-heating.
(vii) Correct gap between rail ends at head, web and foot shall be ensured.
(viii) Correct preheating time for rail ends shall be ensured.
(ix) Tightness of clips fitted with hose connections to compressor tank and burner shall be
checked before commencing preheating.
(x) Nozzles of burners shall be cleaned periodically to avoid back- fire.
(xi) The compressor tank shall be kept at least 2 to 3 m away from the burner to prevent fire
hazard.
(xii) The tapping shall be done within the time specified for that particular technique.
Welding parameters for techniques presently being used are available at Annexure 1. For
special type of welding i.e. 75 mm gap, combination joint, etc. the time of reaction and
tapping shall be as stipulated by RDSO for that particular welding technique.
(xiii) Arrangements for giving first aid shall be available at site.
(xiv) Welders should be provided with gloves and coloured glasses.
(xv) Boiling portion shall be out tapped.
(xvi) No moist portion/torned portion bag shall be used for welding.
(xvii) Dampness in moulds can lead to porosity and early fatigue failure of welds.
(xviii) Only those contractual agencies as have clearance from the RDSO/Railway Board
can execute welding work. Supply of portions must be from sources approved by
RDSO/Railway Board.
(xix) Many weld failures show evidence of badly cut rail ends. The evenness and verticality
of a rail cut depends solely upon the skill of the welder. With portable disc cutters, very
little skill is required to produce good cut.
10. Defects in AT welding : The major types of defects which can cause weld failure
because of improper weld execution are given in Annexure 10.
Signature of the tenderer Under seal of the firm
218
ANNEXURE 1
STATUS OF VARIOUS AT WELDING TECHNIQUES (as on 31.12.97)
I. India Thermit Corporation Ltd., Kanpur
1. Techniques with air-petrol pre-heating
S.No. Welding technique Gap
(mm)
Pre- heating time(mm)
Reaction time (sec)
Wt. of portion
(kg)± 2% Remarks
1. 60 kg (90 UTS) 25± 1 12 20± 3 13.4 Approved 2. 60 kg (72 UTS) 25± 1 12 20± 3 13.4 Approved 3. 52 kg (90 UTS) 25± 1 10 20± 3 11.8 Approved 4. 52 kg (72 UTS) 25± 1 10 20± 3 11.8 Approved 5. 90R (90 UTS) 25± 1 8 20± 3 10.6 Approved 6. 90R (72 UTS) 25± 1 8 20± 3 10.6 Approved 7. 75R (90 UTS) 25± 1 6 20± 3 8.55 Approved 8. 75R (72 UTS) 25± 1 6 20± 3 8.55 Approved 9. 52 kg (90 UTS) wide
gap 75± 1 10 20± 3 23.75 Provisionally
Approved for extended field trial
10. 60 kg (90 UTS) wide gap
75± 1 12 25± 3 25.8 Provisionally Approved for extended fieldtrial
11. 52 kg (90 UTS)/90R (72 UTS) comb.jt.
48-50 10 25± 3 19.6 Provisionally Approved for extended field trial
12. 60 kg/52kg (90 UTS) comb.jt.
50± 1 12 25± 3 21.4 Under development
2. Technique with compressed air-petrol pre-heating
S.No Welding technique Gap
(mm)
Pre-heating time (mm)
Tapping time (mm)
Wt. of portion (kg
± 2%)
Post weld heat treatment* (minutes)
Remarks
1. 60 kg (90 UTS) Head hardened(with post weld air quenching)
25± 1 4.5 20± 3 13.4 8 Provisionally Approved for extended field trial
With equipment of M/s ITC, Kanpur
Signature of the tenderer Under seal of the firm
219
II. Harshad Thermit Industries, Raipur 1. Techniques with air-petrol pre-heating S.No Welding technique Gap
(mm)
Pre- heating time(mm)
Reaction time (sec)
Wt. of portion (kg) ! 2%
Remarks
1. 60 kg (90 UTS) 25± 1 12 20± 3 13 Approved 2. 52 kg (90 UTS) 25± 1 10-11 20± 3 12.5 Approved 3. 52 kg (72 UTS) 25± 1 10 20± 5 12 Approved 4. 90R (90 UTS) 25± 1 8 20± 3 11 Approved 5. 90R (72 UTS) 25± 1 10 20± 5 11 Approved 6. 75R (90 UTS) 25± 1 8 20± 5 6.75 Approved 7. 75R (72 UTS) 25± 1 8 20± 5 6.75 Approved 8. 52 R (90 UTS)/90R
(72 UTS) comb. jt. 75± 1 10 20± 3 23.75 Provisionally
Approved for extended field trial
2. Technique with oxy-LPG pre-heating
S.No Welding technique Gap
(mm)
Pre-heating time (mm)
Tapping time (mm)
Wt. of portion (kg ! 2%)
Remarks
1. 60 kg (90 UTS) 25± 1 3.0 20± 1 15 Under development 2. 52 kg (90 UTS) 25± 1 2.5 19± 1 12.5 Under development III. Sagar Electric & General Industries, Hyderabad 1. Techniques with air-petrol pre-heating S.No Welding technique Gap
(mm)
Pre- heating time(mm)
Reaction time (sec)
Wt. of portion (kg) ! 2%
Remarks
1. 60 kg (90 UTS) 25± 1 12 20± 5 13.8 Approved 2. 60 kg (72 UTS) 25± 1 10-12 20± 3 12.5 Approved 3. 52 kg (90 UTS) 25± 1 10 20± 3 11.0 Approved 4. 52 kg (72 UTS) 25± 1 10-11 20± 3 11.0 Approved 5. 90R (90 UTS) 25± 1 10 20± 5 10.0 Approved 6. 90R (72 UTS) 25± 1 9-11 20± 3 10.0 Approved 7. 75R (90 UTS) 25± 1 7-8 20± 3 10.21 Approved 8. 75 R (72 UTS) 25± 1 7-8 20± 5 9.72 Approved
IV. Raybon Metals Privet Limited, Bilaspur
1. Techniques with air-petrol pre-heating
S.No Welding technique Gap
(mm)
Pre- heating time(mm)
Reaction time (sec)
Wt. of portion (kg) ! 2%
Remarks
1. 60 kg (90 UTS) 25± 1 10 20± 3 12.4 Approved 2. 52 kg (72 UTS) 25± 1 10 20± 3 12.2 Approved
Signature of the tenderer Under seal of the firm
220
ANNEXURE 2
LIST OF EQUIPMENT FOR ALUMINO-THERMIC WELDING OF RAIL JOINTS BY SHORT
PREHEATING PROCESS PER WELDING TEAM
S. No. Description
Quantity Mass
welding
Repair
Welding A. PRE-HEATING EQUIPMENT A1. Air-petrol pre-heating 1. Pressure tanks with pressure gauges complete 2 Nos. 1 No. 2. Vaporisers (burner) complete 2 Nos. 1 No. 3. Nozzle prickers 4 Nos. 2 Nos. 4. Nozzle keys 1 No. 1 No. 5. Vaporiser stand 2 Nos. 1 No. 6. Goose neck attachment to vaporiser 4 Nos. 2 nos. A2. Compressed air-petrol pre-heating 1. Suitable compressor system with pressure gauges 2 Nos. 1 No. 2. Torch (burner) complete 2 Nos. 1 No. 3. Torch (burner) keys 1 No. 1 No. 4. Torch (burner) stand 2 Nos. 1 No. 5. Goose neck attachment to vaporiser 4 Nos. 2 Nos. A3. Oxy-LPG pre-heating 1. Oxy-LPG torch (burner) 2 Nos. 1 No. 2. Oxygen cylinder with pressure gauge 2 Nos. 1 No. 3. LPG cylinder with pressure gauge 2 Nos. 1 No. 4. Torch (burner) stand 2 Nos. 1 No. 5. Connecting hose pipe 4 Nos. 2 Nos. B. OTHER EQUIPMENT 2 Nos. 1 No. 1. Crucible complete 2 Nos. 1 No. 2. Crucible caps 2 Nos. 1 No. 3. Crucible forks 2 Nos. 1 No. 4. Crucible stands 2 Nos. 1 No. 5. Crucible rings 2 Nos. 1 No. 6. Mould pressure (clamp) 2 Nos. 1 No. 7. Cleaning rod round 2 Nos. 1 No. 8. Tapping rod 1 No. 1 No. 9. Straight edge 1 m long 2 Nos. 1 No. 10. Straight edge 10 cm long 2 Nos. 1 No. 11. Aluminium steel rod for thermal plugging 2 Nos. 2 Nos. 12. Leather washers for pump 4 Nos. 2 Nos. 13. Gap gauges and height gauge 2 Nos. 1 No. 14. Filler gauge 2 Nos. 1 No. 15. Tools for punching the marking 2 Nos. 1 No. 16. Mould shoes 6 pairs 2 pairs 17. Stop watches 1 No. 1 No. 18. Pyrometer/thermal chalk for measurement of rail temperature 1 No. 1 No. 19. Wooden wedges for rail alignment 24 Nos. 1 No.
