TD12
TD12
CONTENTS
Page 1 of 199
PART 1
TECHNICAL BID
Page 2 of 199
SECTION 1
1.0 GENERAL
Page 3 of 199
1.5 Availability of Site
The site for the work is available.
The Employer may extend the deadline for submission of Tenders by issuing an
amendment in writing in accordance with Clause 6.3. The Employer may extend the
deadline for submission of bids and/or the bid opening date and time, even otherwise,
if it considers the same to be desirable/expedient. In case of such extension, all rights
and obligations of the Employer and the Tenderer previously subject to the original
deadline will be subject to new deadline. All Bidders are advised to see the website
https://etenders.gov.in/eprocure/app for extension of deadline for submissions of
tender and/or the bid opening date.
Pre-bid Query Receipt Start Time & Date 10:00 HRS on 07.09.2021
Pre-bid Query Receipt End Time & Date 15:00 HRS on 17.09. 2021
2.2 The Qualification Criteria to be satisfied will depend on the category of works,
whether Small, Normal or Large. Small Works are those costing up to and including
Rs. 3 Crores. Normal Works are those costing above Rs. 3 Crores and up to &
including Rs. 100 Crores each and Large Works are those costing more than Rs.100
Crores. The work for which the Tender is being invited falls under the category
of Large.
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, Ladakh, Andaman & Nicobar Islands and the 60 districts requiring
Integrated Action Plan of Government of India (List available at Annexure X).
Page 4 of 199
Normal area covers all areas other than Difficult area. The work for which this
Tender has been invited falls under Difficult area.
2.4 In this Tender Joint Venture is allowed and following will apply:
a) If JV is successful in the Bid, the Contract will be awarded in the name of JV. The
JV Agreement should be executed within 15 days of receipt of Letter of
Acceptance and the JV Agreement duly registered in accordance with law so as to
be legally valid and binding on the members. The JV shall also open a Bank
account in the name of JV and all payments due to the JV shall be credited by the
Employer to that account only. To facilitate statutory deductions such as towards
Income Tax, etc. made from the amounts due to the JV being credited to the
concerned Government Departments, the JV shall arrange to obtain in the name of
JV, PAN/TIN etc. as required.
i. The Bid and, in case of a successful Bid, the Agreement shall be signed so as
to be legally binding on all Partners/Members.
iv. All the partners of the Joint Venture shall be liable jointly and severally for
the execution of the contract in accordance with the Contract terms and a
statement to this effect shall be included in the authorization through a Power
of Attorney in favour of the Partner-in-charge/Lead Member as well as in the
Bid and in the Agreement (in case of a successful bid).
vi. In case of Large Works, the maximum number of Partners can be only three
and the Partner-in-Charge/Lead Member shall have more than 50%
participation in financing of the JV and each of the other Members minimum
20% participation in financing of JV. In case of ‘Normal Works’ the Partner-
in-Charge/Lead Partner shall be responsible for 100% financing of the JV.
Page 5 of 199
vii. All partners/members of the JV shall comply with the provisions in the
Integrity Pact and any violation of the Pact by any partner/member shall be
construed as a violation by the JV.
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.
3.1 The information to be furnished and the documents to be enclosed shall be as per
Clause 28.0 hereinafter. Documents/ information complete in all respects, in support
of meeting the Qualification Criteria should be submitted in one go. Submission of
additional documents shall not be permitted. Only clarifications and filling of
gaps/missing information in the submitted documents, may be permitted.
4.1 Each set of Tender or Bidding Document will comprise the Documents listed below
and addenda issued in accordance with clause 6:
Page 6 of 199
4.2 Part-3: General Condition of Contract (Compilation of section 7 to 11) as also
Correction Slips to GCC are available on RITES website www.rites.com under the
link ‘Tenders’.
4.3 Part- 3 of the tender, i.e., General Conditions of Contract (Compilation of Sections 7
to 11) is not uploaded as a part of this tender document because as stated in sub-
clause 4.2 above, the same is available separately on RITES’ website and can be seen /
downloaded from there. The bidder need not submit / upload Part 3 of the tender
as a part of his offer. So far as Part-1 is concerned, the bidder is required to
submit/ upload only the documents mentioned in Clause 28.0 of Section 1
thereof. Rest of the Part -1 need not be uploaded. The bidder must, nevertheless,
read the same. It shall be presumed that the bidder has read the contents of Part
1: Technical Bid Packet and Part 3: General Conditions of Contract and upto
date Correction Slips thereto and the same will be binding upon him. The
successful bidder will be required to sign the complete tender document i.e., Part 1,
Part 2, Part 3 and Correction Slips, if any, thereto.
5.0 INSTRUCTIONS ON ACCESSING / PURCHASING OF BID DOCUMENTS
AND SUBMISSION THEREOF
5.1 To participate in the E–Bid submission for RITES, it is mandatory for the bidders to
get their firms registered with E–Procurement portal https://
etenders.gov.in/eprocure/app
5.2 The bidders are required to submit soft copies of their bids electronically on the CPP
Portal, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in
accordance with the requirements and submitting their bids online on the CPP Portal.
5.3 REGISTRATION
a) Bidders are required to enrol on the e-Procurement module of the Central Public
Procurement Portal (URL: https://etenders.gov.in/eprocure/app) by clicking on the
link “Online bidder Enrolment” on the CPP Portal which is free of charge.
b) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
c) Bidders are advised to register their valid email address and mobile numbers as part of
the registration process. These would be used for any communication from the CPP
Portal.
d) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class III Certificates with signing key usage) issued by any Certifying
Authority recognized by CCA India with their profile.
e) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to
misuse.
f) Bidder can log in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.
Page 7 of 199
5.4 SEARCHING FOR TENDER DOCUMENTS
a) There are various search options built in the CPP Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID,
Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of search parameters
such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to
search for a tender published on the CPP Portal.
b) Once the bidders have selected the tenders they are interested in, they may download
the required documents / tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
c) The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification / help from the Helpdesk.
i. The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
j. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission message
& a bid ID to the bid. A bid summary will be displayed with the bid ID and the date
& time of submission of the bid with all other relevant details.
Page 9 of 199
4200462, 0120-4001002, 0120-4001005,0120-6277787. E-mail id: support-
[email protected]
b) Bidders information useful for submitting online bids on the CPP Portal may be
Obtained at:
https://etenders.gov.in/eprocure/app?page=BiddersManualKit&service=page
c) It is mandatory for all bidders to have class – III Digital Signature Certificate (DSC)
in the name of the person along with name of Company who will digitally sign the
bid from any of licensed Certifying Agency (CA). Bidders can see the list of licensed
CAs from the link http://www.cca.gov.in
d) Bidder shall ensure use of registered Digital Signature Certificate (DSC) only and
safety of the same.
e) In case the Digital Signature Certificate (DSC) holder who is digitally signing the bid
and the person having Authority to Sign as per Clause 11 are different, even then all
the terms and conditions of the tender document will be binding upon the bidder.
6.1 Till 7 days prior to the deadline for submission of tenders, the Tender Document may
be modified by RITES Ltd. by issue of addenda/corrigendum.
6.3 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 before Bid submission end date and time as
considered necessary by RITES. Sometimes due to administrative reasons, the
deadline for submission of tenders may be extended latest by the deadline for
opening of tender as stipulated including extension given earlier. All Tenderers are
advised to see the website for extension of deadline for submission of tenders.
Page 10 of 199
6.4 Tenderer who has downloaded the tender from Central Public Procurement Portal
(CPPP) website https://etenders.gov.in/eprocure/app shall not tamper/modify the
tender form including downloaded price bid template in any manner. In case if the
same is found to be tampered / modified in any manner, tender will be completely
rejected and EMD would be forfeited and tenderer is liable to be banned from doing
business with Rites Ltd.
(a) Part-1 and Part-2 of tender document may be downloaded from CPPP and Part 3
from RITES website http://www.rites.com under the link ‘Tenders’ - ‘RITES GCC
for Works’ well before the deadline for submission of bids. The bids (Part-2 only)
along with the information and documents specified in clause 28 hereinafter, shall be
submitted online following the instructions appearing on the screen. Documents
specified in Clause 28 of Section 1, Part-1 are required to be uploaded along
with Part-2 (Financial Bid); the rest of Part-1 and the whole of Part-3 of the
tender document need not be submitted online but it shall be deemed to have
been submitted. Users are requested to map their system as per the System settings
available on the link
https://etenders.gov.in/eprocure/app?page=BiddersManualKit&service=page on the
CPP portal.
(c) Bidders may ensure that all the pages of the documents mentioned in Clause 28 must
be signed & stamped by authorised signatory and serially numbered. In case, it is
found that bidder has not complied with the same, the documents shall be deemed to
be signed and stamped as this is a digitally signed e- tender.
(d) The bids shall be submitted online following the instructions appearing on the screen.
Bidders may insert their e-Token/Smart Card in their computer and Log onto CPP
portal https://etenders.gov.in/eprocure/app using the User-Id and Password chosen
during registration. Then they may enter the password of the e-Token/ Smart Card to
access the DSC.
(e) Prior to bid submission, bidder should get ready with the documents to be uploaded
as part of the bid as indicated in the tender document/schedule. Generally, they can
be in Excel/PDF/ RAR/JPG formats. No other format is accepted. If there is more
than one PDF document, then they can be clubbed together in a ZIP file for
uploading. There is no limit for uploading file. Bids shall be submitted online only at
CPP website: https://etenders.gov.in/eprocure/app
Page 11 of 199
Tenderer/Contractor are advised to follow the instructions provided in the
‘Instructions to the Contractors/Tenderer for the e-submission of the bids online
through the Central Public Procurement Portal for e Procurement at
https://etenders.gov.in/eprocure/app
Bid documents may be scanned with 100 dpi with black and white option which
helps in reducing size of the scanned document.
During bid submission the bidder has to select the payment option as offline to pay
the cost of tender document and EMD and enter details of the instruments. In case of
exemption form payment of cost of tender document and EMD as a matter of Govt.
Policy, the scanned copy of document in support of exemption will have to be
uploaded by the bidder during bid submission. In case the bidder is registered as a
vendor under the category of Micro, Small and Medium Enterprises (MSME), he
must state his Udyog Aadhar Memorandum (UAM) number as registered on CPPP.
The onus of proving that the bidder is exempted from payment of cost of tender
document and/or EMD lies on the bidder. In this connection, it should be noted that
mere opening of bid does not mean that the bid has to be considered by RITES as a
valid bid. If later, it is discovered from the uploaded documents that bidder is not
exempted from payment of cost of tender and/or EMD, his bid shall be treated as
non-responsive. It may be noted that the benefits under Public Procurement Policy
for Micro and Small Enterprises (MSEs) Order, 2012 are applicable to only Supply
and Service Contracts.
i. Cost of Tender Document: The cost of tender document is Rs. 18000/- (Rupees
Eighteen Thousand Only) which is non-refundable. It shall be in the form of a
Banker’s Cheque/ Pay Order/ Demand Draft favouring “RITES Ltd.” issued by a
scheduled commercial bank, payable at Kolkata. No other mode of payment will
be accepted.
ii. Earnest Money deposit (EMD) - As per correction slip no.09 of RITES GCC for
Works, July 2019,
The bidders/tenderers are not required to deposit Earnest Money (Bid security)
should along with the Bid documents. In place of Earnest Money, it is mandatory
that the bidders/tenderers shall submit Bid Security Declaration along with the Bid
Documents. (As per annexure XI)
Other terms and conditions related to Security Deposit will remain unchanged.
Page 12 of 199
Bidders are required to upload scanned copy of acceptable instruments for EMD and
cost of Tender document in different files (Either in PDF or zip format) during on-
line submission of Bid. These documents shall be deposited in “ORIGINAL” in a
sealed envelope within a week from the date of opening to:
Failing which the bid shall be rejected and the bidder shall be debarred from
tendering in RITES Ltd. for a period of 02 (two) years unless the lapse is condoned
by the Accepting Authority at the request of the bidder for valid reasons. The
envelope should bear the tender details (Tender No., Tender Name etc.)
(g) The bid should be submitted online in the prescribed format. No other mode of
submission is accepted.
(h) Bid shall be digitally signed by a representative of the bidder and submitted “on-
line”. No hard copy of the documents (except those specifically asked for in the
tender document) are required to be submitted.
(i) The bidders will have to accept unconditionally the online user portal agreement
which contains the Terms and Conditions of NIT including General and Special
Terms & Conditions and other conditions, if any, along with on-line undertaking in
support of the authenticity regarding the facts, figures, information and documents
furnished by the Bidder on-line in order to become an eligible bidder.
(j) The bidder has to digitally sign and upload the required bid documents one by one as
indicated. Bidders to note that the very act of using DSC for downloading the bids
and uploading their offers shall be deemed to be a confirmation that they have read
all sections and pages of the tender/bid document including terms and conditions
without any exception and have understood the entire document and are clear about
tender requirements which will be binding upon the bidder.
(k) The bidders are requested to submit the bids through online e-tendering system
before the deadline for submission of bids (as per Server System Clock displayed on
the portal). RITES will not be held responsible for any sort of delay or the difficulties
faced during online submission of bids by the bidders at the eleventh hour.
(l) The bidder may seek clarification online only within the specified period. The
identity of bidder will not be disclosed by the system. RITES Ltd. will clarify the
relevant queries of bidders as far as possible. The clarifications given will be visible
to all the bidders intending to participate in that tender. The clarifications may be
asked from the day of “Pre-Bid Query Receipt Start Date and Time” till “Pre-Bid
Query Receipt End Date and Time”.
8.1 The Tender shall be valid for a period of 90 days from the due date for submission of
Tender or any extended date as indicated in sub para below.
Page 13 of 199
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 unconditionally for a specified
additional period. The request and the tenderer’s response shall be made in writing/
e-mail. A Tenderer may refuse the request without forfeiting his Earnest Money. A
Tenderer agreeing to the request will not be permitted to modify his Bid but will be
required to extend the validity of the Earnest Money for the period of the extension.
9.2 Any Tender not accompanied by scanned copies of the instruments for payment of
Earnest Money and cost of tender document in an acceptable form (or, if applicable,
the scanned copy of document in support of exemption) shall be rejected by the
Employer as non-responsive.
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 Clause 9.4 (b). The Earnest
Money of the Tenderers whose Technical Bid is found acceptable but who are neither
the lowest nor the second lowest will be returned without interest within 07 days of
opening of Financial Bid. The Earnest Money of the remaining unsuccessful bidders
will be released within seven days of the Accepting Authority’s decision on
acceptance or otherwise of the tender subject to provisions of Clause 9.4 (b). The
bidder shall submit RTGS/NEFT Mandate Form as per performa given in Annexure
VII, dully filled in.
(a) if after bid opening, but before expiry of bid validity or issue of Letter of
Acceptance, whichever is earlier, any Tenderer
ii. makes any modification in the terms and conditions of the tender
which are not acceptable to the Employer.
Page 14 of 199
(b) in case any information/document which may result in the tenderer’s
disqualification is concealed by the Tenderer or any
statement/information/document furnished by the Tenderer or issued by a
Bank/Agency/Third Party and submitted by the tenderer, is subsequently found to
be false or fraudulent or repudiated by the said Bank/Agency/Third Party.
fails to furnish the Performance Guarantee within the period specified under
Clause 1 of “Clauses of Contract” or
fails to commence the work without valid reasons within the period as specified
in Schedule F after the date of issue of Letter of Acceptance or from the first date
of handing over of the site, whichever is later.
10.1 The Tenderers shall submit offers which comply strictly with the requirements of the
Tender Document as amended from time to time as indicated in Clause 6.0 above.
Alternatives or any modifications by the tenderer shall render the Tender invalid.
10.2 The bidder can modify, substitute, re-submit or withdraw its E-bid after submission
but prior to the deadline for submission of bids or the extended deadline, as the case
may be. No Bid shall be modified, substituted or with drawn by the bidder on/or after
the deadline for submission of the bids or the extended deadline, as the case may be.
Withdrawal of bid after such deadline would result in a forfeiture of EMD.
10.3 Any modification in the Bid or additional information supplied subsequently to the
deadline for submission of bids or the extended deadline, as the case may be, unless
the same has been explicitly sought for by RITES, shall be disregarded.
10.4 For modification of E–bid (Technical Bid), bidder has to detach its old bid from CPP
portal and upload / re-submit digitally signed modified bid.
10.5 For withdrawal of bid, bidder has to click on withdrawal icon at CPP portal and can
withdraw its E–bid.
10.6 After the bid submission on the portal, an acknowledgement number will be
generated by the system which should be printed by the bidder and kept as a record
of evidence for online submission of bid for the particular tender and will also act as
an entry pass to participate in the bid opening.
10.7 The time settings fixed in the server side & displayed at the top of the tender site, will
be valid for bid submission, in the e-tender system. The bidders should follow this
time during bid submission.
Page 15 of 199
10.8 All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not be viewable by
unauthorized persons during bid submission & will not be viewable by any one until
the date & time specified for bid opening.
10.9 The bidder should logout of the tendering system using the normal logout option
available in the portal and not by selecting the (X) exit option in the browser.
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 III.
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 III.
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 IV. The signatory on behalf of such Lead Partner shall be the one holding
the Power of Attorney in the Format at Annexure III.
i. There shall be no additions or alterations except those to comply with the instructions
issued by the Employer or as necessary to correct errors, if any, made by the
Tenderers.
ii. Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the
Financial offer will however be accepted.
iii. The Employer reserves the right to accept or reject any conditional rebate/discounts.
While evaluating the Bid Price, the conditional rebates/discounts which are in excess
of the requirements of the bidding documents or otherwise result in accrual of
unsolicited benefits to the Employer, shall not be taken into account.
iv. The bidder has to quote value only in figures in the BOQ.
v. In case of Item Rate Tenders, the bidders have to compulsorily quote rates of all the
BOQ items as also all items of Item Rate Schedule/ Sheet in a Mixed (Item Rate
Schedule and Percentage Schedule) Tender.
Page 16 of 199
vi. In case of Item Rate Tenders, 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.
vii In case of item wise BOQ, the bidder is required to quote his rate for all items. For
the items not quoted by the bidder, it will be presumed that the bidder has included
the cost of that/those item(s) in the rates of other items and the rate for such item(s)
shall be considered as Zero and the tender will be evaluated by the Employer
accordingly and the work executed by the successful bidder accordingly.
viii In case of Percentage Rate BOQ, the bidder has to select Excess (+) or Less (-) and
enter the valid percentage for that BOQ.
ix. Deduction/ recovery/ credit items, if any, are placed in a separate sub-head and in a
separate sheet of BOQ. In case of credit items/recovery items/deduction items for
which the bidder has to pay the amount to Employer, the bidder is not allowed to
make negative entry and the rate quoted by the bidder shall be taken as negatively
default. The amount so calculated shall be considered as negative and deducted from
the total of other sub-heads of BOQ to work out the total bid amount.
(i) The Bidder/Contractor is required to enter into an Integrity Pact with the Employer,
in the Format at Annexure VI. The Integrity Pact enclosed as Annexure VI 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 Clause 11.2 – Integrity Pact, shall be
applicable only when so provided in Clause 11.2A below which will also stipulate
the names and addresses 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/Bidder.
In case Integrity Pact is applicable, (When estimated cost put to tender is Rs. 10
crores or more), the following Independent External Monitors who have been
appointed by the Central Vigilance Commission, shall monitor implementation of IP -
Page 17 of 199
Name and Address of Independent External Monitor: -
Complaints arising from tendering process shall be, as far as possible, referred to both
the IEMs for their joint investigation and recommendation.