Signature of the tenderer Under seal of the firm
221
ANNEXURE 2(contd.)
LIST OF EQUIPMENT FOR ALUMINO-THERMIC WELDING OF RAIL JOINTS BY SHORT
PREHEATING PROCESS PER WELDING TEAM
20. First aid box filled with medicines, bandages, cotton, etc. 1 No. 12 Nos. 21. Mirror 150 x 100 mm with handle 2 Nos. 1 No. 22. Tool box containing :
(i) Hot sets (chisels) (For emergency use only) 2 Nos. 1 No.
(ii) Funnel tin (for pouring petrol) 1 No. 1 No.
(iii) Adjustable spanner 1 No. 1 No.
(iv) Hammer 1 kg 1 No. 1 No.
iv) Sledge hammer double panel 5 kg 2 Nos. 2 Nos.
(vi) Steel wire brush Blue goggles 1 No. 1 No.
viii) Paint brush 50 mm 2 pairs 1 pair
(ix) Slag container (bowl) 1 No. 1 No.
(x) Asbestos gloves 2 Nos. 1 No.
(xi) Hose clips 4 pairs 2 pairs
(xii) Pliers 4 Nos. 4 Nos.
(xiii) Rail file 350 x 40 x 6 mm (For emergency use only) 1 No. 1 No.
23 Weld trimmer 4 Nos. 2 Nos. 24. Insulation hood for control cooling (for 110 UTS rail welding) 1 No. 1 No. 25. Rail profile guided grinding trolley 1 No. 1 No. 26. To ensure quality, protective clothing, shoes gear & leather
gloves 1 No. 1 No.
ANNEXURE 3
COMPOSITION OF THERMIT WELDING TEAM (COMPRESSOR TANK-WISE)
Designation Numbers
Welder Grade I/Grade II 1
Welder Grade III/ Skilled Artisan 2
Helper Khalasi/Khalasi 5
Gangman As per work load
Note: The composition of welding team has been framed taking into account that trimming
and grinding operation would be done by weld trimmer and rail profile grinder.
Signature of the tenderer Under seal of the firm
222
ANNEXURE 4
LIST OF APPROVED SUPPLIERS OF RAIL PROFILE WELD GRINDER AND WELD TRIMMER
(as on 01-09-97)
S.No. Name of Machine
Approved supplier Approval granted up to
1. Rail profile weld grinder
(i) M/s Indiana Machine, D-151, Phase-VII,
S.A.S. Nagar-160 055
(Near Chandigarh).
31.3.98
(ii) M/s Phooltas Tamper Pvt. Ltd. Layak Bhavan, Canal Road, Patna-800 001.
31-12-97
(iii) M/s Rajasthan Mining & Engg. Pvt. Ltd., 65, Gopal Bari, Jaipur-302 001.
31-06-98
(iv) M/s ITC Ltd.,
• 84/22, Fazalganj,
Kanpur- 208 012.
01-12-98
2. Weld trimmer (i) M/s CTR Manufacturing Trimmer Industries Ltd., Nagar Road, Pune-411 014.
31-12-97
(ii) M/s ITC Ltd.,
84/22, Fazalganj,
Kanpur-208 012.
01-12-98
Signature of the tenderer Under seal of the firm
223
ANNEXURE 5
PROFORMA FOR THERMIT WELD REGISTER
Sl.
No.
Date of
welding
Location details Rail Bolt
Hole
Dist. (mm)
Block
St.
Cess/
Situ
Km TP U/
D
L/
R
Sect. UTS
1 2 3 4
Portion details Welding details
Agen.
code
Batch No. Portion
No.
Date of
manuf.
Agency code Process Super
visor
Welder
code.
5 6
Weld
No.
Block time Date of
finish grinding
Dimensional toler on finished
joint
USFD testing
After welding
From To On 1 m On 10 cm Date Result
(Pass/F) Lat Ver. Top Side
7 8 9 10 11
In service failure details Test joint
Date
removed
Repl. weld Ref. Sign. of
PWI
Weld. Failure Weld 1 Weld 2
Date Type S. No. Date S. No. Date
12 13 14 15
Date of
sending
test jt.with
refer.
Test joint results
Date of
receipt of
results
with ref.
Hardness (BHN) Transverse load Poro-
sity
(%)
Date of
marking
'X' for
extended
guarantee
Remarks
Rail Weld HAZ Load
(t)
Def.
(mm)
16 17
Signature of the tenderer Under seal of the firm
224
ANNEXURE 6
PROCEDURE FOR PAINTING OF WELD COLLAR FOR THERMIT WELDED
RAIL JOINTS TO PROTECT AGAINST NORMAL CORROSION
A. NEW WELDED JOINT
1. Surface preparation
1.1 Remove dust, loose rust and mill scale by wire brushing.
1.2 Scrub welded area with water to make it free from slag and other water soluble
compounds. Make it dry.
2. Painting procedure
2.1 Apply one coat of ready mixed paint; brushing, bituminous black, lead free, acid, alkali,
water and chlorine resisting, conforming to IS:9862-1981 on the welded area and 10 cm on
either side.
2.2 After eight hours drying, apply a second coat of the same paint.
2.3 Painting should be carried out by brush only.
B. MAINTENANCE PAINTING (FOR OLD PAINTED JOINTS)
1. Surface preparation
1.1 Remove dust, dirt, and flaked paint from the welded joint by wire brushing.
1.2 Degrease the surface by petroleum hydrocarbon or any other suitable solvent, if oil or
grease is present. Allow it to dry.
2. Painting procedure
2.1 Apply one coat of ready mixed paint; brushing, bituminous black, lead free, acid, alkali
and chlorine resistant to IS:9862-1981 or bituminous emulsion to IRS: P-30-1996 on
welded area and 10 cm on either side.
2.2 If required, a second coat of the same paint may be applied after a minimum of eight
hours drying.
2.3 Painting should be carried out by brush.
3. The list of approved manufactures for the above quality of paints is issued every year by
the Director General (M&C), RDSO, Lucknow to Zonal Railways.
Signature of the tenderer Under seal of the firm
225
ANNEXURE 7
PROCEDURE FOR PAINTING OF WELD COLLAR FOR THERMIT WELDED RAIL JOINTS TO
PROTECT AGAINST SEVERE CORROSION
A. NEW WELDED JOINT
1. Surface preparation
1.1. Remove dust, loose rust and mill scale by wire brushing.
11.2 Scrub welded area with water to make it free from slag and other water soluble
compounds. Make it dry.
2. Painting procedure
2.1 Apply one coat of high build epoxy paint(two pack) conforming to RDSO
specification No. M&C/PCN-111/88 on the welded area up to 10 cm on either side.
B. MAINTENANCE PAINTING (FOR OLD PAINTED JOINTS)
1. Surface preparation
1.1 Remove dust, dirt, and flaked paint from the welded joint by wire brushing.
1.2 Degrease the surface by petroleum hydrocarbon or any other suitable solvent, if
oil or grease is present. Allow it to dry.
2. Painting procedure
2.1. Apply one coat of high build epoxy paint (two pack) conforming to RDSO
specification No. M&CIPCN-............. on the welded area up to 10 cm on either
side.
3. RDSO specification No. M&C/111/88 has been circulated vide RDSO's letter No.
M&C/PCN/II/TR/3 dt. 13/ 14-5-1 991.