Name, Designation and Address of RITES’ Liaison Officer: -
Sri Pawan Chowdhury,
ED (B&A), RITES Ltd./Gurugram
11.2B The Guidelines on banning of business dealings as per Annexure-A of Annexure VI
are applicable to all Tenders/contracts irrespective of applicability of Integrity Pact.
If business dealings with the Bidder/Contractor have been banned as per “The
Guidelines on Banning of Business Dealing as per Annexure-A of Annexure-VI”,
then such a Bidder/contractor individually and also any Joint Venture wherein such
Bidder/contractor is a member, will not be eligible during the period till such ban is in
force to participate in tenders of any work(s) which may be invited by RITES. In case
the Bidder/contractor is a Joint Venture, the JV as well as members of the JV
individually or as member(s) of any other Joint Venture (JV) will not be so eligible.
In case the Bidder/contractor is a company then, in addition to the aforesaid
provisions, the Associate Companies and Subsidiary Companies (as defined under
Companies Act, 2013), of the company with whom Business Dealings have been
banned, will also not be eligible.
12.2 Opening of bids will be done through online process. RITES reserves the right to
postpone or cancel a scheduled bid opening at any time prior to its opening.
Information of the same will be displayed at https://etenders.gov.in/eprocure/app CPP
portal.
12.3 Bid opening committee will open the bids online in the presence of bidders or their
authorized representatives who choose to attend on opening date and time. Also, the
bidders can participate online during the bid opening process from their remote end
through their dashboard. The bidder’s representatives, who are present, shall sign in
an attendance register. At the time of technical bid opening, each bidder will be able
Page 18 of 199
to view on-line through CPPP, the technical bids of the bidders who have participated
in the tender and whose bids have been opened.
12.4 Bids will be opened as per date/time as mentioned in the Tender Critical Date Sheet
unless the same is extended. On completion of Technical Bid Opening, each bidder
will be able to view the technical bid documents of the bidders whose bids have been
opened. Similarly, on the completion of Financial Bid Opening each bidder will be
able to view the Financial as well as technical bid documents of the bidders whose
bids have been opened.
12.5 RITES shall subsequently examine and evaluate the bids in accordance with the
provision set out in the tender document.
12.6 The results of technical and financial qualification of bidders will be available on the
CPP Portal at https://etenders.gov.in/eprocure/app and intimated to the bidder
through system generated email or SMS.
12.7 It will be the bidder’s responsibility to check the status of their Bid on-line regularly
after the opening of bid till award of work.
12.8 The bids will be evaluated for qualification criteria as mentioned in Clause 2
hereinbefore and also in conjunction with provision of Subclause 12.15. RITES shall
not be responsible for any postal delay in receipt of all original documents including
the cost of tender document and EMD. In case of non- receipt of these documents in
original within the specified period, the bid will be treated as non-responsive.
12.9 Request for clarification/ deficient documents from the bidder can be asked for either
through the system or through E-mail. A system generated SMS alert will be sent to
the bidder when clarifications/deficient documents are called through the system. In
such a case, no separate communication will be sent in this regard. Non-receipt of
email and/or SMS will not be accepted as a reason of non- submission of deficient
documents or confirmatory documents within prescribed time. The date and time of
submission of deficient documents cannot be extended.
12.10 After evaluation of Technical -Bid, the bidder will be able to view uploaded Tender
Committee evaluation results as also the date and time of Financial bid opening.
12.11 The bidder will be able to view (through his Login Id) BOQ Sheets of other bidders,
Comparative Chart and Financial Evaluation Summary uploaded by Tender
Evaluation Committee. Without login, bidder will be able to view only Comparative
Chart.
Envelope 1 containing scanned copy of Earnest Money along with Mandate Form as
per Annexure VII, Cost of tender document of all the Tenderers and Authority to Sign
as per Clause 11.0 will be opened first and checked. If Earnest Money and Cost of
Tender Document are not furnished as per tender stipulations, the Envelope 2 of
Technical bid and Envelope 3 containing financial bid will not be opened and the bid
will be rejected as non-responsive unless the bidder has established that it is exempted
from payment of Cost of Tender Document and Earnest Money Deposit. The
Page 19 of 199
Envelope 2 containing Technical Bid and Envelope 3 containing Financial Bid of
other Tenderers who have furnished scanned copies of Earnest Money and cost of
Tender document as per tender stipulations will then be opened.
(a) Envelope 1 of Packet I containing scanned copy of Earnest Money along with
Mandate Form as per Annexure VII, Cost of Tender Document of all the Tenderers
and Authority to Sign as per Clause 11.0 will be opened first and checked. If Earnest
Money and cost of Tender Document are not furnished as per tender stipulations, the
Envelope 2 of PACKET-I (Technical Bid) and PACKET-II (Financial Bid) will not
be opened and the bid will be considered as non- responsive and rejected unless the
bidder has established that it is exempted from payment of Cost of Tender Document
and Earnest Money Deposit. The Envelope 2 of PACKET-I (Technical Bid) of other
Tenderers who have furnished scanned copies of Earnest Money and cost of Tender
document as per tender stipulations will then be opened.
(b) The Employer will scrutinize the Technical Bids accepted for evaluation to determine
whether each Tenderer
(i) has submitted ‘Authority to sign’ as per Clause 11.0 above and Integrity Pact
(where applicable) duly signed and witnessed as per Clause 11.2 above;
(ii) meets the Qualification Criteria stipulated in Clause 2.0.
(c) If required, the Employer may ask any such Tenderer for clarifications on his
Technical Bid through CPPP or through E-mail. The tenderer shall furnish the same
online only in case clarifications are sought through CPPP and through E-mail or by
post if clarifications are sought through E-mail. If a Tenderer does not submit the
clarification/document requested, by the specified time, the bid of such Tenderer is
likely to be rejected. PACKET-II (Financial Bid) of Tenderers whose Technical Bids
are not found acceptable will not be opened. Such tenderers will be informed about
non-acceptance of their Technical Bid through system generated SMS/E-mail. The
tenderers whose Technical Bids are found acceptable will be advised accordingly and
will also be intimated through e-mail the time and date and place where and when
PACKET II (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 online
PACKET-II (Financial Bid).
It may be noted that mere opening of a bid does not mean that the bid has to be
considered by RITES as a valid bid. All bids will be evaluated to decide whether the
bids are responsive or non- responsive.
12.15 In order to give effect to the policy of Government of India to encourage ‘Make in
India’ price preference shall be accorded to Local Supplier/Bidder in accordance with
Order No. P-45021/2/2017-PP(BE-II) dated 04.06.2020 on Public Procurement
Page 20 of 199
(Preference to Make in India) Order 2017 as amended upto date of the Department of
Industrial Policy and Promotion, Ministry of Commerce and Industry. RITES Ltd
being a CPSU adopted the guidelines given in the above-mentioned Order dated
04.06.2020 and the following shall be applicable in this tender:
1. Definitions:
‘Local content’ means the amount of value added in India which shall be total value
of the item procured (excluding the net domestic indirect taxes) minus the value of
imported content in the item (including all customs duties) as a proportion of the total
value, in percent.
‘Class-I local supplier’ means a supplier or service provider, whose goods, services
or works offered for the procurement, has local content equal to or more than 50%, as
defined under this clause.
‘Class-II local supplier’ means a supplier or service provider, whose goods, services
or works offered for the procurement, has local content equal to more than 20% but
less than 50%, as defined under this clause.
‘L-1’ means the lowest tender or lowest bid or the lowest quotation received in a
tender, bidding process or other procurement solicitation as adjudged in the
evaluation process as per the tender or other procurement solicitation.
‘Margin of purchase reference’ means the maximum extent to which the price
quoted by a “Class-I local supplier” may be above the L1 for the purpose of purchase
preference.
‘Works’ means all works covered in the scope of work in this tender.
3. Purchase Preference
(a) In the procurements of goods or works which are divisible in nature, the ‘Class-I
local supplier’ shall get purchase preference over ‘Class-II local supplier’ as well
as ‘Non-local supplier’, as per the following procedure:
i. Among all qualified bids, the lowest bid will be termed as L-1. If L-1 is
‘Class-I local supplier’, the contract for full quantity will be awarded to L1.
ii. If L1 bid is not a ‘Class-I local supplier’, 50% of the order quantity shall be
awarded to L-1. Thereafter, the lowest bidder among the ‘Class-I local
supplier will be invited to match the L1 price for the remaining 50% quantity
subject to the class -1 local supplier’s quoted price falling within the margin
of purchase preference, and contract for that quantity shall be awarded to such
Page 21 of 199
‘Class-1 local supplier’ subject to matching the L-1 price. In case such lowest
eligible ‘Class-I local supplier’ fails to match the L1 price or accepts less than
the offered quantity, the next higher ‘Class-1 local supplier’ within the margin
of purchase preference shall be invited to match the L-1 price for remaining
quantity and so on, and contract shall be awarded accordingly. In case some
quantity is still left uncovered on Class-1 local suppliers, then such balance
quantity may also be ordered on the L1 bidder.
(b) In the procurements of goods or works which are not divisible in nature, and in
procurement of services where the bid is evaluated on price alone, the ‘Class-I
local supplier; shall get the purchase preference over ‘Class-II supplier’ as well as
‘Non-local supplier’, as per following procedure:
i) Among all the qualified bids, the lowest bid will be termed as L1. If L1 is
‘Class-1 local supplier’ the contract will be awarded to L1.
ii) If L1 is not a ‘Class-1 local supplier’, the lowest bidder among the ‘Class-1
local supplier’, will be invited to match the L-1 price subject to Class-1 local
supplier’s quoted price falling within the margin of purchase preference, and
the contract shall be awarded to such ‘Class-1 local supplier’ subject to
matching the L1 price.
iii) In case such lowest eligible ‘Class-1 local supplier’ face to match the L-1
price, the ‘Class-1 local supplier’ with the next higher bid within the margin
of purchase preference shall be invited to match the L1 price and so on and
the contract shall be awarded accordingly. In case none of the ‘Class-1 local
supplier’ within the margin of purchase preference matches the L1 price, the
contract may be awarded to the L1 bidder.
(c) “Class-II local supplier” will not get purchase preference in any procurement,
undertaken by procuring entity.
a. The ‘Class-1 local supplier’/Class-II local supplier’ at the time of tender, bidding
or solicitation shall be required to indicate percentage of local content and
provide self-certification that the item offered meets the local content requirement
for ‘Class-I local supplier’/’Class-II local supplier’, as the case may be. They
shall also give details of the location(s) at which the local value addition is made.
b. In case of procurement for a value in excess of Rs. 10 crores, the ‘Class-I local
supplier’/’Class-II local supplier shall be required to provide a certificate from
the statutory auditor or cost auditor of the company (in the cases of companies) or
Page 22 of 199
from a practicing cost accountant or practicing chartered accountant (in respect of
suppliers other than companies) giving the percentage of local content.
12.16
Definitions
1. “ Bidder” for thepurpose of this Order (including the term ‘tenderer’, ‘consultant’ ‘vendor’ or
‘service provider’ in certain contexts) means any person or firm or company, including any
member of a consortium or joint venture ( that is an association of several persons, or firms or
companies), every artificial juridicial person not falling in any of the descriptions of bidders
stated hereinbefore, including any agency, branch or office controlled by such person,
participating in a procurement process.
2. “Tender” for the purpose of this Order will include other forms of procurement, except where
the context requires otherwise.
4. “Bidder from a country which shares a land border with India” for the purpose of this
Order means
ii. In case of a partnership firm, the beneficial owner is the natural person(s) who,
whether acting alone or together, or through one one or more juridicial person, has
ownership of entitlement to more than fifteen percent of capital or profits of the
partnership:
Page 23 of 199
iii. In case of an unincorporated association ore body of individuals, the beneficial owner
is the natural person(s), who, whether acting alone or together, or through one or
more juridicial person, has ownership of or entitlement to more than fifteen percent of
the property or capital or profits of such association or body of individuals.
iv. Where no natural person is identified under (i) or (ii) or (iii) above, the beneficial
owner is the relevant natural person who holds the position of senior managing
official;
v. In case of a trust, the identification of a beneficial owner(s), shall include identification
of the author of the trust, the trustee, the beneficiaries with fifteen percent or more
interest in the trust and any other natural person exercising ultimate effective control
over the trust through a chain of control or ownership..
6. “Agent”for the purpose of this Order is a person employed to do any act for another, or to
represent another in dealing with third persons.
Requirement of registration
7. Any bidder from a country which shares a land border with India will be eligible to bid in any
procurement whether of goods, services ( including consultancy services and non-
consultancy services) or works (including turnkey projects) only if the bidder is registered with
the Competent Authority i.e.Department for Promotion of Industry and Internal Trade (DPIIT).
8. This Order will not apply to bidders from those countries ( even if sharing a land border with
India) to which the Government of India has extended lines of credit or in which the
Government of India is engaged in development projects.
9. Updated lists of countries to which lines of credit have been extended or in which
development projects are undertaken are given in the website or the Ministry of External
Affairs.
10. This Order shall not apply to (i) cases where orders have been placed or contract has been
concluded or letter/notice of award/ acceptance (LoA) has been issued on or before the date
of this order; and (ii) in special cases mentioned hereinunder:
st
A. Till 31 December 2020, procurement of medical supplies directly related to containment
of the Covid 19 pandemic shall be exempt from the provision of this Order.
B. Bona fide procurements made through GeM without knowing the country of the bidder till
the date fixed by GeM for this purpose, shall not be invalidated by this order.
C. Bona fidesmall procurements, made without knowing the country of the bidder, shall not
be invalidated by this order.
D. In projects which receive international funding with the approval of the Department of
Economic Affairs (DEA), Ministry of Finance, the procurement guidelines to the project
shall normally be followed, notwithstanding anything contained in this Order and without
reference to the Competent Authority. Exceptions to this shall be decided in consultation
with DEA.
E. This order shall not apply to procurement by Indian missions and by office of government
agencies / undertakings located outside India.
Transitional cases
11. Tenders where no contract has been concluded or no LoA has been issued so far shall be
handled in following manner :
a) In tenders which are yet to be opened, or where evaluation of technical bid of the first
exclusionary qualificatory stage (i.e. the first stage at which the qualifications of tenderers
are evaluated and unqualified bidders are excluded) has not been completed :No
contracts shall be placed on bidders from such countries. Tenders received from bidders
from such countries shall be dealt with as if they are non-compliant with the tender
conditions and the tender conditions and the tender shall be processed accordingly.
b) If the tendering process has crossed the first exclusionary qualificatory stage: If the
qualified bidders include bidders from such countries, the entire process shall be
Page 24 of 199
scrapped and initiated de novo. The de novo process shall adhere to the conditions
prescribed in this Order.
c) As far as practicable, and in cases of doubt about whether a bidder falls under paragraph
7 , a certificate shall be obtained from the bidder whose bid is proposed to be considered
or accepted, in terms of Paras 4,5 & 6read with Para 7 of this order.
12. A certificate shall be taken from bidders in the tender documents regarding their compliance
with this order. If such certificate given by a bidder whose bid is accepted is found to be false,
this would be a ground for immediate termination and further legal action in accordance with
law.
13. In works contracts, including turnkey contracts, contractors shall not be allowed to sub-
contract works to any contractor from a country which shares a land border with India unless
such contractor is registered with the Competent Authority i.e. Department for Promotion of
Industry and Internal Trade (DPIIT).
14. The definition of “Contractor from a country which shares a land border with India” shall be as
in paragraph 4 above. This shall not apply to sub-contracts already awarded on or before the
date of this Order.
Validity of registration
15. In respect of tenders, registration should be valid at the time of submission of bids and at the
time of acceptance of bids. In respect of supply otherwise than by tender, registration should
be valid at the time of placement of order. In the bidder was validly registered at the time of
acceptance/ placement of order, registration shall not be a relevant consideration during
contract execution.
16. The Government E-Marketplace shall, as soon as possible, require all vendors/ bidders
registered with GeM to give a certificate regarding compliance with this Order, and after the
date fixed by it, shall remove non-compliant entities from GeM unless / until they are
registered in accordance with this order.
Model Certificates
17. Model Certificates which may be inserted in tenders / obtained from bidders are as under;
a. Model Certificate for Tenders (for transitional cases as stated in Para 10 of this Order).
“ I have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India; I hereby certify that this bidder is not from such a
country and is eligible to be considered.”
“ I have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India; I certify that this bidder is not from such a country
or, if from such a country, has been registered with the competent Authority i.e. DPIIT. I
hereby certify that this fulfils all requirements in this regard and is eligible to be a
considered. ( Where applicable, evidence of valid registration by the Competent Authority
i.e DPIIT shall be attached)”.
Page 25 of 199
c. Model Certificate for Tenders for Works involving possibility of sub-contracting
“I have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India and on sub-contracting to contractors from such
countries; I certify that this bidder is not from such a country or, if from such a country,
has been registered with the competent Authority i.e. DPIIT and will not sub-contract any
work to a contractor from such countries unless such contractor is registered with the
Competent Authority i.e DPIIT. I hereby certify that this bidder fulfils all requirements in
this regard and is eligible to be considered. (Where applicable, evidence of valid
registration by the Competent Authority i.e DPIIT shall be attached.)”
“ I have read the clause regarding restrictions on procurement from a bidder of country
which shares a land border with India; I certify that this vendor / bidder is not from such a
country or, if from such country, has been registered with the Competent Authority i.e
DPIIT. I hereby certify that this vendor/ bidder fulfil all requirements in this regard and is
eligible to be considered from procurement on GeM( Where applicable, evidence of valid
registration by the Competent Authority i.e DPIIT shall be attached.)”
Note: In case of any clarification is needed, the Office Memorandums / Orders issued by
Govt. of India, Department of Expenditure, Public Procurement Division, Ministry of
Finance and Department of Public Enterprises, Ministry of Heavy Industries & Public
Enterprises as mentioned above in this Correction Slip may be referred.
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. The bidders may contact
Sri R.B.Roy, Jt. General Manager/Civil at RITES, Regional Project Office,
House No. C/146, Road No. 1, Ashok Nagar, Ranchi – 834002 / Phone No.
9163341075, email: [email protected] or [email protected] regarding
inspection of site.
Page 26 of 199
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 him 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.
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 Officer of
Engineer Rank and above in the organization of the Employer. Any breach of this
condition by the Tenderer would render his Tender to be rejected.
No Officer of Engineer rank and above 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
Page 27 of 199
records connected with the work given to them. The unsuccessful Tenderers shall
return all the drawings given to them.
17.3 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.
17.4 Prices/rates quoted by the contractor in respect of the contract shall be after
considering all input credits and inclusive of all taxes and cess etc. other than GST on
Contract Price. The GST leviable on Contract Price shall be paid in addition to the
Contract Price as mentioned below.
In the bill for the works done, the contractor shall charge GST separately. It is the
responsibility of the contractor to pay GST to the Government concerned and file
statutory return within due date prescribed under the respective Act. For RITES to get
input credit, it is necessary that the amount get reflected in the return. In case the next
Running Account Bill (RA Bills) are submitted before due date of filing of return,
documentary evidence is to be submitted by the contractor in the subsequent running
account bill. The procedure for payment of bills shall be as under-
ii. The GST amount so claimed shall be paid along with payment of running account bill.
iii. The contractor has to furnish documentary evidence of the deposit of the GST or a
copy of the return in case of adjustment of available input credit, whichever is earlier,
before processing of subsequent RA bills. Else, the Engineer-in-Charges shall
withhold the GST amount so paid in the previous bill(s), in the subsequent / next RA
bill(s).
iv. Amount to be withheld shall relate only to the extent of GST not deposited or adjusted
within due date of filing of return.
In case of final bill, GST amount so deposited shall be reimbursed by the Engineer-in-
Charge only after the contractor furnishes the documentary evidence of actual deposit
of GST to the credit of Government and is reflected against the GSTIN of the
Employer.
17.5 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a
Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited
Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has
submitted a Bid for a work, shall not be a witness for any other Bidder for the same
work. Failure to observe the above stipulations would render all such Tenders
submitted as a Bidder and / or as a witness, liable to summary rejection.
17.6 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/
Page 28 of 199
acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of
India, State Government, Local Body and any Statutory Authority.
17.7 In case the bidder does not quote his rate for any item(s) in Item Rate Tender or
mixed Tender containing one or more Item wise schedules, it will be presumed that
the bidder has included the cost of that/those item(s) in the rates of other items and
the rate for such item(s) shall be considered as Zero and the tender will be evaluated
by the Employer accordingly and the work executed by the successful bidder
accordingly.
17.8 In case of credit items/recovery items/deduction items for which the bidder has to pay
the amount to RITES/Employer, the rate quoted by the bidder shall be taken as
negative (bidder is allowed to make positive entry only) and the negative amount so
calculated shall be considered to work out the total bid amount.
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.
The Letter of Acceptance will be sent to the Contractor in two copies one of which he
should return promptly, duly signed and stamped. The Letter of Acceptance will be a
binding Contract between the Employer and the Contractor till the formal Contract
Agreement is executed.
18.2 Within the period as specified in Clause 1 of ‘Clauses of Contract’, from 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 Performa
at Annexure V. 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.
Page 29 of 199
19.0 PRE-QUALIFICATION PERFORMA
The bidder shall fill the pre qualification performa at Annexure IX. The bid will be
evaluated only considering those details and corresponding documents as mentioned
in Annexure IX and no other details/ certificate/ document will be taken in to
consideration while evaluating the bid to decide whether the bidder is qualified or
not. For similar work experience the details of only those works mentioned in
Annexure IX may be given in Performa no. 1 attached to Annexure-I.
General Manager (Project), RITES Ltd invites on behalf of Patratu Vidyut Utpadan
Nigam Limited (PVUNL), percentage rate on two packet system for the following
work. No other mode of submission shall be accepted.
S. NIT Name work of Cost of Estimated Project Earnest Period Last Date & time of Time
No. No. & Location Cost put to Money of & Date
Tender submission of bid, Of opening
bid Completion
Docume EMD, cost of tender Of bid
nt document and other
Documents as
specified in the press
notice
1 2 3 4 5 6 7 8 9
(1) 12/OT/RIT Railway formation work Bid
ES/RPO- including construction of Security 18 months
RNC/CIVI bridges, Supply of all 18,000/- 100,94,03,836.00 11:00 hrs. on 11:30.hrs. on
declaratio 29.09.2021 30.09.2021
L/PVUNL/ P.way materials excluding
rails, dismantling of n as per
2021 dated
04.09.2021 existing tracks, laying of Annexure
new track, supply and XI to be
installation of in-motion submitted.
weigh bridge and other
ancillary works in
connection with the
proposed Railway Siding
system for Patratu STPP,
Phase-I (3x800MW) Project
of PVUNL, Dist.-
Ramgarh, Jharkhand”.
21.0 The bid document consisting of tender drawings, specifications, the schedule of
quantities of various types of items to be executed and the set of terms and conditions
of the contract to be complied with and other necessary documents can be seen on
CPP portal website https://etenders.gov.in free of cost.
22.0 After submission of the bid the bidder can re-submit revised bid any number of times
but before last time and date of submission of bid as notified.
23.0 While submitting the revised / modified Financial bid, the bidder can revise / modify
the rate of one or more item(s) any number of times (he need not re-enter rate of all
the items) but before last time and date of submission of bid as notified.
Page 30 of 199
(i) The bidder is found ineligible.
(ii) The bidder does not upload all the documents as stipulated in the bid document
including the undertaking about deposition of physical EMD and Cost of Tender
Document of the scanned copy of EMD and Cost of Tender Document uploaded.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in
the office of bid opening authority.
(iv) The bidder does not deposit physical instruments of EMD and Cost of Tender
Document within a week of opening of technical bid.
25.0 Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can go to CPP Portal
https://eprocure.gov.in/eprocure/app?page=BiddersManualKit&service=page
bidders manual kit.
26.0 The intending bidder must have valid Class-III digital signature to submit the bid.
27.0 On opening date, the bidder can login and see the bid opening process. After opening
of bids he will be able to view the competitors’ bid documents.
28.0 List of Documents to be scanned and uploaded within the period of bid submission: -
1. Banker’s Cheque/ Pay Order/ Demand Draft towards cost of Tender Document
in accordance with Clause 7.0 (f) hereinbefore
OR
Document in support of exemption from payment of cost of Tender Document
and Udyog Aadhar Memorandum (UAM) number.
2. Banker’s Cheque/ Pay Order/ Demand Draft towards Earnest Money Deposit
(EMD) in accordance with Clause 9 hereinbefore
OR
Document in support of exemption from payment of EMD and Udyog Aadhar
Memorandum (UAM) number.
3. Authority to Sign (if required as per Clause 11.0 hereinbefore) in the format
given at Annexure III / Annexure IV as applicable.
4. RTGS/NEFT details as per Annexure-VII.
5. Self-attested copy of Documents in support of meeting the criterion of Annual
Financial Turnover in accordance with Para 1 of Annexure I.
6. Self-attested copy of Certificates in support of meeting the criterion of Similar
Work Experience in accordance with Para 2(a) of Annexure I.
7. Details of Similar works completed in the format given at Performa 1 in
Annexure I.
8. Self-attested copy of Certificates in support of meeting the criterion of
Construction Experience in key activities in accordance with Para 2(b) of
Annexure I.
9. Self-attested copy of Documents (Audited Balance Sheets, Profit & Loss
Statements and Auditor’s Reports) in support of meeting the Profitability
criterion in accordance with Para-4 of Annexure-I.
Page 31 of 199
10. Self-attested copy of Documents in support of meeting the criterion of Net
Worth in accordance with Para 5 of Annexure I.
11. Declaration by the Bidder in the format given in Performa 3 of Annexure I.
12. Integrity Pact as per Annexure VI.
13. Self-attested copy of Guidelines on Banning of Business Dealings as per
Annexure-A.
14. Annexure IX duly filled in.
15. Self-attested copy of a certificate, confirming that the applicant is working
contractor or has executed any work within the last seven 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 of Central / State Government or Public Limited Company listed in Stock
Exchange in India & Abroad.
16. Self-Attested Copy of Partnership Deed/ Memorandum and Articles of
Association of the firm.
17. Self-Attested copy of Corrigendum(s), if any.
18. Self-attested copy of any other document if specified in the correction slips to
the Tender Document.
19. Self-certified copy of the Joint Venture Agreement/Memorandum of
Understanding as per Annexure II & Annexure IV (where Joint Venture is
allowed) -
20. Power of Attorney in favour of Lead Member as the Lead Member of JV
executed by the authorized representatives of all the members of JV (where
Joint Venture is allowed).
21. Self-attested copy of a certificate, confirming that the Partners including Lead
Partner duly signed by the Authorized representative of each Partner/Member
of Joint Venture is a working contractor or has executed any work within the
last seven 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 (where Joint
Venture is allowed).
22. Self-attested copy of GST Registration Certificate (As applicable).
Note: - Any clarification / deficient document(s) sought by RITES Ltd. as per Clause
shall be submitted by the bidder online only.
2. Self-attested copy of registration under Labour Laws like PF, ESI etc.
30.0 RITES Ltd. may approach any Bank, Individual, Employer, Firm or Corporation,
whether mentioned in the documents submitted by bidders or not, to verify the
Page 32 of 199
credentials and general reputation of the bidder and where JV is allowed the
credentials and general reputation of lead member & each Member of Joint Venture.
31.0 With reference to Clause-3, Sub-clause 3(a), 3(a)(i), 3(b) and Clause 52.7 of Clauses
of Contract of RITES GCC for works (Section-8), the name of the contractor declared
as “Poor Performer” as per 52.7 and the contractor, whose Contract is Determined as
per clause 3 and deemed to be declared as “Poor Performer” as per Sub clause 3(a)(i)
will be placed in RITES’ ‘Negative List of Contractors’ and the such a contractor
individually and also any Joint Venture wherein such contractor is a member, will not
be eligible for a period of up to two years, to participate in the tenders of other works
and in the tendering process for balance work as per sub-clause 3(b) which may be
invited by RITES. In case the contractor is a Joint Venture, the JV as well as all
members of the JV individually or as member(s) of any other Joint Venture (JV) will
not be so eligible. In case the contractor is a company then, in addition to the aforesaid
provisions, the Associate Companies and Subsidiary Companies (as defined under
Companies Act 2013), of the company included in the Negative list, will also not
eligible.
Page 33 of 199
ANNEXURE – I
QUALIFYING CRITERIA FOR WORKS CONTRACTS
Notes:
a) 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.
b) Closing stocks in whatsoever manner should not form part of turnover.
c) Weightage of 7% (compounded annually) shall be given for equating the financial
turnover of the previous years to the current year.
d) For considering the Financial Years, for example for a work for which the last
stipulated date for submission of the bids is in Financial Year 2014-15, the last three
Financial Years will be 2013-14, 2012-13 and 2011-12. For a work for which the last
stipulated date for submission of the bids is on (say) 05.09.14 (F.Y. 2014-15), with
weightage of 7% compounded annually, the weightages to be applied on the Turnover
of the previous three Financial Years will be : F.Y. 2013-14 = 1.070; F.Y. 2012-13 =
1.145; F.Y. 2011-12 = 1.225.
e) The Bidder should furnish Annual Financial Turnover for each of the last 3 Financial
Years in tabular form and give reference of the document (with page no.) relied upon
in support of meeting the Qualification Criterion.
f) 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.
g) If the Audited Balance Sheet for the immediately preceding year is not available in
case of a work for which the last stipulated date for submission of the bids is before
30th September audited Balance Sheets, Profit and Loss Statements and other
financial statements of the three Financial Years immediately preceding the previous
Financial Year may be adopted for evaluating the credentials of the Bidder.
i. Large Works
For each Partner, the highest Annual Turnover in any of the last three Financial Years
will be considered and the weighted figure for the current Financial Year will be
worked out as described in Para 1 (Note c). This should not be less than the figure
arrived at by multiplying the minimum Annual Turnover stipulated for the Bidder in
Page 34 of 199
Qualification Criterion multiplied by the percentage of Financial participation by that
partner in the JV. Each partner should satisfy this requirement and thus automatically
JV will satisfy the criterion of minimum Annual Turnover.
2. WORK EXPERIENCE
(aa) In case of Railway Works involving one or more components like Earthwork,
Bridges, Track Linking, Track Laying, OHE, signalling etc., the Qualifying
Criterion relating to Work Experience shall be as under:
(i) For works in Normal Areas (Other than Difficult Areas) – Not Applicable
Or
(ii) For works in difficult areas (Refer Clause 2.3)
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. 40,37,61,534/- OR at least two similar works each of minimum value of
Rs. 25,23,50,959/- during the last 7 (seven) years prior to the last stipulated date for
submission of the Bid. Works completed prior to the cut off date shall not be
considered.
Similar Works
A Similar Work shall mean the work of “Any Civil Engineering work involving
execution of Earthwork in formation and / or Construction of bridges for a
railway project” carried out in India under a single contract (including additional
work carried out under the contract)
In case the Bidder (Indian Company) wishes to rely on a work completed abroad, the
value of such completed work in foreign convertible currency shall be converted into
Indian Rupees. The conversion rate shall be decided by RITES based on the rates of
currency on the date of completion of work (the bidder to also submit the currency
conversion rate as on completion date of the Credential Certificate relied upon by the
bidder for the purpose of work experience). Further, such a bidder (Indian Company)
should have also completed at least one construction work of value minimum 25% of
estimated cost of work, in India in the last seven years prior to the last stipulated date
for submission of the Bids.
Notes :
I. A weightage of 7% (compounded annually from the date of completion of the work to
the last stipulated date for submission of the Bids) shall be given for equating the
value of works to the last stipulated date for submission the Bids. For example, for a
similar work of Rs. 1,00,000/- completed on 31.12.2017 and the last date of
submission of bids was 31.08.2020, the value of work that shall be considered after
Page 35 of 199
giving weightage is [Rs. 1,00,000*1.07*1.07]{1+[(7/100)* (244/366)]}=Rs.
119832.87, rounded off to Rs. 119833/-
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-I 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 Government Organizations/ Semi Government
Organizations of Central or State Government; or by Public Sector Undertakings /
Autonomous Bodies of Central/State Government or their subsidiaries / by Public
Ltd. Companies listed in Stock exchange in India or Abroad or subsidiaries of such
companies shall only be accepted for assessing the eligibility of a Tenderer.
Certificates issued by one of the aforesaid organizations as a lead member (having
equity stake of 51% or more) of a Joint Venture (JV) for a work executed for the JV,
will also be acceptable. In case of PPP projects, if the bidder has executed a work for
a concessionaire who is one of the aforesaid organizations, then the certificate issued
by such concessionaire or by the public authority concerned, will also be acceptable.
VI. The cut off date shall be calculated backwards from the last stipulated date for
submission of Tender i.e. for a Tender having the last stipulated date for submission
on 06.08.2014, the cut off date shall be 07.08.2007.
To qualify for award of the contract, each Bidder in his own name or as a member of a
Joint Venture should have, in the last seven years prior to the last stipulated date for
submission of the Bid, executed the following key activities in any one work
individually carried out in India.
II. When key activities are expressed/ specified in monetary terms, a weightage of
7% (compounded annually from the date of completion of the key activity to the
last stipulated date for submission of the Bids) shall be given for equating the
value of key activity to the last stipulated date for submission of the Bids. For
example, for a key activity of Rs. 1,00,000/- completed on 31.12.2017 and the last
date of submission of bids was 31.08.2020, the value of Key activity that shall be
considered after giving weightage is [Rs. 1,00,000*1.07*1.07]{1+[(7/100)*
(244/366)]}=Rs. 119832.87, rounded off to Rs. 119833/-
III. The work satisfying the criterion for a particular key activity may be different
from a work satisfying the criterion for another key activity.
IV. The Bidder should furnish with his Bid a tabular statement giving contract-wise
quantities/amount of key activities (mentioning the date of start and date of
completion of key activity) executed in the last 7 years prior to the last stipulated
date for submission of the bids which meet the Qualification Criterion along with
documentary proof in support thereof (indicating page nos.).
V. Even if a work has not been completed but if the specified quantity/specified
value in monetary terms of the key activity has been completed in the last five
years prior to the last stipulated date for submission of the bids, the same shall be
taken into consideration for the purpose of this criterion.
VI. Any work executed by the Bidder as a member of a Joint Venture will be accepted
provided there is documentary proof in support of the same either in the MOU/
Agreement of the JV or in a declaration by the other Members of that JV or the
Client confirming that the key activity was actually executed by the Bidder.
(i) The bidder should furnish a declaration that he has not failed to service the principal
amount or interest or both of a loan amount / credit limit from any Bank or Financial
Institution during a period of one year prior to the deadline for submission of bids i.e.
the last stipulated date for submission of bids.
Notes:
a) In case a bidder has defaulted in servicing his loan / credit limit during a period of one
year prior to the last stipulated date for submission of bids, he shall be disqualified.
Page 37 of 199
b) The declaration may be included in the Declaration to be submitted in Performa 3 to
this Annexure.
c) In case JV is permitted the following provisions will apply:
Large Works
Each partner shall sign the declaration.
Normal Works
The Partner-in-charge/Lead Member shall sign the declaration
4. PROFITABILITY
The Bidder should be a profit (net) making firm and should have made profit during
any two of the past 3 Financial Years immediately preceding the last stipulated date
for submission of bids. If the audited Balance Sheet for the immediately preceding
year is not available in case of a work for which the last stipulated date for submission
th
of the bids is before 30 September, Audited Balance Sheets of the three financial
Years immediately preceding the previous Financial Year shall be considered.
The Bidder should furnish figures of net profit of last 3 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 three Financial Years. Specific reference with
page no. of document which proves satisfaction of this Qualifying Criterion should be
indicated in the tabular statement.
Notes:
- In case JV is permitted the following provisions will apply:
Large Works
All the partners shall meet individually this criterion.
Normal Works
The Partner-in-charge/Lead Member shall singly meet this criterion
5. NET WORTH
The Bidder should have positive Net Worth of at least 15% (i.e. Rs. 15,14,10,575/-)
of the estimated cost.
Notes:
a) Net Worth shall be computed from the bidder’s audited balance sheet of the last
financial year ending on a date not prior to 18 months from the last stipulated date for
submission of the bids.
Normal Works
The Partner-in-charge/Lead Member shall singly meet this criterion
Page 38 of 199
6. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN
CASE OF BOTH LARGE AND NORMAL WORKS
b) Experiences and Resources of the Parent Company and other subsidiary companies
b) Records of any contract awarded to them, having been determined during the past
three years prior to the dead line for submission of bids i.e. last stipulated date for
submission of bids.
c) Been declared as Poor Performer by RITES and their name is currently in the
‘Negative List’ of RITES.
e) 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.
Page 39 of 199
Proforma-1
LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION
COMPLETED DURING THE LAST 7 YEARS
S. Client's Name of Scope Agreeme Contract Value Date of Date of Reasons Ref. of
No Name the Work of nt / Letter start Completion for delay document
. and & work of Award in (with page
Addres Location carried No. and completi no.) in
s out by date on support of
the if any meeting
Bidder Qualificatio
n Criterion
Award Actual on As per Actu
ed completi LOA/ al
on Agreeme
nt
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.
3. In case of a Certificate from a Public Limited Company or its subsidiary, the Bidder
should also submit documentary proof that the Public Ltd. Company was listed in
Stock Exchange in India or Abroad when the work was executed for it.
Page 40 of 199
4. 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.
5. 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.
7. Only similar works completed during the last 7 years prior to the last stipulated date
for submission of Bid, which meet the Qualification Criterion need be included in
this list.
Page 41 of 199
Proforma 2
-DELETED-
Page 42 of 199
Proforma 3
i) We have visited the site of work and seen the working conditions, approach road /
path, availability of water, electricity, construction labour, construction materials and
other relevant requirements connected with the work.
ii) We have neither concealed any information/document which may result in our
disqualification nor made any misleading or false representation in the forms,
statements and attachments in proof of the qualification requirements;
iii) During the past three years prior to the deadline for submission of bids, no contract
awarded to us has been determined.
v) We have submitted all the supporting documents and furnished the relevant details as
per prescribed format and we agree to submit, without delay additional information /
documents which may be demanded by RITES Ltd.
vi) 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.
vii) The information and documents submitted with the Tender and those to be submitted
subsequently by way of clarifications are correct and we are fully responsible for the
correctness of the information and documents submitted by us.
viii) We have not failed to service the principal amount or interest or both of a loan
account / credit limit from any Bank or Financial Institution during a period of one
year prior to the deadline for submission of bids i.e. the last stipulated date for
submission of bids.
ix) *The original instruments of EMD and Cost of Tender Document, in physical form
shall be deposited by us with RITES Ltd. within a week from the date of opening of
Technical Bid failing which RITES Ltd. may reject the bid and also take action to
debar us from participating in Tenders invited by RITES Ltd. for a period of two
years.
OR
Page 43 of 199
*We are exempted from payment of cost of Tender Document and EMD and the
certified copies of original documents in support of such exemption shall be
deposited by us with RITES Ltd. within a week from the date of opening of
Technical Bids and original documents produced on demand, failing which RITES
Ltd. may reject the bid and also take action to debar us from participating in Tenders
invited by RITES Ltd. for a period of two years.