NOTE :
1. The epoxy based paint recommended is a two pack system with a pot life of around five
hours. Hence prepare only that much quantity of paint which can be consumed in less than
five hours.
2. The paint should be procured along with the thinner recommended by the manufacturer
of the paint. No other thinner i.e. kerosene oil, etc should be used.
3. The painting shall be carried out by brush only. Brush shall be cleaned by the thinner
after use.
Signature of the tenderer Under seal of the firm
226
4. The list of probable suppliers is given below as per RDSO's letter No.M&C/PCN/II/TR/3
dt. 13/14-5-1991:
(i) M/s Asian Paints (India) Ltd.,
Nirmal', 5th Floor,
Nariman Point, P.B. No. 1546,
Mumbai- 400 421.
(ii) Mis Addison Paints & Chemicals Ltd.,
'Huzur Gardens',
Sembium, Chennai-600 011.
(iii) M/s Goodlass Nerolac Paints (P) Ltd.,
Nerolac House, Ganpat Rao Kadaw Marg,
Lower Parel,
Mumbai- 400 013.
(iv) M/s Shalimar Paints Limited,
13, Camac St.,
Calcutta - 700 071.
(v) M/s Berger Paints India Ltd.,
32, Chowringee Road,
Calcutta - 700 071.
Signature of the tenderer Under seal of the firm
227
ANNEXURE 8
PROCEDURE FOR ULTRASONIC TESTING OF ALUMINO THERMIT RAIL
JOINTS
1. Scope : This procedure covers the requirement of ultrasonic testing of alumino themic (AT) welded rail joints immediately after execution of the weld.
2. General conditions of test
2.1 surface preparation : After execution of the AT weld, the welded zone shall be
dressed properly to facilitate placement of probes and to avoid incidence of spurious signals
on the CRT. The rail table shall be dressed to obtain reasonably flat and smooth surface.
The flange and the web, up to a distance of 200 mm on either side of the weld collar shall
be thoroughly cleaned with a wire brush to ensure freedom from dust, dirt, surface
unevenness, etc.
2.2 Couplant : Water/oil/soft grease shall be used as couplant.
2.3 Sensitivity: The equipment sensitivity shall be set for normal, 70 and 80 probes in
accordance with the procedure laid down in para 4. The sensitivity so adjusted shall be
considered as normal gain setting and shall be utilised during AT weld testing, the
sensitivity level shall not be altered during the course of testing.
3. Apparatus required
3.1 Equipment : Any model of RDSO approved rail tester shall be considered suitable for
testing of AT welded rail joints.
3.2 Probes : During ultrasonic examination of AT welded joints, the following probes shall
be utilised:
(a) Normal (0 ), 4 MHz Double crystal fitted in trolley
(b) 70 , 2 MHz Double crystal fitted in trolley
(c) 80 , 1.25 MHz Single crystal for hand probing
3.3 Cable : One co-axial cable of suitable length for connecting 80 probe to flaw detector
shall be used. The length should not exceed more than 5 m.
4. Sensitivity setting procedure
4.1 Calibration : The equipment shall be set for a depth range of 250 mm by manipulating
the depth control knob suitably. Each main scale division, therefore, shall correspond to 25
mm.
Signature of the tenderer Under seal of the firm
228
4.2 Test rail : The sensitivity of the ultrasonic equipment shall be set with the help of a
standard Ai welded rail piece of 1.5 m length having a simulated flaw at standard locations
as shown in Fig. 1.
4.3 Alignment of probes : The alignment of normal and 70 probes fitted with the trolley
may be checked by placing the rail tester on the test rail using water/oil as a couplant and
ensuring that the probes travel along the vertical axis of the rail.
4.4 Sensitivity setting for 70 ; probes
4.4.1 Place the trolley on the test rails shown in Fig. l. Keep the switches of all the probes
in off positions and turn the potentiometer knobs of all the probes to 50% of their highest
working range.
4.4.2 Switch on only 70 forwards probe and move the equipment towards the drilled hole
of 3 mm dia in rail head. When the probe is just in the reflecting range, a pulse
corresponding to the hole shall appear on the screen which during onward travelling shall
show higher amplitude. The pulse shall appear moving from right to left. The equipment
should be progressively moved forward till maximum height of the pulse is obtained. At
this location the height of the pulse shall be adjusted to 60 % of full screen height by
suitably manipulation of the gain knob.
4.4.3 The forward probe shall be switched off and the 70% backward probe shall now be
switched on. In this case a flaw signal shall appear moving from left to right. The signal
height in this position shall also be adjusted to 60% of full screen height. This can be
accomplished through suitable manipulation of relevant potentiometer.
4.4.4 The sensitivity setting for the normal probe has to be done while keeping all other
probes in off position. Switch on only the normal probe and bring it above 3 mm dia hole
drilled in the head of the test rail; Manipulate the potentiometer control knob to obtain echo
eight of 60% of full screen height at 1.0 division horizontal scale.
4.4.5 80 probe shall be connected to the socket available in the ultrasonic equipment. The
selectors switch may be set to single crystal mode. Move the probe towards the 3 mm dia
hole drilled at the middle of the flange through in the AT weld and manipulate knobs to
obtain a 60% full screen height on the CRT.
5. Criteria for defect classification
5.1 Any flaw signal obtained by normal probe of 40% height or more from head location
shall be treated as a defective AT welded joint and any flaw signal obtained from the
normal probe either from the web or the foot location shall also be a cause for rejection of
the AT weld.
5.2 In the case of lack of fusion, inclusions, blow holes, etc. in the rail head, moving signal
shall be obtained while testing with 70 probe. The position of onset of the signal and its
Signature of the tenderer Under seal of the firm
229
corresponding range on the horizontal screen as well as their maximum amplitude shall be
recorded.
A welded joint showing the moving signal of 40% or more of the full screen height shall be
considered as a defective welded joint.
5.3 80 probe shall be placed on the flange at a distance of 180 mm corresponding to
position 'L' in Fig. 2 such that ultrasonic waves are directed towards the weld. The probe
shall thereafter be moved slowly in a zigzag pattern towards the weld. A welded joint
showing a flaw echo of 40% vertical height or more with the stipulated gain setting shall be
treated as a defective welded joint. Similar testing shall be carried out on 'C' and 'U' regions
as shown in Fig. 2. In these cases also the criteria for rejection shall remain the same.
6. The defective joints based on. the criteria mentioned at para 5 shall not be allowed to
remain in service and shall be cropped, re-welded and tested again. This execution shall be
done by the contractor free of cost. The re-welded joints shall be scanned ultrasonically
again with the same set of acceptance criteria to ensure freedom from any harmful defects.
Signature of the tenderer Under seal of the firm
230
ANNEXURE 9
EXTRACTS FROM IRS:T-19-1994 CLAUSE 4.2 ON MECHANICAL AND
METALLURGICAL TESTS ON TEST WELDS AND RETESTS
4.2 Mechanical and metallurgical tests on test welds
1.2.1 Two new rail pieces of same section and grade, each approximately 750 mm long,
shall be used to make test weld joint. The welded joint shall be made as per the technique
offered by the manufacturer. The rail table and sides of rail head shall be finished to the
geometrical tolerances specified in para 18.1.
4.2.2 Hardness test : Brinell hardness test shall be carried out at the welded zone, heat
affected zones and parent metal of the rails in accordance with IS: 1500 "Method for
Brinell hardness test for steel". The test shall be done on the top surface of the head of the
test weld with a ball of 10 mm dia and a test toad of 3000 kg maintained for 10 sec. The
average hardness number (of two readings) determined for the weld metal at locations
shown, as 'A' in Fig. 1 given below shall be within +20-0 HB of the hardness values of rail
as shown in table 1. The average hardness number (of two readings) on each heat affected
zone at locations shown as 'B' and 'C' in Fig. 1 shall be within ! 20 HB actual hardness of
the parent rail, except in case of head hardened rail.