(* Delete whichever is not applicable)
xi) Bidders are required to furnish declaration regarding verification of local content as
per item no.8 as defined in Sub-Clause 12.15 of Section-1
Page 44 of 199
ANNEXURE II
DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF
THE JOINT VENTURE
(On each firm’s Letter Head)
From
_______________
_______________
To
RITES Ltd
_______________
Dear Sir,
Re: RITES Tender Notice No.________________ dated _______ for_____
(Name of Work)
We wish to conform that our company / firm (delete as appropriate) has formed a Joint
Venture with_____ (insert names of all other members of the group) for purposes associated
with your Tender No.__________
(Members who are not the Lead Member of the Joint Venture should add the following
paragraph) *
* The Joint Venture is led by _________ (insert name of the Lead Member) whom we
hereby authorize to act as leader on our behalf for the purposes of submission of Bid for
____ (name of work) and to incur liabilities and receive instructions for and on behalf of
any and all the partners of the Joint Venture. For this purpose we have executed a Power
of Attorney in favour of ______ (name of the Lead Member)
(Member who is the Lead Member of the Joint Venture should add the following
paragraph)**
** In this Joint Venture we act as Lead Member and for the purposes of bidding for the
work, represent the Joint Venture.
Till the award of work, the Lead Partner shall furnish Bid bond and all other
bonds/guarantees to the Employer on behalf of the Joint Venture, which shall be legally
binding on all the partners of the Joint Venture.
In the event of our Joint Venture being awarded the contract we agree to be jointly with
________ (insert names of all other members of the Joint Venture) and severally liable to
RITES, its successors and assigns for all obligations, liabilities, duties and responsibilities
arising from or imposed by the contract subsequently entered into between RITES and our
Joint Venture.
The precise responsibility of the Lead Member and other Members of the Joint Venture in
respect of planning, design, construction equipment, key personnel, work execution and
financing of the Work including Percentage of financial participation by each Member will
Page 45 of 199
be as indicated in the Annexure. These shall not be varied/ modified subsequently without
your prior approval.
We further agree that entire execution of the contract shall be carried out exclusively
through the Lead Member.
In case our Bid is successful, the Joint Venture Agreement incorporating the above
provisions will be executed within 15 days of receipt of Letter of Acceptance from you and
shall be registered at the place where the Agreement will be signed, so as to be legally valid
and binding on all Members of the Joint Venture.
We agree that the Joint Venture Agreement shall be valid during the entire currency of the
Contract including the period of extension if any, and the maintenance period after the work
is completed.
We further confirm that we shall open a Bank Account in the name of JV and all payments
due to the JV shall be made by you by crediting to that Account. To facilitate statutory
deductions such as towards Income Tax and VAT made from the amounts due to us against
our bills, being credited to the concerned Government departments, we shall obtain
PAN/TIN number etc. as required and advise you the details before claming our first on-
account bill.
We affirm that the Integrity Pact with the Employer in the format at Annexure VI (if
applicable) shall be signed by the Lead Member duly witnessed, on behalf of the Joint
Venture. All Members including the Lead Member shall comply with the provision in the
Integrity Pact and any violation of the Integrity Pact by any Member shall be construed as
violation by the Joint Venture.
Encl: Annexure.
Yours faithfully,
Signature ____________
(Name of Signatory)___________
(Capacity of signatory)_________
Seal
Witness 1 Witness 2
Name Name
Address Address
Occupation Occupation
Note :
Page 46 of 199
ANNEXURE III
(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.
(Signature and name in block letters of *All the partners of the firm, * Authorized Signatory
for the Company)
Witness 1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:
Page 47 of 199
Notes:
Page 48 of 199
ANNEXURE IV
Whereas ______ RITES Ltd. has invited bids for _______ (Name of work) for and on
behalf of ________ as an Agent /Power of Attorney Holder.
Whereas, it is necessary for the members of the Joint Venture to designate one of them
as the Lead Member with all necessary power and authority to do, for and on behalf of
the JV, all acts, deeds and things as may be necessary in connection with the JV’s bid
for the work.
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 and shall always be deemed to have been done by us/JV.
____________
(* Strike out whichever is not applicable)
Page 49 of 199
Witness 1 Witness 2
Name: Name:
Address: Address:
Occupation: Occupation:
Notes:
Page 50 of 199
ANNEXURE V
FORM OF AGREEMENT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
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)
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.
Page 51 of 199
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.
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.
…………………………………… …………………………………
1. 1.
2. 2.
Page 52 of 199
ANNEXURE VI
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"
Preamble
The Employer intends to award, under laid down organizational procedures, contract/s for
______________. The Employer values full compliance with all relevant laws and
regulations, and economic use of resources, and of fairness and transparency in his relations
with the Bidder/s and/or contractor/s.
In order to achieve these goals, the Employer will appoint an Independent External Monitor
(IEM) who will monitor the Tender process and execution of the contract for compliance
with the principles mentioned above.
2. The Employer will, during the tender process, treat all Bidders with equity and
reason. The Employer will in particular, before and during the tender process,
provide to all Bidders the same information and will not provide to any Bidder
confidential/additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract execution.
3. The Employer will exclude from the process all known prejudiced persons.
(2) If the Employer obtains information on the conduct of any of his employees which is
a criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption)
Act, or if there be a substantive suspicion in this regard, the Employer will inform its
Chief Vigilance Officer and in addition can initiate disciplinary action.
Page 53 of 199
1. The Bidder/Contractor will not directly or through any other person or firm, offer,
promise or give to any of the Employer’s employees involved in the tender process
or the execution of the contract or to any third person any material or other benefit
which he is not legally entitled to, in order to obtain in exchange any advantage of
any kind whatsoever during the tender process or during the execution of the
contract.
2. The Bidder/Contractor will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions, to restrict competitiveness or to introduce
cartelization in the bidding process.
3. The Bidder/Contractor will not commit any offence under the relevant IPC/PC Act;
further the Bidder/ Contractor will not use improperly, for purposes of competition or
personal gain, or pass on to others, any information or document provided by the
Employer as part of the business relationship, regarding plans, technical proposals
and business details, including information contained or transmitted electronically.
4. The Bidder/Contractor will, when presenting his bid, disclose any and all payments
he has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
5. Foreign bidders shall disclose the name and address of agents and representatives in
India.
6. Indian Bidders shall disclose their foreign principals or associates.
(2) The Bidder/ Contractor will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
Section 3-Disqualification from tender process and exclusion from future contracts
(2) If the Employer has terminated the contract during execution in terms of the
provisions under Section 3, the Employer shall be entitled to demand and recover
from the Contractor the damages equivalent to Earnest Money Deposit, Security
Page 54 of 199
Deposits already recovered and Performance Guarantee, which shall be absolutely at
the disposal of the Employer.
(2) The Bidder/ Contractor confirms that any violation by any of his partners/sub-
contractors to act in conformity with the provisions of this Integrity Pact can be
construed as a violation by the Bidder/Contractor himself, leading to possible
Termination of Contract in terms of Section 4.
(3) The Employer will disqualify from the tender process all bidders who do not sign this
Pact or violate its provisions.
(2) The Monitor is not subject to instructions by the representatives of the parties and
will perform his functions neutrally and independently. He will report to the
CMD/RITES Ltd.
(3) The Bidder/Contractor accepts that the Monitor has the right of access without
restriction to all Project documentation of the Employer including that provided by
the Contractor. The Contractor will also grant the Monitor, upon his request and
Page 55 of 199
demonstration of a valid interest, unrestricted and unconditional access to his project
documentation. The same is applicable to Partners/Sub-Contractors. The Monitor is
under contractual obligation to treat the information and documents of the
Bidder/Contractor/Partners/Sub-Contractor with confidentiality.
(4) The Employer will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact
on the contractual relations between the Employer and the Contractor. The parties
offer to the Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices or has reason to believe that violation of the
agreement by the Employer or the Bidder/ Contractor, has taken place, he will
request the Party concerned to discontinue or take corrective action, or to take any
other relevant action. The Monitor can in this regard submit non-binding
recommendations. Beyond this, the Monitor has no right to demand from the parties
that they act in a specific manner or refrain from action or tolerate action. The role of
the Monitor will be advisory and his advice will not be legally binding.
(6) As far as possible, the Monitor will submit a written report to the CMD/RITES Ltd.
within 10 days from the date of reference or intimation to him by the Employer and
should the occasion arise, submit proposal for correcting problematic situations.
(7) If the Monitor has reported to the CMD/RITES Ltd. of a substantiated suspicion of
an offence under relevant IPC/PC Act, and the CMD/RITES Ltd. has not, within
reasonable time, taken visible action to proceed against such offender or reported it
to the Chief Vigilance Officer, the Monitor may also transmit this information
directly to the Central Vigilance Commissioner.
(8) Issues like warranty/guarantee etc. shall be outside the purview of IEMs.
(9) The word Monitor would include both singular and plural.
This pact begins when both parties have legally signed it. It expires for the Contractor when
his Security Deposit is released on completion of the Maintenance Period and for all other
Tenderers six months after the Contract has been awarded.
If any claim is made/lodged during this time the same shall be binding and continue to be
valid despite the lapse of this pact specified above, unless it is discharged/determined by
CMD/RITES Ltd.
Section 10 Other Provisions
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall
be as stated in the Contract Agreement.
(2) Changes and supplements as well as termination notices need to be made in writing.
Page 56 of 199
(3) If the Contractor is a partnership or a Joint Venture, this agreement must be signed
by the Partner in charge/ Lead Member nominated as being in charge and who holds
the Power of Attorney signed by legally authorised signatories of all the
partners/Members. The Memorandum of Understanding /Joint Venture Agreement
will incorporate a provision to the effect that all Members of the Joint Venture will
comply with the provisions in the Integrity Pact to be signed by the Lead Member on
behalf of the Joint Venture. Any violation of Section 2 above by any of the
Partners/Members will be construed as a violation by the Joint Venture leading to
possible Termination of Contract in terms of Section 3
(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to come
to an agreement to their original intentions.
(5) A person signing the IP shall not approach courts while representing the matters to
IEMs and he/she will await their decision in the matter.
(6) In case of sub-contracting, the principal contractor shall take the responsibility of the
adoption of IP by the sub-contractor.
RITES Ltd.
Agent / Power of Attorney Holder
_________________________
_________________________
(For & on behalf of the Employer) (For the Bidder/Contractor)
(Office Seal) (Office Seal)
Place:…………………………
Date:……………………….
Witness 1:
Witness 2
Page 57 of 199
ANNEXURE-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
ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following:
a) The Director shall be the ‘Competent Authority’ for the purpose of these
guidelines. CMD, RITES shall be the ‘Appellate Authority’ in respect of such
cases.
b) CMD, 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.
iv) ‘Banning Committee’ shall mean a Committee constituted for the purpose of these
guidelines by the competent authority. The members of this Committee shall not, at
any stage, be connected with the tendering process under reference.
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.
5.1 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.
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.
6.1 If the security consideration, including questions of loyalty of the Agency to the
State, so warrants;
Page 59 of 199
6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted
by a Court of Law for offences involving moral turpitude in relation to its business
dealings with the Government or any other public sector enterprises or RITES,
during the last five years;
6.3 If there is strong justification for believing that the Directors, Proprietors, Partners,
owner of the Agency have been guilty of malpractices such as bribery, corruption,
fraud, substitution of tenders, interpolations, etc;
6.4 If the Agency employs a public servant dismissed / removed or employs a person
convicted for an offence involving corruption or abetment of such offence;
6.5 If business dealings with the Agency have been banned by the Govt. or any other
public sector enterprise;
6.6 In case any information/document which may result in the tenderer’s disqualification
is concealed by the tenderer or any statement/information/document furnished by the
tenderer or issued by a Bank/Agency/Third Party and submitted by Tenderer, is
subsequently found to be false or fraudulent or repudiated by the said
Bank/Agency/Third Party.
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;
(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).
7.1 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.
Page 60 of 199
8. Show-cause Notice
8.1 In case where the Competent Authority decides that action against an Agency is
called for, a show-cause notice has to be issued to the Agency. Statement containing
the imputation of misconduct or mis- behaviour may be appended to the show-cause
notice and the Agency should be asked to submit within 30 days a written statement
in its defence. If no reply is received, the decision may be taken ex-parte.
8.2 If the Agency requests for inspection of any relevant document in possession of
RITES, necessary facility for inspection of documents may be provided.
8.3 On receipt of the reply of the Agency, or in case no reply is received within the
prescribed time, the Competent Authority shall refer the case along with relevant
details to the Banning Committee, which shall examine the reply of the Agency and
other facts and circumstances of the case and submit its final recommendation to the
Competent Authority for banning or otherwise. In case the action contemplated
against the Agency includes forfeiture of EMD also besides Banning of Business
Dealings, the Banning Committee will also examine whether Clause 9.4 of Tender
and Contract Document is attracted and recommend forfeiture or otherwise of EMD
considering all facts and circumstances of the case. A final decision on forfeiture or
otherwise of the EMD and for Company-wide banning or otherwise shall be taken by
the Competent Authority. The Competent Authority may consider and pass an
appropriate speaking order:
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.
9.1 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.
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.
Page 61 of 199
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.
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.
Page 62 of 199
ANNEXURE VII
MANDATE FORM
To
RITES Ltd.
________
__________
Dear Sir,
Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT)
We hereby authorize RITES Ltd. to make all our payments, including refund of Earnest
Money, through Electronic Fund Transfer System (RTGS/NEFT). The details for facilitating
the payments are given below:
Page 63 of 199
I / We hereby declare that the particulars given above are correct and complete. If the
transaction is delayed or credit it not effected at all for reasons of incomplete or incorrect
information, I /We would not hold RITES Ltd. responsible. Bank charges for such transfer
will be borne by us.
Date: _______
SIGNATURE
(AUTHORISED SIGNATORY)
Name______________________
BANK CERTIFICATION
Date: _______
SIGNATURE
(AUTHORISED SIGNATORY)
Name______________________
OFFICIAL STAMP
Page 64 of 199
ANNEXURE VIII
BLANK
Page 65 of 199
ANNEXURE IX
PRE-QUALIFICATION PERFORMA
Name of work
Tender No.
1 2019-20
2 2018-19
3 2017-18
Profitability
Sl. No. Financial Years Profit with (+) sign or Documents Remarks
Loss with (-) sign (In placed at:
Lacs)
1 2019-20
2 2018-19
3 2017-18
Page 66 of 199
Similar Work Experience
Sl. Key Quantity of Amount of Name of Name of Actual Date of Start Certificate Remarks
No. Activity/ Key Activity/ Key work Client and date of placed at:
Component Component Activity/ Completion of Key
Executed Component Activity
Executed
Net Worth
Sl. No. Financial Years Net Worth (In Rs.) Documents Remarks
placed at:
1 2019-20
Page 67 of 199
Other Documents to be submitted along with Tender Documents:
Self-attested copy of
8 Corrigendum/Minutes of Pre-Bid
Meeting, if any.
Page 68 of 199
9 RTGS/NEFT details as per Annexure-
VII
Page 69 of 199
ANNEXURE X
List of 60 districts covered under IAP
Page 70 of 199
30 Jharkhand Purbi Singhbhum
31 Jharkhand Ram Garh
32 Jharkhand Saraikela
33 Jharkhand Simdega
34 Madhya Pradesh Anuppur
35 Madhya Pradesh Balaghat
36 Madhya Pradesh Dindori
37 Madhya Pradesh Mandla
38 Madhya Pradesh Seoni
39 Madhya Pradesh Shahdol
40 Madhya Pradesh Sidhi
41 Madhya Pradesh Umaria
42 Maharashtra Gadchiroli
43 Maharashtra Gondiya
44 Orissa Balangir
45 Orissa Debagarh / Deogarh
46 Orissa Gajapati
47 Orissa Kalahandi
48 Orissa Kandhamal / Phulbani
49 Orissa Kendujhar / Keonjhar
50 Orissa Koraput
51 Orissa Malkangiri
52 Orissa Mayurbhanj
53 Orissa Nabarangapur
54 Orissa Nuapada
55 Orissa Rayagada
56 Orissa Sambalpur
57 Orissa Sonapur
58 Orissa Sundargarh
59 Uttar Pradesh Sonbhadra
60 West Bengal Paschim Medinipur
Page 71 of 199
Annexure XI
Bid Security Declaration
To
RITES Ltd.
…………………….
I/We understand that, according to your tender conditions, bids must be supported by a Bid
Security Declaration.
I/We accept that I/We may be disqualified from participating for any tender of RITES Ltd.
for a period up to two years from the date of issue of LOA, if I am / We are in a breach of any
obligation under the tender conditions, because I/We
a) have withdrawn/ modified/ amended, impairs or derogates from the Bid in any respect
during the period of bid validity of your Bid; or
b) fail or refuse to furnish the Performance Guarantee within the period specified under
Clause 1 of “Clauses of Contract” or fails to commence the work without valid reasons
within the period as specified in schedule F after the date of issue of Letter of Acceptance or
from the first date of handing over of the site, whichever is later.
I/We understand this Bid Securing Declaration shall cease to be valid if I am/we are not the
successful Bidder, upon the earlier of (i) the receipt of your notification of the name of the
successful Bidder; or (ii) thirty days after the expiration of the validity of my/our Bid.
(Note: It is mandatory to submit Bid Security Declaration along with Bid Document in place
of Earnest Money. In case of a Joint Venture, the Bid Securing Declaration must be in the
name of all partners to the Joint Venture that submits the bid)
Page 72 of 199
SECTION 2
- DELETED -
Page 73 of 199
Section – 3
SPECIAL CONDITIONS
Page 74 of 199
Section – 3
SPECIAL CONDITIONS
A) Contractor is to abide by the provisions of Payment of Wages act & Minimum Wages act
in terms of clause 19 B of RITES’ General Conditions of Contract for Works. In order to
ensure the same, an application has been developed and hosted on website
‘www.shramikkalyan.indianrailways.gov.in’. Contractor shall register his firm/company
etc. and upload requisite details of labour and their payment in this portal. These details
shall be available in public domain. The Registration/updation of Portal shall be done as
under:
a) Contractor shall apply for one-time registration of his company/firm etc. in the
Shramikkalyan portal with requisite details subsequent to issue of Letter of
Acceptance. Engineer-in-Charge shall approve the contractor’s registration on the
portal within 7 days of receipt of such request.
c) The contractor once registered on the portal, shall provide details of his Letter of
Acceptances (LoA)/Contract Agreements on shramikkalyan portal within 15 days
of issue of any LoA for approval of concerned engineer. Engineer-in-Charge shall
update (if required) and approve the details of LoA filled by contactor within 7
days of receipt of such request.
e) It shall be mandatory upon the contractor to ensure correct and prompt uploading
of all salient details of engaged contractual labour & payments made thereof after
each wage period.
B) While processing payment of any ‘On Account bill’ or ‘Final bill’ or release of
‘Advances’ or ‘Performance Guarantee/Security deposit’, contractor shall submit a
certificate to the Engineer-in-Charge or his representatives that “I have uploaded the
correct details of contract labours engaged in connection with this contract and payments
made to them during the wage period in Railway’s Shramikkalyan portal at
‘www.shramikkalyan.indianrailways.gov.in’ till_____ Month, _____Year”
Page 75 of 199
1. ADDITIONAL SPECIAL CONDITIONS OF CONTRACT
1.1 The construction of proposed sidings falls in difficult area having scarce approach
road, limited space for labour/vehicle movement as the work to be executed, major
part of work is in-plant area of PVUNL having restricted movement of men and
material with proper documentation. However, PVUNL shall provide gate passes for
entry/exit in plant premises for Vehicles and Contractor & their manpower employed.