FIGURE
• Fig. 1
Signature of the tenderer Under seal of the firm
231
TABLE 1
Type of rail 72 UTS rail 90 UTS rail UIC Cr-Mn Or Cr-
V alloy steel rail
Head hardened
rail
Average
hardness(BHN)
230 265 310 365
4.2.3 Transverse breaking load test
4.2.3.1 The test weld shall be supported on cylindrical or semi-cylindrical supports
having a distance of one metre between them from centre to centre. The weld
shall be at the centre of the span and loaded in such a manner that the foot of
the rail is in tension. The diameter of mandrel and the supports shall be between 30
to 50 mm. The load shall be gradually increased (rate of loading shall not exceed
2.5 t/sec) till rupture occurs.
The test weld shall withstand a minimum load and show corresponding minimum'
deflection as stipulated in Table 2 for different sections and types of rails.
TABLE 2
Rail type Rail section Min. transverse
breaking load
(t)
Min. deflection at
the centre at the
load in col. 3
(mm)
1 2 3 4
72 UTS to
IRS:T-12-1 996
60 R 50 15
-do- 75R 60 15
-do- 90R 70 15
-do- 52kg 85 18
-do- 60 kg 95 18
90 UTS to 75R 65 15
IRS:T-12-1996/ 90R 85 18
UIC 860-0 52 kg 90 15
or equivalent 60 kg 115 15
Alloy steel 52 kg 95 10
(Cr-Mn or Cr-V 60 kg 1.15 10
type) 110 UTS
Head hardened rails 60 kg 115 15
Signature of the tenderer Under seal of the firm
232
4.2.3.2 it the fracture does not occur through weld, a slice shall be cut transversely
at the weld and etched in boiling 1:1 hydrochloric acid for about 20 minutes to
determine casting defects if any.
4.2.3.3 The fractured surface of the weld, or in case where macro-etching is done
on transverse section through the joint, shall not show defects such as blow holes,
porosity, inclusions, etc. exceeding total permissible area of defect shown in Table
3. However, the size of any individual defect shall not exceed 2 mm diameter. The
defects should not be interconnected and none of these shall extend upto the
outer surface of the weld. There shall not be any lack of fusion. The fractured
surface shall also not show the presence of accretions or mirror like structure and
shall be crystalline in appearance.
TABLE 3
Area of permissible defects
Rail section Permissible total area of defect (mm2)
60 R 19.0
75 R 23.7
90 R 28.5
52 kg 33.0
60 kg 38.4
4.3 Retests
4.3.1 If the results of any of the tests referred to in para 4.1 and 4.2 are found to be
unsatisfactory, the batch will stand rejected. However, restests can be carried out
at the manufacturer's request. These retests shall be carried out as per para 4.1
and 4.2 on twice the original sample size.
4.3.2 If the results of all the retest samples are satisfactory, the batch represented
by the sample portions shall be accepted. If any sample fails to meet the
requirements of any of the tests, the batch shall be rejected.
Signature of the tenderer Under seal of the firm
233
ANNEXURE 10
MAJOR DEFECTS IN AT WELDING BECAUSE Of IMPROPER WELD EXECUTION
S.No. Type of defect Cause of defect Preventive steps to be taken to avoid the defect
1 Longitudinal crack in rail web.
Cutting of wear resistant grade rails by flame cutting.
Flame cutting of rail ends is prohibited due to likelihood of cracking in web.
2 Lack of fusion in rail foot. Flame cutting of rail ends. When producing the welding gap, never flame cut rail ends without using a cutting guide.
3 Cold spots-lack of fusion. Gap between rail ends too wide-rail ends outside the collar formation
Maintain the welding gap between rail ends specified in the approved parameters of the technique. Never attempt to weld a gap which is too wide, with standard mould.
4 Cold spot-lack of fusion and associated local porosity.
Mould fitted vertically but off centre to the weld gap.
Take care to centralise the mould to the gap. Never try to fit both mould halves simultaneously.
5 Lack of fusion on foot of one rail end.
Mould fitted centre to the gap-but inclined to the vertical.
Take care to fit mould both vertical and central to the weld gap. Do not incline mould to the vertical
6 Gross lack of fusion on rail end.
Standard moulds fitted to rails of dissimilar depth.
Do not try to weld worn to new rail, or rails dissimilar depth with standard mould.
7 Porosity in the thermit steel.
Luting sand too wet. Luting sand must be moist but not too wet. Never use wet luting sand.
8 Sand inclusion in the rail foot and sand burn marks transversely across the rail head.
Dropping of luting sand into the mould.
Take care when sealing the mould with luting sand. It must not be allowed to drop into the mould.
9 Grass porosity throughout the whole weld section.
Use of damp crucible is detrimental to thermit reaction and results in gross porosity of weld metal.
Carefully dry out the crucible lining using the preheating burner.
10 Gross porosity throughout the whole weld section.
Use of damp portion. Moisture present in portion reacts with aluminium and its characteristics thereby affecting the thermit reaction and resultant steel. This change cannot be reversed by drying out.
It is essential only to use dry thermit portions. Never use portions which have been damped and dried out.
11 Gross inclusion of slag in the rail head.
Pouring without the plug in the position.
After preheating fit the sand core with the riser aperture of the mould and press down lightly.
12 Gross slag inclusion in rail head on one side
Pouring off centre to the plug. Ensure that the crucible is positioned centrally the over the sand core and the crucible does not move during the thermit reaction. Never allow the thermit steel to pour directly into either pouring gate.
13 Fracture through weld centre.
Immediate imposition of tensile forces on weld metal cause internal tearing of weld metal which leads to total transverse fracture.
During solidification and immediately after thermit weld should not be subjected to tensile force.
14 Cracking of weld after cooling at rail ends.
Failure to use the correct thermit portion and welds. Procedure as approved for specific rail section/rail chemistry.
Always check the chemistry and type of rail to be welded and use correct type of portion and adopt correct welding parameters at the time of welding of rail joints.
Signature of the tenderer Under seal of the firm
234
Signature of the tenderer Under seal of the firm
235
Signature of the tenderer Under seal of the firm
236
Signature of the tenderer Under seal of the firm
237
Signature of the tenderer Under seal of the firm
238
SALIENT FEATURES OF REVISED MANUAL FOR WELDING OF RAIL JOINTS BY THE
ALUMINO-THERMIT PROCESS (1998)
1. As conventional method of alumino-thermic (AT) welding has been discontinued on
Indian Railways except for 60R rails, accordingly the revised manual provides for only Skv AT
welding (Clause 1.5).
2. A para on 'Shelf life of portion' has been included, which brings out the importance of
proper packing and storage of AT portions. Procedure to be adopted for use of portions
beyond two years since the date of manufacture has also been laid down (clause 4.2.2).
3. Detailed instructions on painting of weld collar immediately after welding and also its in-
service painting have been laid down. In case of areas where severe corrosion is observed
epoxy painting has been provided for (Clause 5.7).
4. Course of action to be adopted for welding of rails through approved portion
manufacturer, labour contracting firms and departmental welders, in case of large scale
welding, casual welding and welding forming part of turn-key projects have been outlined
(Clause 4.1.1).
5. In case of secondary rail renewal, AT welding by end cropping so as to eliminate both
bolt holes has been specified. In case of use of rail panels released from LWR/CWR territory,
cropping of rail ends so as to eliminate heat affected zone has been specified [Clause 3.3
(xi)].
6. Use of 880 grade portions for AT welding where Grade 710 (72UTS) and Grade 880
(90UTS) rails form junctions in unavoidable circumstances has been specified [Clause 3.3
(viii)].
7. The composition of welding team has been revised keeping in view introduction of Skv
welding and use of weld trimmer and rail profile grinder (Annexure 3).
8. A list of defects giving causes and preventive action to be taken to avoid the same
have been briefly outlined (Annexure 10).
9. As only Grade 880 rails are being produced, AT welding by flame cutting/gas cutting of
rails specially for wide gap welding has been deleted and only sawing or abrasive disc
cutting has been provided (Clause 3.3 (vi)l.
10. Welding parameter of AT welding techniques (as on 31.12.97) including welding
techniques under development for various approved firms have been laid down
(Annexure 1);
11. Provision of fixing an aluminium strip with distinctive weld number an the web of rail by
epoxy based adhesive has been laid down (Clause 5.6).
12. Guarantee period and other provisions wherever required as provided in IRS:T-19-1994
have been included to update the manual in line with IRS:T- 19-1994 (Clause 7.3).
13. List of approved manufacturers of rail profile weld grinder and weld trimmer has been
included (Annexure 4).
Signature of the tenderer Under seal of the firm
239
NATIONAL THERMAL POWER CORPORATION LIMITED
BARH SUPER THERMAL POWER PROJECT (3 X 660 MW)
Technical Specification for Permanent Way
1.0 Materials
The track shall consist of following elements:-
1.1 Rail 52 Kg/T-12/90 UTS flat bottom (1st quality as specified in schedule of quantity) as per I.R. Specification T-12/96 with up to date amendments.
1.1.1 60 KG PSC Sleeprs.
1.2
Rail fastenings
1.2.1 52kg Fish Plates to RDSO Drg. No. T-090 (M) Cor. 6 of July 92, in length of 610mm to IRS specifications No. T 1-1966.
1.2.2 Fish Bolts 25mm Dia with nuts to RDSO Drg. No, 11501 – IRS Specification T-23/67.
1.3 Mono block Pre-stressed concrete sleepers as per IRS Specification T-39/1996.
1.3.1 For plain track on straight & curves of radius > 350m to Drg. No. T-2496 with modifications, if any.
1.3.2 For curves laid on sharper than 50 (Radius <350m) with check rails as per Drg. No. RDSO/T-5738 to T-5740 for track gauge of 1675, 1677, 1679 & 1681 with uses of liners.
1.3.3 For level crossing to RDSO Drg. No. T-4783 with modifications, if any sleepers drawing no., T-4148 – A.
1.3.4 For ballasted deck bridges as per RDSO drawing no. T-4088-4097.
1.3.5 For 3 rail panel (SWP). Joint Sleepers will be as per RDSO Drg. No. T-4322 for 52 kg with ERC clips as per RDSO Drg. L No. T-4158.
1.3.6 For bridge approaches of Girder bridges for provision of Guard rails as per RDSO Drg. No. T-4088 to 4097.
1.4 PSC Sleeper Fittings: The sleepers shall be normally 60 kg as per RDSO drg. No. T-2496 and sleeper fittings shall be for 52 kg rail section on 60 kg sleepers as per specifications and drawings.
1.4.1 Grooved Rubber Sole Plate 6mm thick to RDSO Drg. No. T-3711.
1.4.2 Elastic Rail Clips to RDSO Drg. No. T-3701. IRS Specification T-31/1992.
1.4.3 Glass Filled Nylon (GFN) Liners (GFN-66 insulating liners for 52 kg Rails on 60 kg sleepers as per RDSO Drg. No. T-2496.) as per RDSO drawing no. T-3707 (GS) & T-3708 (NGS) as per IR Specification.
1.4.4 Metal Liners as per RDSO drawing no. T-3741 (GS) & RDSO/T-3742 (NGS). 1.5 Steel channel sleepers for girder bridges and track fittins as per RDSO Drg. No. BA
1636 / R2, BA 1636 / 1 / R2, BA 1636 / 2 and rail fastening assembly and guard rail as per RDSO Drg. No. T-5155 to T-5164.
1.6 Ballast
Track ballast machine crushed, conforming to RDSO specifications of Track ballast, June 2004 with up to date modifications thereto, shall be procured and used on the
Signature of the tenderer Under seal of the firm
240
work.
Note:
The word IRPWM where ever used in these specifications shall mean `Indian Railway Permanent Way Manual’ 1986 reprinted in 2004 with up to date correction slip.
(B) Technical Specifications for laying of Permanent Way
1.0 Track Structure
1.1 Components
The track shall consist of the following elements.
i) Rails 52 kg/T-12, 90 UTS flat bottom (1st quality) ii) Rail fastenings – Fish plates 52 kg, with bolts and nuts. iii) Monoblock pre-stressed concrete sleepers for plain tracks, level crossings,
bridges, fish plated joints, girder bridge approaches, fan type turnouts. iv) Guard rails on bridges, check rail on level crossings. v) Fittings for sleepers – grooved rubber sole plates, elastic rail clips Mark – III
(RDSO drawing no. T-3701) for normal track and Elastic rail – J-clips for fish plated rail joints to RDSO Drg No. T-4158, GFN liners, metal liners.
vi) Track Ballast as per RDSO Specifications of June 2004 vii) Gradient posts, KM posts, curve monuments, curve boards, whistle boards,
W/L broadly creep posts and other boards and indicators etc., as per IRPWM. viii) Points and crossings. ix) Steel Channel sleepers for girder bridges and track fittings. x) Glued Joints.
1.2 The track will be laid on monoblock PSC Sleeper as specified in Schedule of Quantities. The ballast cushion will consist of Track ballast as per RDSO specifications to a depth of 250mm below the bottom of sleepers as measured under the rail seat.
1.3 The mono block PSC sleepers shall be laid @ 1540 nos/km as specified in chapter XIV of IRPWM for main line and @ 1340 nos./km for loops and sidings in yards.
1.4 Guard rail to be provided at all major bridges as per para 275 of IRPWM.
1.5 Check Rail at level crossings.
2.0 Procurement of Materials:
2.1 All the materials and equipment required for track construction shall be procured from the suppliers/manufactures approved by Rly./RDSO duly inspected by RITES/RDSO.
2.2 Other track materials for which approved manufacturers/suppliers are not available, shall be procured from sources after getting them approved/inspected from RITES.
2.3 All the materials shall be got inspected and passed from the Railway’s authorized inspecting agencies such as RDSO/Rly/RITES etc. and certificates obtained to this effect which will be submitted to site Engineer-in-charge.
2.4 Ballast
a) The Contractor shall procure, at his own cost, track ballast conforming to RDSO’s `specifications for Track Ballast, June 2004 with up to date correction slips, of
Signature of the tenderer Under seal of the firm
241
approved quality for use on all lines with 250mm cushion. The test reports for the ballast for quality as required, should be submitted to NTPC before ballast is brought to site. Ballast should be supplied in stacks on levelled ground along the proposed alignment.
3.0 Linking
3.1 The formation shall be constructed and mechanical compaction shall be done as per RDSO `Guidelines for Earthwork in Railway Projects’.
Track ballast be then compacted by at least 2 passes of 5 to 10 t roller before laying the PSC sleepers and rails.
3.1.1 Dismantling & Re-linking
Dismantling of existing track structure with 52 kg single rail 3 rail panel (SWP) & stacking the same duly segregated as per direction of site Engineer within in 50m of track and relaying the same after construction of new bridges, raising of existing bridges including formation duly recouping the missing/damaged fittings i.e. sleepers, fish plate with bolts & nuts, liners, ERC, GR Pad etc. nothing extra shall be paid for recouped materials/fittings. Contractors to please note that existing track structure is in good working condition & it is assumed that all fittings are also in good condition so contractor’s are advised to dismantle the track carefully and keep the same in safe custody. Before re-linking all the materials/fittings to be checked by the authorized Engineer, rejected fittings/materials shall be replaced by new of same standard & specification. This aspect may be kept in view while quoting the rates.
3.2 Curves
i) The alignment of track on certain locations is on curved alignment as per index plan. While laying track on such locations, the layout of the curve shall be done accurately with deflection angle, degree of curvature, transition length and curve length and laid to required super elevation for each curve as directed by Engineer Incharge.
ii) The design of curves specifying all parameters (transition length, total length of curve, super elevation etc.) shall be done by Engineer Incharge and advised to the contractor who shall then lay the curves accordingly as indicated in the above para so that it conforms to the designed parameters.
iii) The station numbers, SE & Versine shall be marked, starting from zero at TP (i.e from the start of curve) at 10 meter interval on the inside web of outer rail of the curve and shall be continued over the entire length of the curve with figures in white paint over black back ground.
iv) Curve posts as per Railway’s design shall be fixed at both ends of curves, at TP (Transition Point) and TTP (Transition Tangent Point), and the details of the curve shall be written on TP post of both ends mentioning curve no: degree of curvature, transition length, curve length and super elevation with appropriate painting scheme as followed by Railways.