The Contractor will make all arrangements for getting passes/authorities for his men
including making necessary application with photos for each labourer deployed for
this work and will bear all costs, if any.
1.2 The Contractor has to work along with other agencies in and around the area allotted
for his works. He should execute all his works in complete co-ordination and co-
operation with all such agencies and provide access to other agencies so that at no
time either his work or the work of other agencies is stopped or delayed. In case of
any dispute in this regard, the decision of Engineer-in-charge or his representative
will be final and binding on the Contractor. No claim for idle labour, plant and
machinery under any circumstances, will be entertained by the PVUNL/RITES.
1.4 Being work in close to railway line, road, telephone line, power line (both
underground and overhead) and structures, all precautions should be taken for
ensuring that during the execution of the work no damage is caused to such assets and
also no obstruction is caused to the live lines or movement of trains/road traffic.
1.5 SERVICE ROAD: - Contractor will provide service road/roads for movement of
materials as per direction of Engineer-in-charge. Contractor will also maintain these
service roads in safe and fit condition at his own cost. He will however have no
authority to prevent use of such roads by PVUNL/RITES and other bona fide
contractors working at site. PVUNL/RITES will, however, have the authority to
disallow any movement on the road, which in their opinion is not in the interest of
work. If the contractor fails to provide service road to the satisfaction of the Engineer-
in-charge, it will be provided by the Engineer-in-charge at Contractor’s cost.
However, in case any such road is not required for the purpose of the work, nothing
shall be deducted from contractor’s payments on this account.
1.6 The contractor is required to execute the work in stretches/areas which are made
available to him and which may or may not be in continuous stretches. Decision of
Engineer-in-charge shall be final in this regard and binding on the contractor.
1.7 Contractor shall have no claim if the stretches /areas are not available for the
construction /repair at the same time. Also, no extra time shall be permitted on this
account.
1.8 The contractor shall provide a detailed schedule of work along with material and
labour deployment on monthly basis and revise or update the same through a report
quarterly basis.
Page 76 of 199
1.9 The contractor will be required to establish a field laboratory for testing of
compaction of earthwork/blanketing material, aggregates, bricks, concrete, bitumen,
Ballast and other materials etc. The Contractor shall provide 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 or his authorized
representative.
1.10 The contractor shall procure all the materials well in advance so that there is
sufficient time for testing of the materials and clearance of the same before using in
the works. Testing of the materials i.e. concrete cubes / reinforcement steel /
moorum / earth / stone dust / cement / aggregate / ballast and any other materials
shall be carried out in Govt. Engineering College, National Test House, RITES
Laboratory or any other NABL approved laboratories as directed by Engineer In
charge or his authorized representative and as per the frequency mentioned in QAP
(Quality Assurance Plan) of RITES. Cost of testing of materials shall be borne by
the contractor.
1.11 The concreting work shall be done with proper and assured system of curing in duly
identified areas with date of concreting marked in paint. In hot weather the contractor
shall take relevant care to cover the work with wet gunny bags/ Hessian cloth or use
continuous sprinkling of water on surface so as to keep the surface wet.
1.12 The contractor shall, after completion of work, clear the site of all debris and left over
materials, at his own expense to the entire satisfaction of Engineer In charge or his
authorized representative.
1.13.1 At the time of submission of RA/Final bill a certificate shall be submitted by the
contractor regarding up-to-date clearance of payment to his/their sub contractors,
vendors, suppliers, labour contractor etc. if any.
1.13.2 Contractor shall submit to RITES the entry challan of incoming materials like
cement, steel, Admixture, P. Way fittings, welding materials etc. for verification of
Stores and record.
1.13.3 Contractor should maintain the daily cement consumption & steel consumption
register. Engineer - in - charge or his representative may check the registers and the
challans at any time.
1.14 NIGHT WORK: - The contractor would be required to carry out the work even at
night, without conferring any right on the contractor for claiming for extra payment
for introducing night working. The decision of the Engineer-in-charge in this regard
will be final and binding on the contractor. Contractor shall make his own
arrangement for sufficient illumination at site. Nothing extra will be paid for doing
works at night.
Page 77 of 199
1.15 FIRST AID: -The contractor shall maintain in a readily accessible place first aid
appliance including an adequate supply of sterilized dressing and sterilized cotton
wool. The appliances shall be placed under the charge of responsible person who shall
be readily available during working hours.
1.16 The contractor shall also provide, fix & be responsible for the maintenance of all
stakes, templates profiles, levels marks, points etc. and must take all necessary
precautions to prevent these being removed altered or disturbed and will be held
responsible for the consequences of such removal, alteration or disturbances should
the same take place and for their efficient reinstatement.
1.17.1 Efforts will be made by the Employer to hand over the site to the Contractor free of
encumbrance. However, in case of any delay in handing over of the site to the
Contractor, the Employer shall only consider suitable extension of time for the
execution of the work. It should be clearly understood that the Employer shall not
consider any other compensation whatsoever on this account viz. towards idleness of
contractor’s labour equipment etc.
1.17.2 The Employer 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.
1.17.3 The access roads near, to the work site may not be available at the time of
Mobilisation by the Contractor. The Contractor shall plan his work within the
accessible area as per available roads at site. All drainage of works area and all
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.
1.18 The Contractor has to make temporary diversion of course of water during execution
of any work conveniently free of cost.
1.19 An experienced Surveyor should be deployed at site by the contractor along with
Total Station or equivalent equipments. Nothing extra will be paid for deploying
experienced Surveyor or equipments.
1.20 The Contractor will bear all the charges of design mix and the charges for testing of
materials.
1.21 Contractor will have to arrange water supply and electricity connection at his own
expenses for his own establishments.
2. The tenderer shall hold the offer open till such date as may be specified in the tender. It
is understood that the tender documents have been sold/issued to the tenderer and
the tenderer is being permitted to tender in consideration of the stipulations on his part
Page 78 of 199
that after submitting his tender, he will not resile from his offer or modify the
terms and conditions thereof, in a manner not acceptable to RITES/PVUNL.
3. If a tenderer expires after the submission of his tender or after the acceptance of his
tender, RITES shall deem such tender as cancelled. If a partner of a firm expires after
the submission of their tender or after the acceptance of their tender, RITES shall deem
such tender as cancelled unless the firm retains its character.
4. PVUNL/RITES also reserves the right to accept tender either for full quantity of work
or part thereof or divide the works amongst more than one without assigning any reason
for any such action.
5. When the tender is submitted by the tenderer(s), it will be understood that the
tenderer(s) has/have gone through carefully in detail all the instructions,
conditions, General and Special conditions of contract and all General and Special
instructions/ specifications for execution of the work and that the tenderer(s) has/have
got himself/ themselves clarified on all points and doubts and interpretations by the
proper authority of RITES Administration.
6. Contractor's store houses, yards etc. for stocking materials issued by RITES/PVUNL
shall be located in the site premises only at locations approved by Engineer-in-charge.
7. The Laying & linking of railway track work consists of linking/laying of track, PSC
sleepers and Points & Crossings including supply of hard stone ballast (machine
crushed) of approved quality and other P. way materials.
8. The work shall conform to various specification indicated in Indian Railway P. Way
Manual, track Manual and other Permanent Way I.R.S. Drawings in use by Indian
Railways for such works, and should be fit for use of Broad Gauge engines, Rolling
Stock etc.
10. The P. Way materials as per "Schedule of Quantities” in the tender documents required
for the work and to be supplied by the Contractor as per BOQ shall have to be supplied
from RDSO approved manufacturers duly inspected by Railways/RDSO/RITES.
11. All P. Way materials required for the works and to be supplied free of cost by the
Employer as per Contract Conditions will be issued at any of RITES/PVUNL Store
Depot or in stacks from time to time during the period of work. The contractor should
transport these materials for use in the work by his own means of suitable transport,
including loading, unloading, sorting, stacking with all lead, lift, crossing Railway
tracks etc.
12. Adequate protection should be made while moving on public Roads or adjacent and
across railway tracks. The rates quoted shall include cost of such items. Similarly the
excess materials supplied free by the Employer shall be returned to the nominated
Page 79 of 199
stores of the PVUNL/RITES. No separate payments will be made extra for these items
except where otherwise mentioned. The contractor shall include such expenses for
items while quoting his rates for the "SCHEDULE OF QUANTITIES".
13. The contractor will be responsible for the safe custody of P. Way materials issued to
him till completion of the works and handing over the Track. The contractor will also
be responsible to account for the P-Way materials issued to him and surplus if any, has
to be returned by him at his cost at the depot from which these were issued. For P. Way
materials remaining not accounted for by being laid on track or returned to the depot,
recovery will be effected from the contractor's dues at rates to be decided by the
Engineer-in-charge which will be final and binding. No wastage, breakage allowance or
loss is permitted for fixing of P. Way fittings and materials supplied by the contractor.
14. It should be clearly understood that it is entirely the contractor’s responsibility and
liability to find, procure and use the required tools and plants and accessories at his
own cost for efficient and methodical execution of the work. RITES shall have the
right to check the sufficiency or quality of the Contractor's tools from time to time and
the Contractor shall carry out all reasonable instructions of RITES in this respect.
15. In the event of any accident at the work spot, or while transporting P. Way materials, if
it is established by the enquiry by RITES representative/Clients' representatives or
Railway/local Civil authority that the accident occurred wholly or partly due to any act
tantamount to negligence on part of the contractor, he shall render himself liable for all
damages and also legal proceedings.
16. The labour engaged by the contractor for the works should be headed by a railway
retired Permanent Way Inspector, employed by the contractor, who is conversant with
the execution and maintenance of P. Way works including safety rules.
17. In case the released P. Way materials are left over at site, the contractor has to employ
security/chowkidars day and night at his own cost till the P. Way materials are handed
over to the Engineer-in-Charge of work at his nominated depot. Till they are returned
/handed over at the nominated depot, the released materials will continue to remain in
the custody of the contractor.
18. Shifting of labour camp from place to place as the work advances will be at the cost of
the contractor.
19. The contractor will co-operate with the Engineer-in-Charge in maintaining various
registers, charts and records etc. in connection with the works.
20. The RITES representative shall sign and maintain the following registers and the
Contractor or his authorized representative must sign on the registers as a token of his
acceptance of the entries made therein.
a) Register of materials issued.
b) Register of ballast stacks.
c) Register of through packing.
d) Others relevant registers.
Page 80 of 199
21. A separate register should also be maintained by the contractor for the deployment of
contract labour at site. The registers should be made available to Employer/RITES
personnel, as and when required.
22. While stacking P. Way materials (new or second hand or released) on cess/side, care
should be exercised to ensure that those stacks do not infringe the Railway's moving
dimensions.
23. The work of track linking at existing level crossings will be taken up only when
specifically authorized by RITES representative after giving due notice to road users.
The road surface will be made good on completion of works at contractor’s cost, to the
original standard. No extra payment for digging up road surface for the work and
restoring the road surface will be admissible for work at level crossings.
24. Time shall be regarded as the essence of the contract and failure on the part of
contractor to complete the work by the date stipulated in the agreement and work
order will entitle RITES Administration to recover liquidated damages/penalty.
25. RITES Administration reserve the right to alter the detailed plan and sections and to
carry out minor alteration in the plans resulting in corresponding increase or
decrease in the quantity of works without being liable to pay enhanced rates for the
work or to allow extra time for completion of the work.
26. No new facilities such as roads, level crossing etc, other than those already in existence
will be made available to the contractor.
27. The Schedule of items of work to be carried out, provided in the SCHEDULE OF
QUANTITIES” gives only brief description of each of the items. Execution of these
items will be governed by the Technical specifications. For detailed specifications
reference may be made to Section 5 “Technical Specifications” in general and in
particular to the various Guidelines and Specifications listed in “Preamble to Technical
Specification” of Section 5. RITES' representative at site will be fully empowered to
provide guidance in the matter of execution of the works and his instructions will be
final and binding in this regard.
28. In case any workman is found incompetent or otherwise undesirable by the RITES'
representative at site, he should not be allowed to work under the Contractor. In this
matter, the opinion of the Engineer-in-Charge will be final and binding on the
contractor. Any violation of this requirement by the Contractor shall be treated as
fundamental breach of contract entitling RITES to rescind the contract by giving 7 days
notice.
29. Particulars of work done during each day, with location where the work is done, will
have to be recorded in a register by the Contractor’s site in charge and the register will
be kept available for inspection/scrutiny by RITES’ representative. A site order book
will also have to be maintained where instructions regarding work to be carried out will
be recorded by RITES' representative at site.
30. RITES's representative shall have the right at all times to supervise the
contractor's work and instruct the contractor and the contractor shall execute the work
as per the instructions without any lapse of time. For this purpose the Contractor shall
Page 81 of 199
maintain a Site Order Book. Failure to comply with RITES'/PVUNL representative's
instructions shall be deemed to be a fundamental breach of contract on the part of
the Contractor entitling RITES/PVUNL to rescind the Contract at the Contractor's risk
and cost after serving a notice of 7 days.
31. On-account payments to Contractor shall be made periodically based on the quantity
and item of work executed at the rates accepted under this contract, and upon a
certificate by the RITES' representative that work has been done to proper
specification and to the satisfaction of its representative.
32. Housing accommodation and watering arrangements for contractor's labour will have to
be arranged by the contractor.
33. Every month the Contractor will issue a Certificate to RITES about having made full
payment to all laborers/suppliers/vendor’s under him engaged for this work.
34. The Contractor will bear all medical expenses and make immediate arrangement for
medical attention to his laborers, if injured on duty. He will provide "Medical Aid" Box
at site of work at his cost.
35. The contractor should indemnify and save harmless RITES/Client against any claims
on account of accident to laborers similar occurrence for any reason whatsoever.
36. Consignee for receiving of materials: Site-in-Charge, RITES Ltd., posted at PVUNL
siding, or his authorized representative on behalf of PVUNL.
37. The rates quoted shall be inclusive of all taxes (Excluding GST) etc as applicable. You
have to raise Tax Invoice as per provision of GST rules and GST amount has to be
charged separately in bills. For all the above purposes your own GSTIN and GSTIN of
the employer (PVUNL) will have to be used and not GSTIN of RITES in any case.
38. You are requested to furnish documentary evidence of deposit of GST or a copy of
return in case of adjustment of available input credit, whichever is earlier, before
processing subsequent RA Bills. Else, the Engineer-in-Charge shall withhold the GST
amount so paid in the previous RA Bills, in the subsequent RA Bills.
39. Inspection charges and the charges for loading, transportation, unloading and stacking
of materials at store should not be quoted separately. The quoted rates should remain
firm till completion of the entire work.
40. The contractor shall submit royalty paid challans wherever applicable along with every
3rd on account bill/running account bill. If the contractor fails to submit the royalty
paid challans, requisite amount will be withheld as per prevailing Govt. rates. Also
governed by the Clauses of RITES GCC , July 2019 with up to date correction slip.
41. The tender is being invited for and on behalf of Patratu Vidyut Utpadan Nigam Limited
(PVUNL), payment will be made to the Contractor only after fund is made available by
PVUNL/Client.
Page 82 of 199
b) It is also mentioned that the Client is the Principal as well as Employers for this
work.
c) In case of any dispute between RITES Ltd. and agency, RITES Ltd. being
merely an agent, client should be made first respondent and should be liable for
all monetary losses.
d) RITES Ltd. is only agent/ consultant acting on behalf of the client/ employer
and in case of arbitration the client shall be the first respondent.
a) All the P. Way items should be as per RDSO Drawing Numbers and shall comprise of
all parts and accessories listed in the Drawing except where otherwise stated. All P.
way materials should be procured from RDSO approved manufacturers only.
b) The quoted rates should be inclusive of Inspection Charges and all taxes and duties of
Central, State, Local bodies (Excluding GST) including Loading, transportation,
unloading and stacking at site store as per the direction of Engineer-in-Charge or his
authorized representative of RITES Ltd posted at PVUNL, Dist: Ramgarh, Jharkhand.
The quoted rates shall remain firm during the currency of the Contract.
c) Actual quantity delivered at site will be considered for the purpose of effecting
payment.
e) RITES Ltd on behalf of Patratu Vidyut Utpadan Nigam Limited (PVUNL) reserves
the right to undertake any test, if required, before acceptance of the materials on
contractor's cost.
f) Any materials and accessories, found to be damaged at the time of receipt will not be
accepted and shall have to be replaced by good ones free of cost after being duly
inspected.
NOTE: In case of delay in fixing of P. Way fittings on track for the reason not
attributable to the contractor, balance 10% payment will be released on receipt of the
unused materials in good condition and delivery at RITES/PVUNL store as per the
direction of Engineer In charge.
44. No Escalation will be paid for supply of P. Way fittings & materials (Schedule-4).
Page 83 of 199
45. Defect Liability Maintenance/Defect Liability Period: As per clause 17 of clauses of
contract in GCC applicable to this work, the period of maintenance/defect liability
period for this work shall be 12 (Twelve) months from the date of issue of final
completion certificate or till the commissioning of entire siding, whichever is earlier.
48. All Design mixed cement concrete work will be done with batching plant/RMC of
adequate capacity.
Page 84 of 199
49. Special conditions for supply of Ballast
49.1 The rates, as per the Schedule, are inclusive of all taxes and other charges levied by
the State / Central government (except applicable GST). The rate also includes all
lead, lift, ascent, descent, loading, unloading, royalty etc. and all other incidental
charges.
49.2 The contractor shall stack the ballast, normally over the entire length of the section at
specified locations duly certified by the Engineer-in-Charge except at those certain
locations which are found to be inaccessible for certain reasons. The decision of
Engineer-in-Charge at site will be final and binding on the contractor for the
locations, inaccessible for supply of ballast.
49.3 The ballast shall be supplied as per the requirement given by the Site-In-Charge at
site.
49.4 The ballast shall be in conformity with “RDSO Specifications for Track Ballast”.
However, RITES administration may alter these conditions of technical nature, which
do not have bearing on rates.
49.5 The tenderer/contractor undertakes that the ballast supply at all times shall conform to
Specifications for track ballast as specified by RITES.
49.6 The contractor shall make his own arrangement at his own cost for the construction of
service roads within the Project site as well as outside Project site for transportation of
ballast, if required. No separate payment shall be admissible to the contractor for the
construction of such roads and its repairs & maintenance.
49.7 The contractor shall have to make necessary arrangement for levelling the nominated
grounds for stacking of ballast at cess, as per the direction and to the satisfaction of
Engineer-in-Charge, without any additional claim of payment.
49.8 The contractor shall submit the name of the quarry/quarries along with the tender
from where the contractor is intending to supply the ballast.
49.9 The cost of routine testing of ballast, as per RDSO guidelines shall be payable by the
contractor. However, RITES/PVUNL is at liberty to collect the ballast sample as and
when, required and send the same for testing at the cost of Contractor.
49.10 The quantities of ballast mentioned in the schedule are approximate. RITES reserves
the right to alter the quantity as per the actual requirement and nothing extra will be
payable over and above the accepted rates.
49.11 The contractor shall make necessary arrangement for the security of the ballast
supplied during the progress of the work till final bill is paid. No separate payment
shall be admissible to the contractor for guarding the ballast.
49.12 The ballast shall be supplied as per the requirement given by the Site-in-charge.
Quantity supplied extra over the required quantity may not be paid.
49.13 Safety of ballast against any theft or loss remains solely with the contractor during the
entire period of the contract agreement and the same has to be made good by
contractor. This responsibility of the contractor remains even if the ballast stacks are
measured and paid for, unless RITES /EMPLOYER takes over measured ballast
stacks from the contractor with a clear taking over certificate.