3.3 Longitudinal level of Track
The longitudinal level of the track shall be in accordance with the gradients as indicated in L-Section supplied by Engineer –Incharge Gradient posts at each change of gradient shall be provided as per approved design and shall be engraved with the values and arrow indicating rise, fall or level as the case may be, on both faces with figures in black on white back ground.
Signature of the tenderer Under seal of the firm
242
• The gradient post shall be provided as per L-Section.
• Sketch of gradient post and km post is placed as Annexure PW-VI.
3.4
Kilometer & Gradient Posts
RCC kilometer and gradient posts as per drawing, (Annexure PW-VI) shall be casted and fixed at each kilometer / Point of change of gradient on cess and number engraved on both faces and surface painted with white and engraved figure written with black.
3.5 Ballasting
i) Once the central line and level pegs have been provided, the ballast should, on clearance by the Engineer in charge/his authorized representative, be lead out from the stacks and spread on the track formation. The ballast layer shall be consolidated by running of heavy rollers (5-10 tonne). The ballast cushion which is to be finally achieved shall be 250mm. Hence about 8% more cushion shall be provided initially, which on consolidation, shall come down to the required dimensions. The profile of ballast, finally to be provided shall be as per IRPWM para 263, for SWR.
ii) On all flat top, arch and pre-stressed concrete girder bridges with deck slab, where guard rails are not provided, the whole width of the bridge between the parapet walls shall be filled with ballast up to the top of the sleeper level.
iii) The payment for supply of ballast will be made on the basis of stack measurement of ballast without deduction for any shrinkage, as laid down in RDSO specifications, June 2004. The measurement and passing of ballast in stacks shall be done by Engineer -Incharge.
iv) Ballast under dismantled (existing) track – Total ballast under dismantled (existing) track shall be removed, screened & stacked as per direction of site Engineer, after raising the bank the same screened ballast shall be spread on raised bank. Approx 70% of calculated ballast under dismantled track to be taken into account & to be deducted from required ballast & the same to be paid for spreading ballast under respective item.
3.6 Concrete Sleepers
i) Concrete sleepers are very heavy and prone to develop cracks/ chipping, if handled roughly. Manual handling of these sleepers is, therefore, not desirable. The sleepers directly received at site through road trucks shall be unloaded using mechanical gantries/cranes, whereas those received on railway BFRS shall be unloaded through cranes/mechanical unloading equipment. One such device is Jib crane attachable to BFR/BRH for handling concrete sleepers. The shifting of sleepers shall be done using slings which should lift the sleepers through hooks fixed to inserts.
ii) Unloaded sleepers shall be kept at site of placement, properly supported underneath.
iii) On the ballast already laid and consolidated PSC sleepers 60 kg to RDSO drg no. T-2496 shall be laid at specified spacing. All care be taken in handling the sleepers so as to avoid breakage. The sleepers shall be laid to a density of 1540 nos/km/or 1340 nos./km as specified. For fish plated joints, the spacing shall be 40 cms (centre to centre). The sleeper spacing at welded joints shall
Signature of the tenderer Under seal of the firm
243
be the same as intermediate sleeper spacing as per para 244 (h) of IRPWM. No damaged sleepers will be accepted.
iv) To get proper track alignment, it is necessary that the centre line of the sleepers coincides with the centre line of the alignment marked.
v) Greasing of Elastic rail clips and MCI/SGCI Inserts: All the Elastic rail clips and inserts fixed in the concrete sleepers shall be thoroughly cleaned and grease to IS specification IS 15:408 – 1981 (Specification for Grease No. “O” Graphited) should then be applied on the central leg of ERC and eye of the insert and then the clip be driven at the time of assembly of the rail with the sleeper as per provisions of para 1411 (5) (a) of IRPWM. ERCs shall be provided with anticorrosive treatment before putting in track. Nothing extra shall be payable for any of the elements stated above.
3.7 Rails
3.7.1 a)
Rails to the extent required shall be supplied by the employer at NTPC nominated store godown. The contractor at its own cost shall lead the same to site for use on the work.
b) The rails and other fittings from depot area/complex be lead to site of actual laying in track by any means convenient to the contractor depending upon the site conditions and be placed at places where these are to be laid. The rails shall be adjusted in pairs along the alignment on the cess. The contractor will remove kinks from each rail, if any, with the help of jim Crow, etc. Handling of rails shall be done as per instructions issued by RDSO.
c) Single rails so brought to site shall be converted into 3 rail welded panels by Short Pre Heat process of Thermit Welding by the contractor at his own cost on the cess or at site.
d) The cutting of rails, where required shall be done using Abrasive rail cutting Machines and the holes drilled with rail drilling machines approved by Railways/NTPC. All the holes drilled in rails shall be chamfered using approved chamfering kit in terms of para 251 (5) of IRPWM (CS No. 51 dated 21.4.00)
e) All rails after pairing to be ultransonically tested by the contractor at his own cost and only defect free rails shall be used. The contractor shall submit the test report to the Engineer-in-charge.
3.7.2 Welding of Rail Joins:
a) The rail joints shall be welded with Alumino Thermit welding of rail joints by short pre-heating (SKV) process to IR Specification no. T-19-1994 as detailed in RDSO `Manual for Fusion welding of Rails by the Alumino, Thermic Process `September 1998’
b) The welding shall be got done only from approved portion manufacturing firms with portions, consumables, equipment and RDSO certified welders/welding supervisors.
c) The portion shall conform to IRS specification no. T-19-1994. (para 4.2.1 of AT welding Manual).
Signature of the tenderer Under seal of the firm
244
d) For field welding of rail ends provisions of para 4.4 to 4.10 of the “Alumino Thermic welding “ 1998 referred above shall be followed. Post welding operations shall be carried out as per para 5 and tests as per para 6 of the aforesaid manual. Sample tests of welds done shall be carried out as per para 7 of AT welding manual.
e) The finishing tolerances of the weld must conform to provision of para 5.4.2 indicated below:-
• Vertical alignment : Variation not more than +1.00mm, -0mm measured at the end of 1.0metre straight edge.
• Lateral alignment : Variation not more than + 0.5mm measured at the centre of 1.0metre straight edge.
• Head Finishing: top table surface
: +0.4mm, -0mm, measured at the end of 10cm straight edge.
f) While welding, adequate precautions as laid down in para 9 of the Manual shall be followed.
g) Welds found defective shall be replaced by the contractor as per para 6.4 of the Manual.
h) Flame cutting / gas cutting of 52 kg 90 UTS (1st quality) rail ends for welding them is not permitted. Rail ends for welding shall be cut by sawing or by abrasive disc cutter as laid down in para 3.3 (vi) of A.T. Welding Manual.
i) All thermit welds shall be ultra sonically tested by the contractor at his cost and all welds, found defective in such testing, shall be replaced by the contractor at his cost. The contractor shall remove all welds found defective either in ultrasonic testing or any other tests or failure of welds or welds found defective on any other account, by cutting the rail on both sides of the defective weld including the heat effected zone, and then welding the rail joints so created. In certain locations, two welds may have to be done to replaced one defective weld. All these works of replacement of defective welds including all materials, equipment, machinery and labour etc. shall be done by the contractor at his cost.
j) All Thermit welds shall be painted as per para 5.7 of Manual for fusion welding of rails by Alumino Thermic Process, September 1998 issued by RDSO.
k) Guarantee against failures : All the rail joints welded by Thermit welding technique shall be guaranteed against failure for a period of twelve months from the date of commissioning of project (para 7.3 of thermic Welding Manual 1998 is modified for this project). Any such welded joint which fails within the guarantee period be re-welded free of cost by the contractor as per stipulations of para 6.4.
l) The acceptance tests required for accepting the Thermit welds shall be as per para 6 and 7 of Thermit welding manual.
Signature of the tenderer Under seal of the firm
245
m) Sample test Joints
i) One out of every 100 joints welded, shall be selected at random by the purchaser or by the inspecting officer with in one month of welding and subjected to hardness, transverse load/deflection tests and porosity as per clause 4.3 of IRS:T-19-1994.
ii) If the sample test joint fails to satisfy any of the requirements of specification IRS:T-19-1994. Engineer Incharge will be at liberty to suspend further welding. However, two more randomly selected joints from the same lot of 100 joints shall be subjected to re-tests as per clause 4.2 of IRS: T-19-1994. Both the joints should clear all the tests. If this report is also not satisfactory, further welding of joints shall be suspended until the firm’s welding technique has been examined and the same satisfies the requirement of clause 4 of IRS: T-19-1994. The clearance for re-commencement of welding shall be given by the Engineer-in-charge.
3.7.3 Short Welded Rails (SWR)
i) The laying and maintenance of short welded rails shall conform to provisions of para 505 to 510 of Part `B’ of chapter V of IRPWM. Special care shall be taken to provide expansion gaps at fish plated joints as per IRPWM para 508 table 1 for initial laying and para 510(3), table II for maintenance.
ii) The fishing planes of fish plates and rails shall be lubricated with a paste of workable consistency (Plumbago and kerosene oil) in the following proportions and fish bolts be oiled. The material for lubrication of joints shall be arranged by the contractor. No extra payment will be made for the same.
Plumbago (Dry Graphie) - 5 kg Kerosene oil (2nd quality) - 3.5 ltrs for 100 joints Black or reclaimed oil - 2.75 ltrs
3.7.4 Bridges
a) The rail joints on girder bridges with opening less than 6.1m shall be avoided. For other spans, the preferred position of rail joints is at 1/3rd of span from either end as per para 272(3) of IRPWM.
b) Guard rails shall be provided on bridges as per para 275 of IRPWM. c) The design of guard rails on the bridge and its approaches shall be as per para
275(2) of IRPWM. d) PSC sleepers to RDSO drg. No. T-4089 to Drg. No. T-4097 with complete fittings
as shown in the drawings, shall be used on ballasted deck bridges with guard rails and their approaches. The fixing of guard rails shall be done as per RDSO drg. No. T-4088 to Drg. No, T-4097 as per para 275(3) of IRPWM, CS no. 63 dated 27.1.2003 M.S. flat/tie bars for tying PSC sleepers together at ends is not required. (CS 63 dated 27.1.2003 to IRPWM).
e) Gang path as per para 276 of IRPWM, shall be provided on the sleepers on the bridge only in case of unballasted girder bridges.
3.7.5 Level Crossings
i) Asphalting of road surface between gate posts to full width of road on level crossings shall be provided by the contractor at his cost. The road shall be provided complying with instructions contained in items 12 to 15, of Annexure 9/1 para 904, Chapter IX of IRPWM.
Signature of the tenderer Under seal of the firm
246
ii) Gate posts made out of 52 kg rails shall be provided at the level crossing to hold the chain as per sketch, Annexure – PW-VIII chain shall also be provided by the contractor.
iii) Whistle boards (W/L), Stop boards shall be provided for the approaching trains at a distance of 600m and 30m from the level crossing respectively (as per Annexure-PW-IX). Similarly, Level Crossing indicator boards and Speed breaker indicator boards (as per Annexure – PW-IX) shall be fixed on the road approaches as per IRPWM para 916.
3.7.6 Points and Crossings
(i) Points and crossings shall conform to RDSO Drawings and specifications and shall be procured form manufactures / vendors approved by RDSO duly inspected by RDSO/RITES as per direction of Engineer-in-charge.
(ii) 52 kg 1 in 8 ½ turnout shall conform to RDSO Drg. No. T-4865, Switch sub assembly drg. No. T-4866 and crossing sub assembly drg. No. T-4867. Switches shall be 6400 mm overriding curved switches for 1 in 8 ½ BG (1673 mm) for 52 kg on PSC sleepers with all parts and fittings as per drg. No. T-4866 with latest alteration. CMS Crossings for PSC layout to RDSO drg. no. T-4867 with latest alterations complete with all fittings shall be used.
(iii) 52 kg 1 in 12 turnout shall conform to RDSO Drg. No. T-4732, Switch sub-assembly drg. No. T-4733 and crossing sub-assembly drg. No. T-4734. Switches shall be 10125 mm overriding curved switches for 1 in 12 BG (1673 mm) for 52 kg on PSC sleepers with all parts and fittings as per drg no. T-4733 with latest alteration. CMS Crossing for PSC layout to RDSO drg. No. T-4734 with latest alterations complete with all fittings shall be use.
(iv) Only lead Rails will be supplied by NTPC at Barh Depot.
3.7.6.1 Fan type turnouts
Turnout sleepers shall conform to Indian Railway Standard Specification for pre tensioned concrete sleepers serial no. T-45-96 (latest revision) as per RDSO Drawings. The same shall be procured from RDSO approved manufacturers / vendors duly inspected by NTPC as per direction of the Engineer-in-charge.
Salient aspects of fan shape layout are :
(i) The sleepers under switch portion are having dowels in which slide chairs are fixed with the help of screws. These sleepers are laid perpendicular to the main line and therefore, can be used for left hand and right hand turnouts.
(ii) The sleepers between the switch and the crossing (lead portion) are designed and laid at an angle of Q/2 with respect to main line where Q is the angle between the main line and the lead rail at that particular location. The same sleeper of left hand turnout rail at that particular hand turnout by laterally shifting the sleepers by an angle of Q.
(iii) The sleepers under crossing are laid perpendicular to the center line of the crossing and as such the same sleeper can be used for left hand and right hand by lateral shifting.
(iv) For laying sleepers in the lead portion correctly, spacing of sleepers on left rail seat and right rail seat on main straight track are given which define the center line of the sleepers.
Signature of the tenderer Under seal of the firm
247
PRC fan shape layouts have curved switches. Before laying the turnouts, the correctness of the switch as well as its curvature should be checked in advance by pre-assembling and then once again after laying it in track.
This layout needs efficient drainage and adequate ballast cushion.
It may be noted that the sleepers are the same for 52 kg as well as 60 kg rails.
A mark ‘RE’ is provided on fan shape PRC turnout sleepers at one end. The sleepers should be laid in a manner that the end having the mark ‘RE’ is always laid on the right hand side.
The dowel fixed in the PRC sleepers should be cleared with the help of a suitable diameter soft brush so that all dirt/muck is removed. All the screws required to be fixed in the dowels should be greased before being put in.
Fan Shape Layout Assembly
(A) 1 in 8 ½ Turnout
Main drg. of Turnout
Switch sub-Assembly (T-4805)
Crossing sub - Assembly
52 Kg RDSO/T-4865 (T-4805)
RDSO/T-4866 – 60kg RDSO/T-4867 (T-4967 – 60 kg )
(B) 1 in 12 Turnout
52 Kg RDSO/T-4732 (T-4218 – 60 kg).
RDSO/T-4733 (T-4219 – 60 kg)
RDSO/T-4734 (T-4720 – 60 kg)
Disposition of Sleepers
Type of layout
Sleeper under switch which are to be perpendicular to main line
Sleeper Nos. which are to be laid at angle Q/2 where Q is inclination of outer lead rail with respect to main line at that location
Sleeper Nos. to laid perpendicular to centre line of crossing
1 in 12
1 to 20 21 to 64 65 to 83
1 in 8 ½
1 to 13 14 to 41 42 to 54
Approach sleepers
Type of layout
Entry Exit
1 in 8 ½
5 Nos. : 60-S, 60-4A, 60-3A, 60 2AS & 60-1AS
8 Nos. : (4 sleepers on main line and 4 on turnout side.)
1 in 12
5 Nos. : 60-S. 60-4A, 60-3A, 60-2AS & 60-1AS
8 Nos. : (4 sleepers on main line and 4 on turnout side.)
Long sleepers shall be provided for point machines to meet the requirement of S&T.
Signature of the tenderer Under seal of the firm
248
It shall be ensured that the turnout is perfectly in line and duly packed both for the main lines as well as the siding served/connected by the turnout. Any adjustments as required shall be carried out by the contractor so that the layout and the connections meet the standard requirements. Nothing extra shall be payable for the same.
3.7.6.2 Fouling Marks made out of Cement concrete shall be provided as per approved drawing at locations as required as per directions of the Engineer-in-charge.
3.7.7 Glued Joints
Supply and fixing of 52 kg Glued Insulated Rail joint G3(L) as per RDSO Drg. No. T-1276 along with welding is to be provided in running/non-running lines as per direction of the Engineer-in-charge. The welds are to be ultrasonically tested as per RDSO manual of Sept. 1998.