49.14 The Stone ballast should be machine crushed and shall consist of hard and durable
and as far as possible angular along edges/corners, free from weathered portions of
parent rock, organic impurities and inorganic residues.
49.15 The Tenderer should mention in the tender the name of quarry from where the ballast
is proposed to be supplied and the distance of the quarry from site.
49.16 The stone ballast should be got inspected by the Engineer at regular intervals to
ensure quality and samples tested for physical properties (abrasion test, impact test
and water absorption test values etc.).
Page 85 of 199
49.17 Attempts should be made to have ballast of the best available quality.
49.18 90% of the payment will be paid in R.A. bills prepared against supply of ballast duly
certified by Engineer-in-Charge of RITES Ltd supported with measurement details,
test certificates, royalties and all other necessary statutory taxes clearance certificates.
Balance 10% shall be released after spreading the same into the track.
NOTE: In case of delay in spreading of Ballast on track for the reason not attributable
to the contractor, balance 10% payment will be released as per the direction of
Engineer In charge.
49.19 The rates in this schedule are entirely inclusive so as to cover any purchase and/or
royalties and / or compensation for surface charges incurred by him whatsoever. The
accepted rate includes all quarry charges and other charges if any and tools and plants
for clearing site for stacking, test and testing screens, carriage of materials to the site
of stacking and removal of any material rejected by the Engineer to any site when the
rejected materials are to be thrown.
49.20 The rates quoted are inclusive of all charges including all taxes levied by Union of
India or State Government or local bodies except GST.
Page 86 of 199
50. SPECIAL CONDITIONS OF CONTRACT FOR THERMIT WELDING
The work consists of welding in situ 60 Kg. rail (72 UTS/90 UTS) joints by Short preheat
welding (SKV welding) process.
50.1 The 'portion' used for welding shall conform to the technical requirements as
mentioned in IRS: T-19-2020. 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.
50.2 The contractor shall execute the work at the rates and terms and conditions specified
in the contract and within the time schedule as indicated in the Work Orders.
50.3 The work done shall conform to IRS Specification No. T-19-2020 for fusion welding
of rails by Alumino Thermit Process. A copy of this specification is attached as
Annexure "A" stipulation laid down therein shall apply to this except as modified or
clause herein under.
50.4 No payment will be made for the spoilt joint exceeds 2% of the total of good joints.
50.7 The marking of welded joints as specified in clause 3.6.3 of the Annexure "A" shall
be done by the contractor at his cost.
50.8 The contractor shall procure all the necessary welding materials as well as all the
equipments for the welding works so as to use a finished weld including the necessary
planning equipments at his own cost and he will be paid only for the finished work at
rates quoted in the Schedule of items.
50.9 The contractor shall provide all labour required for the work and the contractor
shall arrange to train the labour in the welding technic and shall also be responsible
for providing constant technical supervision during the process of welding work. The
welder should be RDSO trained and certified by RDSO. The welders certificate
obtained from RDSO shall have to be furnished prior to start of work for welding.
50.10 The contractor shall be responsible for the correct alignment and welding of the rails
and for the proper plain by hand filing of the welds and their finish. The files are to be
supplied by the contractor at his cost.
a) The contractor shall provide pieces of wooden sleeper wedges and such other
tools which are required for lifting or making or placing rail in position for
welding purpose and also hammer and hot and cold sets required for the
works.
(b) The contractor shall provide fuel like petrol required for welding at the rate
of 2.00 liters of petrol per joint. The quantities may vary within 10%.
Page 87 of 199
c) All other equipments & machineries used by the contractor in grinding or
plaining etc. should be worked out by him at his own cost including labour
for this work.
50.11 The contractor shall arrange his own facilities for carrying out of all plants &
equipment and materials from nearest store to site of work.
50.12 The Contractor shall arrange storage accommodation for his plants & equipments as
close to the site of work.
50.13 The contractor shall not carry out any works between sunset and sunrise. He should
make his own arrangement to protect the work against wind and weather in the course
of execution of work.
50.14 The security deposit shall be retained by the RITES free of interest for the guarantee
period of one year (Para 3.6 of Technical Specifications for Thermit Welding) 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 re-welded free of cost by firm as per stipulations of para 3.4 of
Technical Specifications for Thermit Welding.
50.15 Payment shall be made for acceptable joints in terms of the agreement and for the
spoilt joints up to 2% of the total of good joints. Further joints which will be put for
tests, the contractor will be paid provided they stand the test. Test joints which will be
failed will not be paid for.
50.16 The rate for welding work shall bear all inclusive tax.
50.17 The contractor shall be responsible for the welded joints remaining satisfactory for the
guarantee periods as specified in Annexure-"A" and every joint failing during this
period 3 times the cost of one weld will be recovered from the amount due to him. If
it is decided by the RITES that the cracked welded joint will not be re-welded free of
by the contractor in terms of clause 3.5.2 of Annex-"A".
50.18 The account of sealed approved portions and statement of issue of approved portion
shall be maintained by the RITES representative of the welding but the account and
statement in question will have to be countersigned by the authorised representative of
the contractor. The account shall correlate the welding panel on the pieces number
with the approved portion and the date of welding.
50.19 In the event of failure of weld joints which are not possible to weld on that very day,
the joints must invariably be fastened with joggled fish plates duly clamped. The
joggle fish plates and clamps are to be arranged by the contractor at his own cost.
50.20 The plants, equipments, consumables materials, Technical Supervisors, Artisen staff,
Welders and other labours required for the work shall have to be arranged by the
contractor at his own cost.
50.21 Any electric supply required at site for what-so-ever purpose shall be arranged by the
contractor at his own cost and rates quoted shall include the cost of providing electric
supply arrangements required for the work.
Page 88 of 199
Page 89 of 199
Section - 4
SCHEDULES A TO F
Page 90 of 199
SECTION 4
PROFORMA OF SCHEDULES
SCHEDULE ‘A’
Schedule of Quantities (As per Bill of Quantities attached)
SCHEDULE ‘B’ – NOT APPLICABLE
Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract)
S.No Description of items Quantity Rates in Figures & words at Place of Issue
which the material will be
charged to the contractor
1 2 3 4 5
CLAUSE 10 CC APPLICABLE
Component of Cement (Xc), : 6%
expressed as percent of total value of work.
TOTAL : 100%
Page 91 of 199
SCHEDULE ‘F’
Reference to General Conditions of
contract
Name of Work - : Railway formation work including construction
of bridges, Supply of all P.way materials
excluding rails, dismantling of existing tracks,
laying of new track, supply and installation of
in-motion weigh bridge and other ancillary
works in connection with the proposed Railway
Siding system for Patratu STPP, Phase-I
(3x800MW) Project of PVUNL, Dist.- Ramgarh,
Jharkhand”
Estimated cost of work - : Rs. 100,94,03,836/-
Earnest money: : Bid security declaration as per Annexure XI
to be submitted.
Performance Guarantee (Ref. Clause 1) - : 3% of Tender value.
Security Deposit: (Refer clause 1A) - : 5% of Tender value.
Notice Inviting Tender and Instruction to : General Manager (Project), RITES Ltd,
Tenderers Regional Project Office, Ranchi, House No.
C/146, Road No. 1, Ashok Nagar, Ranchi -
Officer inviting tender: 834002 for & on behalf of Patratu Vidyut
Utpadan Nigam Limited (PVUNL)
CONDITIONS OF CONTRACT
Definitions
2 (iv) Employer : Patratu Vidyut Utpadan Nigam Limited
(PVUNL)
2 (v) Engineer-in-Charge : General Manager (Project), RITES Ltd,
Regional Project Office, Ranchi, House No.
402B, Road No. 4C, Ashok Nagar, Ranchi -
834002.
2 (vi) Engineer : The Person to whom the Engineer-in-charge
entrusts as his authorized representative his
responsibility to act on his behalf and perform
any or all the functions of the Engineer-in-
charge under the Contract.
2 (vii) Accepting Authority : Director Projects, RITES Ltd, Corporate Office,
RITES Bhawan, No.1, Sector-29, Gurgaon-
122001
2 (ix) Percentage on cost of materials and :
labour to cover all overheads and 15%
profits.
2 (x) Standard Schedule of Rates : IRUSSOR -2019 and DSR-14 with modification
2(xiii) Date of commencement of work 15 days from the date of issue of LOA or the
first date of handing over of site whichever is
later.
9(a)(ii) General Conditions of Contract : RITES General Conditions of Contract, July’
2019. (Read up to CS - 10)
Page 92 of 199
CLAUSES OF CONTRACT. :
Clause 1.
i) Time allowed for submission of :
Performance Guarantee (P.G.) from the 15 days
date of issue of Letter of Acceptance.
ii) Maximum allowable extension beyond the :
period provided in (i) above. 07 days.
Clause 2A. :
Whether Clause 2A shall be applicable NO
Clause 5.
5.1(a) Time allowed for execution of work : 18 (Eighteen) months from the date of start
Page 93 of 199
Clause 10A (Materials to be provided
by the Contractor):
i. Whether Material Testing Laboratory : Yes
is to be provided at site.
ii. If “YES” list of equipment to be provided : Contractor shall at his own expense, provide a
fully equipped material testing lab at the site
for conducting routine field tests.
Clause 10 B
Whether Clause 10 B(ii) to (vi) : Not Applicable
applicable.
Clause 10 CC.
Whether Clause 10CC is applicable. : Applicable
Civil Work :
Clause 11 : a) RDSO Guideline on earth work
Specifications to be followed for b) RITES Technical Specification
execution of work c) CPWD Specification
d) Relevant IRS Bridge Codes
e) Concrete Code IS 456:2000
f) IRPWM
g) RDSO Specification on Alumino Thermit
Welding
h) RDSO Specification on Track ballast
Clause 12 :
Clause 12.2,12.3 & 12.5
Deviation Limit beyond which Clauses : i) For Non-foundation items.
12.2,12.3 & 12.5 shall apply
Plus 25%
Minus No limit
: ii) For Foundation Items.
Plus 100%
Minus No limit
: Note: For Earthwork, individual
classification quantity can vary to any
extent but overall Deviation Limits will be
as above.
12.5 Definition of Foundation item if : All Excavation in Bridge/Drain Foundation,
other than that described in Clause 12.5 Railway Formation as well as Earth Filling in
Embankment.
Clause 16 Competent Authority for : Director Projects, RITES Ltd, Corporate
deciding reduced rates Office, RITES Bhawan, No.1, Sector-29,
Gurgaon-122001
Sl. Description of Item. Rates in figures and words at which recovery shall be
No. made from the Contractor.
Page 96 of 199
SECTION 5.
TECHNICAL SPECIFICATIONS
1.1.1 RDSO Guidelines: For survey, design and execution of earthwork in railway
formations, RDSO has issued detailed guidelines as “Comprehensive Guidelines and
Specification for Railway Formation – Specification No. RDSO/2020/GE: IRS-0004,
Sep-2020. These Guidelines including their subsequent amended/revised versions, if
any, shall apply to execution of earthwork in railway formations. These guidelines or
their amended/revised versions have subsequently been referred to in this chapter as
‘RDSO Guidelines’. In case of any conflict between provisions of this chapter and
those of RDSO Guidelines, the latter shall prevail.
1.1.2 Site Clearance: - Before work is started, the whole area between the toes of banks or
tops of cuttings plus 1m additional width on both sides shall be properly and
effectively cleared by the contractor of all vegetation, small trees of girth upto 30 cm
(measured at a height of 1m above ground level), roots, bushes, heavy grass etc; The
Contractor shall also clear the site of all buildings, abandoned structures etc as
directed by the Engineer, for which extra payment will be made. The Contractor shall
arrange removal of rubbish and other excavated material excluding earth upto a
distance of 100 metres outside the periphery of the area under site clearance. Top soil
obtained from site clearance as well as top layer of borrow pits which is rich in
organic content and suitable for plant growth, if directed by the Engineer, may be
stored for covering slopes of embankment and cuttings after construction. High
portions of the ground shall be cut down and hollow depressions, if any, filled up
with suitable excavated soil duly compacted and the ground dressed and levelled.
The work of this nature will be covered by the initial rate for earth work, unless stated
to the contrary in the agreement.
1.1.2.1 Trees of girth over 30 cm, measured at a height of 1m above ground level, shall be
considered as large trees. Cutting down of large trees shall be paid extra at the rate
specified in the Schedule of Rates. The rate shall include lopping of branches,
trimming, removal from and clearing of site when stumps are grubbed up in addition.
Large trees shall not be cut without specific orders from the Engineer. As few trees
shall be cut as is absolutely necessary for the execution of work. The roots of trees
and saplings shall be removed to a depth of 60 cm below ground level or 30 cm
below formation level or 15 cm below subgrade level, whichever is lower. All holes
or hollows formed due to removal of roots shall be filled up with earth rammed and
levelled. Trees, shrubs, poles, fences, signs, monuments, pipe lines, cable, etc
Page 97 of 199
adjacent to the area which are not required to be disturbed during site clearance shall
be properly protected by the contractor at his own cost and nothing extra shall be
payable.
1.1.2.2 Any trees cut down or building materials released from dismantling of structures shall
be stacked by the contractor within a distance of 100 metres outside the periphery of
the area under site clearance as per instructions of the Engineer. The contractor shall
have no claim to the trees or other material removed during site clearance and the
same shall be the property of the Railway.
At the commencement of work, the Engineer In charge shall give to the contractor
the following data/ guidance.
(i) Concrete centre line pillars fixed on the alignment at intervals of 250m
(ii) Pucca level bench marks fixed along the alignment, about 30 m away from the
centre line at intervals of 500m. These bench marks shall have been connected
by levelling to available GTS bench marks and the reduced level of each shall be
communicated.
(iii) Longitudinal section of the proposed formation to scale 1:2500 horizontal and
1:500 vertical with the existing ground level and the proposed formation level
marked at intervals of 50m along the alignment and with the location of each
curve, bridge, culvert, and level crossing on the entire alignment indicated.
(iii)Existing ground level would be jointly recorded by the Engineer-in-Charge or his
representative and the contractor or his representative by taking cross section at
an interval of 25m or as suitable so as to produce the general existing ground
profile. The Contractor will have to sign the level book as a token of acceptance
of the level and it will form the original record for payment.
(iv) Ground levels recorded as above would be plotted to a natural scale 1:100 at a
subsequent date and desired profile of bank/cutting would also be plotted on it.
This will also be signed by contractor and would be the basis for the final
payment of earth work to be done.
(v) The contractor shall be responsible for subsequent preservation of all the above
mentioned pillars and drawings and shall pay for the cost of their replacement, if
necessary.
Before commencement of earth work, the Contractor shall demarcate with a furrow,
at least 20 cm wide and 15 cm deep, at 50 cms from the the toes of slopes of banks
and outside limits of tops of cuttings on both sides of centre line and the boundaries
of the bottom and top of the borrow pits. The “dag belling” is to be maintained and
renewed when necessary, throughout the duration of earth work. The cost of this is
included in the rate for earth work.
Concrete pillars of 30 cms square at 50 cms away from and on both sides of the toe of
the bank / top of cutting at each cross section would be constructed and maintained by
the contractor at his own cost as a part of the setting out works. These concrete
pillars should be embedded to a depth of 50 cms. No extra payment on this account is
permissible. He will also provide and maintain templates, burjies, reference pillars etc
Page 98 of 199
and shall take all necessary precautions to prevent these being removed, altered or
disturbed and will be responsible for the consequence of such removal, alteration or
disturbance and for their efficient reinstatement. No extra payment will be made on
this account.
(c) Profiles:
In accordance with cross sections supplied, the Contractor shall at his own expense
provide all stakes, bamboos, strings, pegs and labour for setting out profiles at every
25m or as directed for correct execution of the work. This will include provision of
side drains and catch water drains as necessary in cutting and / or as marked in the
cross sections supplied to the Contractor. The top of formation shall invariably have
cross slopes of 1:30.
1.1.4 Mechanised construction of Earthwork: Manual methods of construction can not
achieve the desired quality of earthwork. Therefore in all projects, it is necessary to
deploy mechanised equipments such as earthmovers, dozers, hydraulic excavators,
motor graders, scrapers, dumpers, mobile water sprinklers, vibratory rollers, sheep
foot rollers etc. so that quality of work meets laid down standards.
1.1.5 Maintenance: Banks and cuttings are to be correctly dressed and finished in profile
with slopes as specified in each case. Where gullies or water-cuts commence to form
on the slopes of embankments or cuttings, the erosion is to be checked as early as
practicable and made good with suitable material well rammed into place. Where a
gully or water-cut has not been checked at its commencement, it may be advisable to
cut it out or step it before filling it in, and to further protect the place by turfing,
pitching or other means as may be ordered by the Engineer. Work, before being
finally paid for, is to be checked by the Engineer as having been correctly brought up,
or carried down, to the proper level and to be otherwise complete in all respects in
accordance with the specifications.
1.1.5.1 As soon as the work has been satisfactorily completed, the Engineer shall issue a
certificate of completion in respect of the work as specified in relevant Clause of the
General Conditions of Contract. Unless otherwise specified in the Tender conditions,
the contractor shall maintain the banks / cuttings, for a period of Twelve months from
the date of completion of work as indicated in the certificate of completion. The
contractor shall be responsible for the handing over of the banks/cuttings to the
Railway in proper condition, and, where necessary, for their restoration to such
condition, at the end of the maintenance period. Until then, the contractor is
responsible for all losses due to subsidence, wastage or guttering due to rain, wind,
wear, wash or from any other cause whatsoever, and he shall have no claim for any
extra work or payment on this account.
1.1.6 Spoil from cutting to bank:- Up to the initial lead specified in the BOQ item,
material from each end of every cutting – subject to its suitability for use in railway
embankment- shall be led forward into the adjoining bank as a matter of course, and
the rate to be paid for such material shall be the rate for cutting only. The Engineer
shall specify in each case from what point in each cutting to what point in the
adjoining bank, spoil shall be led out, payment being made only for the excess lead
over and above the initial lead included in the rate for cutting. The Engineer can
modify these limits at any stage of the work and all such changes shall be binding on
the contractor without any claim for any extra payment on this account. Dressing and
compaction of the bank will, however, be paid for in addition.
Page 99 of 199
1.1.7 Classification of soils:- The classification of soil/rock met with in executing the
work, if not made by the Engineer, shall be made by the his representative authorized
by him for this purpose subject to the approval and final decision of the Engineer,.
The rates to be paid to the contractor in his bills shall be based on these
classifications.
Earth work shall be classified under the following heads:-
1.1.7.1 All kinds of Soils:- Generally any strata such as sand, gravel, loam, clay, mud, black
cotton, moorum, shingle, river or nallah bed boulders, soling of roads, paths etc.
macadam surface of any description, lime concrete, mud concrete and their mixtures
which for excavation yields to the application of picks, shovels, jumpers, scarifiers,
ripper and other manual digging implements.
1.1.7.2 Ordinary Rock: Generally any rock which can be excavated by splitting with
crowbars or picks and does not require blasting, wedging or similar means for
excavation, such as lime stone, sand stone, hard laterite, hard conglomerate and
unreinforced cement concrete below ground level. If required light blasting may be
resorted to, for loosening the materials but this will not in any way entitle the material
to be classified as ‘Hard rock’.
1.1.7.3 Hard Rock (Requiring Blasting):- Generally any rock or boulder for the excavation
of which blasting is required Such as granite, quartzite, basalt, reinforced cement
concrete below ground level and the like.
1.1.7.4 Hard Rock (Blasting Prohibited):- Hard rock requiring blasting as described under
sub para 1.1.7.3, but where blasting is prohibited for any reason and excavation has
to be carried out by chiselling, wedging or any other agreed method.
1.1.8 Measurements:- Cutting and banks are to be excavated and made up neatly to the
lines shown in the cross section as per approved construction drawing. No payment
will be made for excess work done outside these lines except when such work is so
ordered in writing by the Engineer. However, in case of embankments, extra width
constructed, as per Para 1.2.5.6, to ensure proper rolling and compaction which is
subsequently cut and dressed to avoid loose earth on the slopes shall not be paid for.
1.1.8.1 Should the Engineer so desire, he may, at any stage of the work, order the Contractor
to increase or reduce the slopes of any cutting or bank or alter the formation level, in
which case the amount of work actually done will be paid for in accordance with the
specifications and the Schedule of Rates.
1.1.8.2 Unless otherwise specified the rate for Earth work is inclusive of an initial lead and
lift as specified in the BOQ.
1.1.8.3 Additional lead for the purpose of payment will be measured from the centre of
gravity of excavation to the centre of gravity of the bank or spoil heap, and shall be
measured along the shortest practicable route and not necessarily the route actually
taken.
1.1.8.4 Where initial lift is specified, additional lift for the purpose of payment will be
estimated by dividing the cross section of the bank or cutting into successive stages of
1.1.8.5 For the purpose of above para, the natural ground level shall be reckoned as that
obtaining at the toe of the bank nearest to borrow pits or at toe of spoil bank nearest to
the cutting as the case may be. No payment shall be made for any lift from the ground
level at the borrow pit to that at the bank, or from the ground level at the cutting to
that at the spoil bank, where such lift is inherent in the lead on account of natural
ground slope and no obvious act of lifting is involved, in the opinion of the Engineer.
Obvious lifts such as involved in crossing of existing pits or banks, which cannot be
avoided, will be measured and taken into account for payment. In such cases, the
additional lift thus measured shall be taken into account in fixing the successive stage
of 1.5m, whether in the bank or in the cutting. In sidelong ground where borrow-pits
or spoil banks, as the case may be, are made on both sides, any payment for lift shall
be a matter of special agreement.
1.1.8.6 For purpose of payment, cuttings shall be assumed to be composed of such soil / rock
only, as stand exposed on both or one side of the finished cuttings, depending upon
whether the cutting is box type or one sided on a transversely sloping ground. The
content of each type of soil/rock thus assigned to any cross section shall be
determined as indicated below. It is to be noted that no portion of cutting will be
payable for any such type of soil/rock as is not exhibited on the finished side slope,
where the side slope exists.
(a) For box type cutting:- The centre line of the alignment will be marked vertically on
the cross section and the content of each type of soil/rock will be determined by
computing the area of the strip, formed by joining the points, which form the
extremity of occurrence of the particular soil on the finished side slope of cutting, by
straight horizontal lines terminating on the centre line. Figure No.1.1 is illustrative of
the manner in which payment is to be made.
(b) For one sided cutting on a transversely sloping ground:- Content of each type of
soil/rock will be determined by computing the area of the strip, formed by joining the
points, which form the extremity of occurrence of the particular soil on the finished
side slope of the cutting, by straight lines to the zero point. Figure No.1.2 is
illustrative of the manner in which the payment for the cutting will be made.
(c) For widening of existing cuttings for one or more lines where the existing cutting
slope disappears and a fresh slope stands:- Before undertaking widening of the
cutting, pre-classification of the existing cutting slope (which will disappear) should
be done after clearing and cleaning the surface and the strata met marked on the
cross-section sheets. After completion of the work various strata as stand exposed on
the new finished slope of the cutting shall again be marked on the cross-sections.
Then the demarcation points of adjacent strata as determined by classification of the
(d) For extension to the existing cutting where no fresh cutting slope is available
after work:- Before execution of the work pre-classification of the existing cutting
slope which will not be finally available, should be done and recorded in the initial
cross-section. Figure No.1.4 is illustrative of the manner in which the payment for
the cutting is to be made for soil of different classifications.
1.1.8.7 Classification in the above manner shall be made only at such points where the cross
sections giving the ground profile have been recorded. The classification as recorded
in the above manner in case of cuttings shall be signed by the contractor in token of
his acceptance. The classification as recorded by the Authorized representative of the
Engineer in the above cases for cuttings is subject to confirmation by the Engineer,
whose decision shall be final and binding on the contractor. Where there is
disagreement between the Contractor and the Authorized representative of the
Engineer on classification of soil, payment shall be effected “on account” as per
lower classification as made by the Authorised representative of the Engineer.
Payment for extra at the rate for higher classification shall be made after final
decision by the Engineer on the admissibility of the Contractor’s claim for higher
classification.
1.1.8.8 In computing the quantity of earth work in cuttings and side drains, no cognizance
will be taken of the additional excavation, which may be necessitated during the
progress of the work due to the presence of boulders or other material, and payment
will only be made for the quantity as per cross sections required to be provided.
1.1.8.9 Where cutting spoil is utilised for making the bank, stones over 75mm size, which are
not to be used in the bank, shall be stacked separately at a site to be indicated by the
Engineer. To determine the quantity of cutting spoil led out for making the bank, the
sectional quantity of the cutting shall be reduced by the volume of stones and
boulders stacked outside, which will be arrived at by deducting 50% for voids from
the stack measurements of these stones and boulders. The stacking of these stones
and boulders, including initial lead and lift specified in the item, is covered by the
initial rate of Earth work.
1.1.8.10 It must be clearly understood that the Contract rates are intended to cover the
full cost of finished work as per approved drawings or as directed by the Engineer
with nothing extra payable for work carried out in excess of the requirements. Banks
and cuttings are to be carefully dressed to formation with such slopes as may be
specified in each case. The payment for the quantity of earth work in cutting / bank
shall normally be made on cross sectional measurements. The existing ground / bank
profile shall be taken and plotted by the Authorised representative of the Engineer in
the presence of contractor or his authorized agent before commencement of the work.
The profile of the bank or the cutting required to be provided shall also be plotted on
the same sheets. The levels and cross sections shall be signed by both the Authorised
representative of the Engineer and the contractor / his authorized agent. (The profiles
of the bank or cutting as required to be provided are for the guidance of the contractor
and not for the purpose of measurements).
Where earthwork is required to be done from borrow pits for repairs to bank to make
up cess, to fill rain cuts etc., the payment for such earthwork will be effected on
borrow pit measurements.
As far as possible spoils from cuttings fit for embankment shall be used to make up
the bank. If however, this is found to be uneconomical due to excessive lead or lift,
or if sufficient quantity of good earth fit for embankment is not available from the
source of cut spoils contractor’s earth approved by Engineer or earth from borrow pits
in railway land as directed by Engineer shall be utilised. As far as possible each
stretch of bank should be made of earth from only one source so as to avoid mix up.
If however, this is not possible due to exigencies of work, earth from one source
should be utilised first and compaction done before earth from the next source is
allowed to be dumped. Initial cross section of bank and cross section after
compaction of earth from each of the sources should be taken. Based on the cross
sectional areas, the gross quantity of earth work in embankment executed by utilising
the earth from different sources shall be determined. Final measurements shall be
taken only after the bank/ cutting has been completed to the required profile as
directed by the Engineer irrespective of the period of completion and number of
monsoons that may pass during execution.
1.1.8.13.1 Running on account payments will normally be made only for such length of
banks as in the opinion of the Engineer-in-Charge have been finally executed in terms
of the conditions of contract. On account payments may however he made at the
discretion of the Engineer-in-Charge if uncompleted bank is high or there are other
circumstances which may result in heavy investment on the part of the contractor,
before he is able to complete a stretch of bank in all respect. Such on account
payment will be made to the extent of only 90% of the total quantity of earthwork.
Contractor shall submit royalty clearance certificate along with Running Account
bill, if the agency fails to submit the royalty clearance certificate, the required amount
will be deducted as per extant Govt. rule, from his bill and will be deposited with the
concerned dept.
1.1.9 Dressing Surface:-
1.1.9.1 This specification is applicable to Surface dressing executed as a separate work for
purposes other than earthwork for embankment or cutting. In case of earthwork for
embankment or cutting, provisions of Para 1.1.2 will apply and the surface dressing
will be covered by the initial rate of earthwork unless stated to the contrary in the
Agreement. This specification shall also be applicable only to earthwork involving
soil.
1.1.9.2 The terms “Dressing Surface” shall be taken to mean the cutting down of high portion
of a specified area of ground and using the excavated earth to fill up the hollows and
the depressions. The maximum depth of excavation or filling shall be restricted to 15
cms.
1.1.9.3 The levels to which the ground is to be dressed shall be such that the quantity filled is
nearly equal to the quantity cut and the finished surface is even and tidy with such
slopes as may be necessary for proper drainage. Before the work is commenced the
proposed levels shall be set up at regular intervals both for the cuts and for the fills,
1.1.9.4 Unless otherwise provided for in the Contract, the rates shall be inclusive of removal
of rubbish upto a distance of 50m outside the periphery of the area cleared.
1.2.1 Profiles:- Profiles for banks shall be set out where every cross section has been
taken. These profiles shall be set up at least every 25m on the straight and every 15m
on curves with radii shorter than 600m. Profiles shall also be set up at any additional
places if ordered by the Engineer.
1.2.2 Formation Width:- The formation widths are to be as shown in the drawings.
1.2.3 Side Slopes: - The side slopes will ordinarily be as shown in the drawing, but the
Engineer or his Authorised representative may, by order in writing, vary this slope to
suit local conditions.
1.2.4 Selection of Earth: - Fill material proposed to be used, either from railway land or
from outside shall be assessed for its suitability at contractor’s expense, in accordance
with RDSO Guidelines. The contractor shall get the prior approval of the Engineer for
the quality of the fill material. Soil groups falling under the classifications GB, GW,
GC, GM, GP, SB, SW and SC under IS Code 1498 are generally considered suitable.
1.2.5.1 The spreading of material in layers of desired thickness over the entire width of
embankment should be done by mechanical means and finished by a motor grader.
The motor grader blade shall have hydraulic control suitable for initial adjustment and
maintain the same so as to achieve the slope and grade.
1.2.5.3 Efforts, in accordance with RDSO Guidelines, should be made to keep moisture
content level of the soil in the range of OMC + 2% at the time of compaction.
1.2.5.4 The rate of progress should be, as far as possible, uniform so that the work is
completed to final level almost at the same time.
1.2.5.5 The rolling for compaction of fill material should commence from edges towards
center with minimum overlap of 200mm between each run of the roller. In final pass,
roller should simply move over the surface without vibration so that top surface is
properly finished.
1.2.5.7 At the end of the working day, fill material should not be left uncompacted. Care
should be taken during rolling to avoid ponding on formation.
1.2.5.8 During construction of formation, there may be rainfall to the extent that rain cuts
may develop on the surface of formation due to erosion of soil. Care should be taken
that these rain cuts are not allowed to develop wide and deep otherwise these
locations will remain weak spots.
1.2.5.9 Top of the formation should be finished to cross slope as provided in contract
drawings.
1.2.5.10 Once the top surface of the formation has been finished to proper slope and
level, movement of material vehicle for transportation of ballast, sleepers etc. should
be avoided since these movements will cause development of unevenness, ruts on the
surface which will accumulate water and weaken the formation.
1.2.5.11 At locations where the water table is high and the fill soil is fine-grained, it
may be desirable to provide a granular layer of about 30 cm thickness at the base,
above subsoil across the full width of formation. This work will be carried out if
directed by the Engineer for which extra rate will be paid.
1.2.5.12 At places where embankment material are not conducive to plant growth, top
soil obtained from site clearance as well as top layer of borrow pits which is rich in
organic content and suitable for plant growth, may be stored for covering slopes of
embankment and cuttings after construction or other disturbed areas, where re-
vegetation is required as far as practicable.
1.2.7.1 During excavation, the contractor shall take particular care to avoid damage to drains,
water mains, cables or other underground work. Should any damage be caused, the
Engineer shall be notified immediately and the damage shall be made good at the
contractor’s expense.
1.2.7.2 Where Earthwork is to be carried out within Railway land and where borrowing of
Earth from Railway land is agreed to by the Railway as confirmed in writing by the
Engineer-in-charge, Borrow pits shall be excavated within the limits of railway land
as directed by the Engineer. The pits must be rectangular or conform to the land
boundaries. The sides of the pits next to the toe of the bank are to be sloped down at
2:1, and elsewhere at a slope of 1:1 unless otherwise directed by the Engineer. Any
pits wrongly excavated shall be refilled by the contractor at his own cost, and in such
a manner as the Engineer directs.
1.2.7.3 Borrow pits are not to be made of uneven depth but the whole area of each pit is to be
neatly excavated to the same level. The outer or the most distant half of the borrow
pits is to be excavated first, so that in the event of the pits being flooded by rain, there
will still be ground available for work.
1.2.7.4 A berm 15m wide is to be left untouched initially at every 80m between edges of
borrow pits, and is not to be encroached upon for any excavation except under the
instructions of the Engineer. If it is necessary for drainage purposes to cut through
the berm, the channel will be made on the side remote from the Bank.
1.2.7.5 In side long ground, the borrow pits are to be dug on the upper side of the bank, and
are to be continuous to serve as catch water drains; and, if so ordered, the contractor
shall get the earth for the bank exclusively from such pits till the catch water drain is
complete to the required length, section and level as prescribed by the Engineer.
1.2.7.6 When doing repair work to banks it is absolutely essential that diagonal bunds be
kept, when digging fresh borrow-pits in the old ones, as a precautionary measure for
correct assessment of the work. Diagonal bunds are also to be kept in borrow-pits for
new works where payments are to be made on borrow-pit measurements. When
doing earthwork repairs, Authorised representative of the Engineer should bear this
point in mind and refuse to measure up any pit in which a diagonal bund has not been
kept. For repair works it would save a large amount of unnecessary detailed
measurements if all pits were excavated to a uniform size as far as practicable.
1.2.8 Stream diversions: - When it has been decided to divert a stream adjoining the bank,
the excavation for this work is to be undertaken and completed before any borrow pit
1.2.9 Bank executed manually:- All railway embankments shall be constructed only by
mechanical means in accordance with RDSO Guidelines. Other embankments, when
executed manually, shall be made in successive layers, of not more than 30cm un
compacted depth, over the whole width. The subsequent layer shall be started only
when the previous layer has been completed for a length not less than 30m along the
embankment. All large clods shall be broken up in the borrow pits or bank by labour
specially detailed for this work. This shall be strictly ensured.
1.2.11 Dressing:- After completion of earth work the slopes shall be neatly dressed to the
correct profiles, and shall be made up where required during the maintenance period.
The top should be neatly dressed off sloping at an inclination of 1 in 30 either side
from the centre line unless otherwise specified in the drawings.
1.2.12 Turfing:- Turfing of banks shall be done during the monsoon season, preferably after
a heavy shower, when it can be ensured that the bank slopes will remain wet for a
long time after planting the grass. Turfing shall be paid for separately. Turfing shall
not be commenced without the prior written permission of the Engineer.
1.2.12.1Before turfing is commenced, the side slopes are to be dressed to the specified
section. This dressing is included in the initial rate for earth work, and should a
contractor stop work before dressing the bank, he shall be debited with the estimated
cost of the dressing to be done by another contractor or departmental labour, as
decided by the Engineer. Where the slope is already consolidated, it should be
loosened for a depth of about 4 cms before the sods are laid.
1.2.12.2 Turfing shall consist of sods, not less than 10 cm thick and 20 cm square well beaten
into the bank till they get a proper hold and form a level and compact mat. The
contractor shall be responsible for watering where necessary to ensure that the turf
grows properly; and in the event of it not doing so, he will returf such parts as have
not grown, at his own cost. The turfing shall be measured and taken over only after
the grass has rooted well and has formed a sufficiently dense growth over the earth
slopes.
1.2.13 Sarkanda or similar type of planting on bank slopes:- Where Sarkanda is planted
on bank slopes, the minimum distance centre to centre in rows shall be 75 cm in
either direction. The plantation in adjacent rows will be staggered for proper
coverage of the area. For other types of plantation, the local practice shall be followed
as directed by the Engineer. Where directed to be done, this item will be paid for
extra.
1.3.1 Formation width:- The formation widths, exclusive of side drains, are to be as
shown in the drawings. The top width of each side drain will ordinarily be 120 cm at
formation level and depth 30 cm, unless shown otherwise in the drawing.
1.3.2 Side Slopes: The side slopes will ordinarily be 1:1, unless otherwise shown in the
drawing or ordered by the Engineer.
1.3.3 Excavation:
1.3.3.1 When so ordered, the centre portion of gullet of the cutting shall be first taken out to
the full width of formation to enable the Engineer to determine the slopes suitable to
the full length of the particular cutting or to different lengths of it. When the gullet is
cut out to its full depth in shallow cuttings, or to the depth of the first cut in deep
cuttings, the side portions or triangular sections up to the slopes may be excavated. In
deep cuttings, the, second cut will not be started until the top portion is thus
completed.
The necessity of excavating cuttings in this manner is evident as, in the event of
heavy rain occurring with work partly completed, and the bottom of the excavation
uneven and incapable of drainage, excessive delay might occur or excessive pumping
might become necessary. The contractor is solely responsible for any such
contingency and the railway will not be liable for any compensation.
1.3.3.2 All cuttings shall be taken down carefully to the precise level and section as
delineated in the drawings or as ordered by the Engineer. In case the bottom of the
cutting is taken down deeper than is necessary by over sight or neglect of the
contractor, the hollow must be filled up to true depth with selected material and
rammed, at his expense. Cuttings with the formation in rock will be excavated to 15
cm below the true formation and filled up to true level with cutting spoil to ensure
1.3.3.3 In soft soil the excavation of cuttings shall, in the first instances be carried to about
15 cm short of the full depth, so much being left for dressing the bottom true to the
formation. The side slopes shall be dressed true and straight and the bottom shall then
be completed by sloping if from the centre line towards the side drains to a slope of 1
in 24 or any other slope as shown in the drawing.
1.3.4.1 In excavating cuttings, special precautions are to be taken to ensure that the
excavations drain themselves automatically. To ensure this, the central block of earth
or gullet is to be excavated first. This will be done in such a manner that the bottom
of the excavation shall, where possible, slope downwards from the centre of the
cutting towards the ends. It will be made in such cuts or steps as may from time to
time, be directed. Generally, in deep cuttings the first cut or step will approximately
follow the surface of the ground, where this will secure the necessary slope for
drainage, and will be excavated to such depth not exceeding 3m as may be ordered,
with perpendicular sides leaving pathways for workmen along the sides of the cut
parallel to the central line about every 15 m. In shallow cuttings, not exceeding 2m in
the deepest part, the gullet may be cut out at once to formation level.
1.3.4.2 Side drains shall be provided, according to the cross section shown in the drawing, at
the toe of the slope in all cuttings to ensure proper drainage. Excavation to the
required cross section and longitudinal slope to form the side drain will be paid for at
the same rates as the cutting.
1.3.5 Catch-water drains:- Where required, catch water drains cut to the section and
profile prescribed, shall be constructed on the uphill side leaving a berm of one metre
from the boundary of the railway land and shall be paid for at the same rates as for
cutting. The cross sectional area of the catch water drain shall normally not exceed
0.75 sqm. The spoil from the catch water drain will be deposited to make a uniform
slope from the edge of the cutting towards the drain. The material derived from the
catch water drain will be used to the extent required to provide the slope and the
surplus earth should be deposited in the spoil bank of the cuttings. Unless ordered to
the contrary by the Engineer, the Catch water drain must be excavated before the
cutting is started.