These joints consist of web fitting fish plates glued to the rails with a high polymer adhesive and bolted with high tensile steel bolts. The insulation is provided by special type of insulating side channels, bushes and end posts made of fiber glass cloth roving. The instructions for fabrication and installation of glued insulated rail joints should be strictly followed as given in the manual for glued insulated rail joints 1998 issued by RDSO. In this type of joint 1m long fish plates with 6 HTS bolts are used. The pull out strength should be more than 160 tonnes.
The insulation resistance tests should satisfy the following criteria.
(i) In Dry Condition : After glued insulated joint is prepared, maggering voltage of 100 VDC shall be applied across the joint. The value of the insulation resistance shall not be less than 25 Mega ohms.
(ii) In Wet Condition : The value of resistance shall not be less than 3 Kilo ohms.
4.0
Follow up Packings
i) The track shall be lifted to the correct profile as directed by the Engineer’s representative.
ii) The sleepers shall be well packed with the ballast under them taking care that the ballast shall be worked under throughout the length of the sleepers without damaging the bottom edges of the sleepers and sleepers repacked till no more ballast can be packed in and or as directed by Engineer/his representatives.
iii) Stone ballast from the stacks along the alignment shall be lead and dumped over the track to correct profile as indicated in para 263 of Indian railway permanent way manual 1986 reprint to 1999 and as directed by the Engineer or his representative.
iv) Correct track parameters i.e. Gauge, alignment of rails, square ness of the sleepers, longitudinal and cross levels, expansion gaps at rail joints etc. shall be achieved as directed by the Engineer’s representative.
5.0 Final Adjustment and Packing
i) Any sleeper which has been shifted from correct spacing or gone out of square shall be moved back and squared after loosening the fastenings, care being taken not to cause damage to PRC Sleepers while slewing the sleeper. The fastenings shall be tightened again after squaring.
ii) The track shall be slewed to correct alignment by sighting along the rail head of the base rail. It should be ensured that track does not get lifted in the process of slewing. Any defects developed in gauge shall be rectified by adjusting the liners.
Signature of the tenderer Under seal of the firm
249
iii) The track shall then be given a final packing. For this, sighting shall be done along the base rail and any dip or low joint lifted correctly and packed, attending the adjacent sleepers also. After the base rail is thus packed for 2 or 3 rail lengths, the cross levels should be checked and the opposite rail lifted wherever necessary and sleepers under the rail seat packed.
iv) The joint and shoulder sleepers shall be repacked and cross levels adjusted. The ballast section shall be dressed neatly as directed by Engineer’s representative to uniform height and width with correct side slopes.
v) Testing – The track completed as above will be rolled with a light, diesel engine for rolling complete with fuel and crew to be supplied by M/s NTPC free of cost. After 4 such movements of the engine, the contractor will attend to the defects developed, by packing, aligning, levelling and gauging the track. No extra payment will be made for this.
6.0 Specifications for Finished Work
a) Ballast Profile
i) The ballast profile should be in conformity with para 263 of IRPWM and brought to specified section, as directed by the Engineer’s representative.
ii) The ballast cushion shall be checked at three places in each km at random locations (these locations shall be recorded) and the average value shall be considered for acceptance.
iii) The expression “Ballast Cushion” wherever used in these specifications, shall mean depth of clean layer of ballast below the bottom of sleepers and above the finished top of formation, measured under the rail seat of the sleeper.
b) New Track Tolerances The new track shall conform to the following track standards. The track measurements should be taken in floating conditions.
S.N. Track Parameter Items for measurement Value
1 Gauge • Gauge
• Sleeper to sleeper variation
1673mm + 3mm 2mm
2 Expansion Gap Maximum deviation from the prescribed gap (Average gap worked out by recording 20 successive gaps)
+ 2mm
3 Joints • Low joints not permitted. ---
• High joints not more than 2mm
• Maximum out of Squareness of joints on straight
+ 10mm
• Maximum out of squareness of joints on curves
½ pitch of fish bolts holes
4 Spacing of Sleeper With respect to theoretical spacing
+ 20mm
5 Cross level To be recorded on every 4th sleeper
+ 3mm
Signature of the tenderer Under seal of the firm
250
6 Alignment • On straight on 7.5m chord
• On curves – variation over theoretical versions.
(on curves station to station variation in versine shall not be more than 10mm)
+ 5mm* + 5mm**
*Values up to 10mm can be accepted at
few isolated locations
• ** Values upto 7mm can be accepted at few isolated locations
7 Longitudinal level • Variation in longitudinal level with reference to approved longitudinal sections
50mm
• Unevenness (variation in longitudinal profile of track as measured on 3.5m chord at the centre.
Not more than 6mm values of 10mm can be tolerated at few locations
7.0 Maintenance /Defect liability period
i) The maintenance of all assets / works of the project handed over to the contractor by client/constructed by the contractor will be the responsibility of the contractor, during the period of construction. Defect liability period shall be 12 months from the date of issue of completion certificate/commissioning of the works, whichever is earlier.
ii) The contractor shall be responsible for rectification of defects arising out of defective work man-ship/defective materials for this period of twelve months from the date of commissioning of the work and shall be responsible for replacement of all defective materials and for rectification of all defects at his own cost. The assets shall be handed over to NTPC at the end of the defect liability period as per stipulations given below .
8.0 Handing over of track by the contractor to NTPC
8.1 On completion & commissioning of work, the contractor shall handover the track to
NTPC for operation and maintenance after rectification of defects noticed during the joint inspection by the Engineer.
8.2 Performance security shall be released to the contractor on expiry of defect liability period and rectification of defects, if any.
Signature of the tenderer Under seal of the firm
251
Technical Specifications for laying of Ballastless Track on Track Hopper Inside Plant
9.0 Ballastless Track on Track Hopper Inside Plant
9.1 The Epoxy leveling layer shall be of (minimum 13.4mm thick at the center of Rails) and should have a cross slope 1 in 20 (to give the necessary tilt to the rails) with proper Longitudinal levels/grades over the RCC beams. The insert shall be so fixed as to keep the bottom of its head flush with top of the leveling layer as shown in the drawing.
9.2 For the leveling layer M/s CIBA (India’s) Araldite GY-257, Hardner HY-840, Hardner HY-960 and qarts sand mix no. 10 in the proportion of 100:45:2:800-900 by weight or any other equivalent manufacturer.
9.3 The insert shall be housed in the concrete using resin mortar with M/s CIBA (India’s) Araldite GY-257, Hardner HY-840, Quarts sand mix no. 10 in the proportion of 100:50:350 by weight or any other equivalent suitable synthetic composition to match the desired technical specification.
9.4 The material/fittings to be supplied by the contractor for fixing the Rails to the RCC beams shall comply with the following specifications and drawings :
(i) CI inserts to IRS Specifications no. T-32 and to RDSO Drg. no. T-381 or T-2071
(ii) MS Composite Insulating Liners to IRS Specification & to RDSO Drg. no. T-1895
(iii) Grooved Rubber Sole Plate to IRS Specifications and to RDSO Drg. no. T-2052.
(iv) Pandrol Clips to IRS Specification no. T-32 and to RDSO Drg. no. T-1892.
9.5 All the small fittings as per specifications and drawings mentioned are to be supplied and fixed in position by the contractor in full for completion of the work at his own cost.
All the small fittings mentioned should be procured from the RDSO approved manufacturers. Manufacturers test certificates should be submitted for NTPC verification and record. The materials shall be rejected if they are not manufactured as per specification and drawings.
9.6 The track on the track hopper should be laid to the standards prescribed at para 316 of IRPWM. The details of the salient parameters are given here under :
(i) Gauge Variation : 0 to -3mm (sleeper to sleeper variation ± 1mm)
(ii) Cross level variation : Generally the track should be laid to zero variation. However, variation up to 3mm permitted.
(iii) Alignment variation : On straight on 10 M chord ± 2)
Signature of the tenderer Under seal of the firm
252
PART-1
SECTION -7
DRAWINGS, IF ANY
Not Enclosed