1.3.6 Berms and spoil banks:- No spoil shall be deposited within a distance of 9m from
the top edge of the slope of any cutting duly taking into account the location of the
catch water drain, if any. While doing so, the Engineer may bear in mind the side on
which the doubling may eventually be done.
1.3.6.1 The spoil heap shall be roughly but neatly dressed off to a slope of 1 ½ : 1, and shall
form a continuous bund along the top of the cutting. In country where there is any
cross fall, sufficient spoil shall be thrown on the up hill side of the cutting to
supplement the catch water drain and assist in keeping drainage out. This work must
be done first.
1.3.7 Springs or Inflow: Should springs or inflow of water appear in cuttings, or should
they be flooded, the contractor must arrange for bailing, pumping or drainage of
water, without obstruction to adjacent works. Payment for the same shall not be
made unless otherwise provided for in the Agreement with the Contractor.
1.3.8 Protections: - Excavation, where directed by the Engineer, shall be securely fenced
and provided with proper caution signs, conspicuously displayed during the day and
properly illuminated with red lights during the night, to avoid accidents. The
Contractor shall take adequate protective measures to see that the excavation
operations do not damage the adjoining structures or dislocate the services. Water
supply pipes, sluice valve chambers, sewerage pipes, manholes, drainage pipes &
chambers, communication cables, power supply cables etc. met within the course of
excavation shall be properly supported and adequately protected, so that these
services remain functional. No extra payment will be made for taking such measures
unless otherwise specifically provided for in the Contract.
Excavation shall not be carried out below the foundation level of adjacent buildings
until underpinning, shoring etc. is done as per the directions of the Engineer for which
payment shall be made separately.
1.3.9 Blasting:- If any blasting operations are necessary, they shall be carried out in
accordance with the Explosives Act and the Rules as amended upto date. Explosives
Rules 1983 should be strictly adhered to by the Contractor’s staff as well as Railway
employees engaged in blasting operations. For general guidance, the instructions
contained in Chapter X of Indian Railways Works Manual may be referred to. The
following specifications are supplementary to the above.
1.3.9.1 Where hard rock is met with and blasting operations are considered necessary, the
contractor shall obtain the approval of the Engineer in writing for resorting to blasting
operation.
Note: In ordinary rock, not requiring blasting, blasting operations shall not be generally
adopted. However, the contractor may resort to blasting with the permission of the
Engineer, but nothing extra shall be paid for such blasting operations.
The contractor shall obtain license from the competent authority for undertaking
blasting work as well as for containing and storing the explosive as per the Explosive
Act, 1884 as amended upto date and the Explosive Rules, 1983. The contractor shall
purchase the explosives fuses, detonators etc. only from a licenced dealer.
Transportation and storage of explosive at site shall conform to the aforesaid
Explosive Act and Explosive Rules. The contractor shall be responsible for the safe
custody and proper accounting of the explosive materials. Fuses and detonators shall
be stored separately and away from the explosives. The Engineer or his authorised
The contractor shall be responsible for any damage arising out of accident to
workmen public or property due to storage, transportation and use of explosive during
blasting operation.
1.3.9.2 Blasting operations shall be carried out under the supervision of a responsible
authorized agent of the contractor (referred subsequently as agent on duty), during
specified hours as approved in writing by the Engineer. The agent shall be a licensed
blaster. In case of blasting with dynamite or any other high explosive, the position of
all the bore holes to be drilled shall be marked in circles with white paint. These shall
be inspected by the Contractor’s agent. Bore holes shall be of a size that the cartridge
can easily pass down. After the drilling operation, the agent shall inspect the holes to
ensure that drilling has been done only at the marked locations and no extra hole has
been drilled. The agent shall then prepare the necessary charge separately for each
bore hole. The bore holes shall be thoroughly cleaned before a cartridge is inserted.
Only cylindrical wooden tamping rods shall be used for tamping. Metal rods or rods
having pointed ends shall never be used for tamping. One cartridge shall be placed in
the bore hole and gently pressed but not rammed down. Other cartridges shall then be
added as may be required to make up the necessary charge for the bore hole. The top
most cartridge shall be connected to the detonator which shall in turn be connected to
the safety fuses of required length. All fuses shall be cut to the length required before
being inserted into the holes. Joints in fuses shall be avoided. Where joints are
unavoidable, a semi-circular nitch shall be cut in one piece of fuse about 2 cm deep
from the end and the end of other piece inserted into the nitch. The two pieces shall
then be wrapped together with string. All joints exposed to dampness shall be
wrapped with rubber tape.
The maximum of eight bore holes shall be loaded and fired at one occasion. The
charges shall be fired successively and not simultaneously. Immediately before
firing, warning shall be given and the agent shall see that all persons have retired to a
place of safety. The safety fuses of the charged holes shall be ignited in the presence
of the agent, who shall see that all the fuses are properly ignited.
Careful count shall be kept by the agent and others of each blast as it explodes. In
case all the charged bore holes have exploded, the agent shall inspect the site soon
after the blast but in case of misfire, the agent shall inspect the site after half an hour
and mark red crosses (X) over the holes which have not exploded. During this
interval of half an hour, nobody shall approach the misfired holes. No driller shall
work near such bore until either of the following operations have been done by the
agent for the misfired boreholes.
(a) The contractor’s agent shall very carefully (when the tamping is of damp clay)
extract the tamping with a wooden scraper and withdraw the fuse, primer and
detonator.
(b) The holes shall be cleaned for 30 cm of tamping and its direction ascertained by
placing a stick in the hole. Another hole shall then be drilled 15cm away and
parallel to it. This hole shall be charged and fired. The misfired holes shall also
explode along with the new one.
The Engineer shall also be informed by the agent of all cases of misfires, their causes
and steps taken in that connection.
1.3.9.3 General Precautions:- For the safety of persons red flags shall be prominently
displayed around the area where blasting operations are to be carried out. All the
workers at site, except those who actually ignite the fuse, shall withdraw to a safe
distance of atleast 150 metres from the blasting site. Audio warning by blowing
whistle shall be given before igniting the fuse.
Blasting work shall be done under careful supervision of licensed blaster and trained
personnel shall be employed. Blasting shall not be done within 100 metres of an
existing structure, unless specifically permitted by the Engineer in writing. In such
cases, the Authorized representative of the Engineer must be present to ensure that
special precautions as may be prescribed by the Engineer and those stipulated by the
licensing authority are taken and that necessary warning is given to the inhabitants.
All procedures and safety precautions for the use of explosives drilling and loading of
explosives before and after shot firing and disposal of explosives shall be taken by the
contractor as detailed in IS 4081, Safety code for blasting and related drilling
operation.
1.3.9.4 Precautions against misfire: - The safety fuse shall be cut in an oblique direction
with a knife. All saw dust shall be cleared from inside of the detonator. This can be
done by blowing down the detonator and tapping the open end. No tools shall be
inserted into the detonator for this purpose.
If there is water present or if the bore hole is damp, the junction of the fuse and
detonator shall be made water tight by means of tough grease or any other suitable
material.
The detonator shall be inserted into the cartridge so that about one-third of the copper
tube is left exposed outside the explosive. The safety fuse just above the detonator
shall be securely tied in position in the cartridge. Water proof fuse only shall be used
in the damp bore hole or when water is present in the bore hole.
If a misfire has been found to be due to defective fuse, detonator or dynamite, the
entire consignment from which the fuse, detonator or dynamite was taken shall be got
inspected by the Engineer or his authorised representative before resuming the
blasting or returning the consignment.
1.9.2.1 Compaction is the process of increasing the density of soil by mechanical means by
packing the soil particles closer together with reduction of air voids and to obtain a
homogeneous soil mass having improved soil properties. Compaction brings many
desirable changes in the soil properties as follows:
a) Helps soils to acquire increase in strength in both bearing resistance 6and shear
strength.
b) Reduces compressibility, thus minimizing uneven settlement during services.
c) Increased density and reduces permeability, thereby reducing susceptibility to change
in moisture content.
d) Reduction in erodibility
e) Results in homogeneous uniform soil mass of known properties.
f) Reduction in frost susceptibility in cold regions.
(b) Moisture Control: Proper control of moisture content in soil is necessary for
achieving desired density. Maximum density with minimum compacting effort can be
achieved by compaction of soil near its OMC (Optimum Moisture Content). If
natural moisture content of the soil is less than the OMC, calculated amount of water
should be added with sprinkler attached to water tanker and mixed with soil by motor
grader for uniform moisture content. When soil is too wet it is required to be dried by
aeration to reach upto OMC.
(c) Soil Type: Type of soil has a great influence on its compaction characteristics.
Normally, heavy clays, clays and silts offer higher resistance to compaction, whereas,
sandy soils and coarse grained or gravelly soils are amenable for easy compaction.
Coarse-grained soils yield higher densities in comparison to clay. A well-graded soil
can be compacted to higher density.
(e) Number of Passes: Density of soil will increase with the number of passes of roller
but after optimum number of passes, further increase in density is insignificant for
additional number of passes. For determination of optimum number of passes for
given type or roller and optimum thickness of layer at a predetermined moisture
content, a field trial for compaction is necessary which will be arranged by the
Engineer for which the Contractor shall make all arrangements and bear the cost of
test / tests as required.
ii) Poorly graded sand and gravel with Cu<2.0, should not be used in earthwork for
the banks to safeguard against liquefaction under moving loads or especially due to
earthquake tremor. Generally, fine sand is prone to liquefaction. This aspect should
be specifically examined to prevent possibility of any liquefaction.
i) Water content plays very important role in compaction of clays. Main objective of
compacting predominantly clays is to achieve uniform mass of soil with no voids
ii) Thickness of layer should not be more than depth of feet of roller plus 50mm. Pad
foot vibratory roller with drum module weight of 7 tonne (total static weight of 11
tons) for a lift thickness of 30 cm is found quite effective for compaction of clays. For
better results, initial rolling with static pad foot roller followed by 15 tons vibratory
roller can be tried.
iii) In case of such soils, the MDD and OMC as determined in the Laboratory may
not be very relevant and therefore achievable MDD and practicable moisture content
at which such soils can be compacted should be determined by conducting field trials
for which the Contractor shall make all arrangements and bear the cost of field trials
as required.
a) The spreading of material in layers of desired thickness over the entire width of
embankment should be done by mechanical means and finished by a motor
grader. The motor grader blade shall have hydraulic control suitable for initial
adjustment and maintain the same so as to achieve the slope and grade.
c) If natural moisture content (NMC) of the soil is less than the OMC, calculated
amount of water based on the difference between OMC and NMC and quantity of
earthwork being done at a time, should be added with sprinkler attached to water
tanker and mixed with soil by motor grader or by other means for obtaining
uniform moisture content. When soil is too wet, it is required to be dried by
aeration to reduce moisture content near to OMC. Efforts should be made to keep
moisture content level of the soil in the range of OMC + 2% at the time of
compaction.
e) The rolling for compaction of fill material should commence from edges towards
center with minimum overlap of 200mm between each run of the roller. In final
pass, roller should simply move over the surface without vibration so that top
surface is properly finished.
f) Extra bank width of 500mm on either side shall be rolled to ensure proper
compaction at the edges. The extra soil would be cut and dressed to avoid any
loose earth at the slopes. This should preferably be done with help of grade
cutter.
g) At the end of the working day, fill material should not be left uncompacted. Care
should be taken during rolling to provide suitable slope on toe of the bank to
facilitate quick shedding of water and avoid ponding on formation.
h) During construction of formation, there may be rainfall to the extent that rain cuts
may develop on the surface of formation due to erosion of soil. Care should be
taken that these rain cuts are not allowed to develop wide and deep otherwise
these locations will remain weak spots.
i) Top of the formation should be finished to cross slope of 1 in 30 from one end to
other towards cess / drain in multiple lines and from center of formation to both
sides in single line.
j) Once the top surface of the formation has been finished to proper slope and level,
movement of material vehicle for transportation of ballast, sleepers etc. should be
avoided since these movements will cause development of unevenness, ruts on
the surface which will accumulate water and weaken the formation.
l) At locations where the water table is high and the fill soil is fine-grained, it may
be desirable to provide a granular layer of about 30 cm thickness at the base,
above subsoil across the full width of formation. This work will be carried out if
directed by the Engineer for which extra rate will be paid.
1.9.7.1 Compacted Earth: Degree of compaction of each layer of compacted soil should be
ascertained by measurement of dry density / Relative Density of soil at locations
selected in specified pattern. The method of sampling, frequency of tests, method of
tests to be conducted and acceptance criteria to be adopted are as under.
ii) In case of bank widening, sampling should be done at an interval of minimum 200
metres on widened side(s) of embankment.
b) Frequency of Tests:
Density check would be done for every layer of compacted fill/blanket material as per
following minimum frequency:
i) At least one density check for every 30 m length for blanket layers and top one metre
of prepared subgrade/subgrade along the alignment in a staggered pattern of each
compacted layer.
ii) At least one density check for layers other than as specified in(i) above, every 500 m2
or 75 m c/c whichever occurs earlier along the alignment in a staggered pattern of
each compacted layer.
iii) In case of important bridge approaches (100 m length on either side), at least one
density check for every 25 m length shall be adopted.
d) Acceptance Criteria:
i) Coarse grained soils which contains fines passing 75 microns IS Sieve, upto 5
percent should have the Density Index (Relative Density) a minimum of 70%
as obtained in accordance with IS:2720 (Part-14)-1983 (Reaffirmed 2015).
ii) For other soils, field dry density should not be less than maximum attainable
dry density obtained in field compaction trial. However, in field compaction
trial, the maximum attainable dry density should not be less than 98% of MDD
values as obtained by Heavy Compaction Test (IS 2720 (part 8) – 1983
(Reaffirmed 2015) in the laboratory.
In case, there are difficulties in achieving 98% of the MDD values as obtained
by Laboratory test, in the field trials, the same may be relaxed upto 95% of
MDD with the specific approval of the Engineer, recording reasons of such
relaxation.
iii) During widening of bank in case of gauge conversion and rehabilitation of
unstable formation, compaction of earthwork should be minimum 95% of
MDD as obtained by Laboratory test as per Heavy Compaction Test (IS:2720
(part 8) – 2013) or 70% Relative Density for coarsed grained soils which
contains fines (passing 75 micron IS sieve) upto 5% (IS:2720 (Part 14) –1983
(Reaffirmed 2015)
1.9.7.2 Formation Level: Finished top of sub-grade level may have variation from design
level by + 25 mm and finished top of blanket layer may also be permitted to have
variation from design level by plus 25mm. The ballast should be placed only on level
formation without ruts or low pockets.
1.9.7.4 Side Slopes: Side slope should be 2H: 1V or flatter as per design.
1.9.7.5 Formation Width: Formation width should not be less than the specified width.
1.0 GENERAL
ANNEXURE A
BLANKETING IN RAILWAY FORMATION
Depending on the source of material, the blanket material can be categorized in the
following categories:
Natural material
Machine manufactured material
Crushed material
Blended material
1.2.1 Proper survey of area close to projects needs to be carried out to identify suitable sources
of blanket material required for the project. Aim of such source identification survey is to
use naturally available material, or select alternatives of machine manufactured blanket
material
through crushing, blending or a combination, which is cheap and conforms to the
specifications laid down.
1.2.2 The parent material of the blanket material so chosen should be chemically inactive and
sturdy in normal working environment. Brickbats, factory slag, weak dissolvable stones
like lime, shale, laterite etc. need not be selected as blanket material.
1.2.3 The choice of gradation as provided in 1.1 (f), above, may be exercised judiciously, based
on the availability of material. It may be advisable to choose the grade A for finest subgrade
soils (requiring 1.0m thick layer of blanket), and grade B or C for coarser subgrades
(requiring less thickness of blanket).
1.2.4 Sample for Material:- The successful contractor should submit for approval by the
Engineer samples of the Blanketing material in three wide mouth sealed glass jars of a
quantity of 0.0035 Cum. each. The material to be used by the contractor for blanketing
should strictly adhere to the quality of material as approved by the Engineer.
1.3 Mechanical Production:-
The Blanket can be produced by adopting either crushing methodology or Blending
Methodology as described in Appendix-A of Comprehensive Guidelines and
Specification for Railway Formation – Specification No. RDSO/2020/GE: IRS-0004,
Sep-2020 and to which reference can be made for any details. Crushing Methodology is
resorted to in the event of non availability of natural source of blanket materials and
involves crushing the rock / boulder to produce crushed blanket material. Blending
methodology involves proper blending of two or more soils or in combination with soils
crushed material like stone chips or quarry dust.
1.4.1 The source of blanket material, detailed in para 1.2, needs to be identified based on tests &
studies conducted and conformity of the material to the Specification as laid down in para
1.1.
1.4.2 It is desirable to have a check on quality of material at source/manufacturing point so that
major deviation in quality of the material being sent to site does not exist. It would be in
Page 121 of 199
the interest of the supplier to have such tests conducted on his own to avoid any
complication at a later stage.
1.4.3 The frequency of such test could be laid down by the engineer in-charge, if need be. In the
absence of any other instructions, at least one test may be performed per day to check the
particle size gradation at the point of loading into the trucks. However, the final
acceptance of the blanket material should be at the site where it is laid, as per para 1.6.
1.4.4 The supplier/ Engineer may also lay down proforma for 'Incoming Material Register ' to be
maintained at manufacturing point for having a control on utilization of different grades of
material, especially where blending is done using crushed as well as local material.
1.4.5 The thickness of blanketing layer shall be fixed in light of the Guidelines RDSO’s
Specification No. GE.IRS.2 (Final) dated July 2005 on “Mechanically produced Blanketing
Material for Railway formation including Guidelines for Laying”.
1.5 Test for Quality: Blanket material should be tested as per IS: 2720 (Part 4) of a minimum
of one test per 500 cum. or part thereof to plot particle size distribution curve, so as to
assess its suitability. It would be necessary to carry out wet analysis to assess actual
percentage of fines. To expedite testing work, dry sieve analysis may be carried out if
variation between results of dry and wet analysis are not significant and adequate margin
exists with respect to acceptance criteria. However, in such cases also, wet analysis has to
be carried out at frequent interval to verify the extent of variation. In any situation,
acceptance of blanket material would be based on wet analysis only. The sample for wet
analysis should be prepared as per para 4.3 of IS: 2720 (Part 4).
1.7 Transportation:
The blanket material should be transported wet after mixing water in order to achieve
OMC, in tippers for direct unloading on formation.
Note: The engineer should generally expect to get MDD above 2.1 gm/cc, and OMC in the
range of 5-9%, as matter of guidance.
(b) Suggested method of sampling: For each layer, a minimum of one sample at a
predetermined interval (in compliance with the requirement stated in next para) along
the centreline of the alignment would be taken. The checking points may be
staggered to the extent possible.
(c) Frequency of Tests: Density check would be done for every layer of blanket material
as per following minimum frequency:
At least one density check for every 200 sqm of blanket layer. (say, every 18 to 30 m
for single line, or doubling work and every 12 to 16 m for a double line construction.
1.9.3 Method of in-situ dry density measurements:
Any of the following methods could be adopted as per the requirements at site.
Method of Procedure Parameters to be Remarks
measurement of test measured
i) Sand As per IS- a) In situ Dry May be adopted for all type of
Replacement 2720 (Part Density material
Method 28) 1974 b) Moisture
content
ii) Core Cutter As per IS- In some of the coarse-grained soils
Method 2720 (Part -do- (with little fines) taking core cutter
29) 1975 samples is difficult. In such cases,
sand replacement method may be
used for density measurement.
iii) Nuclear Moisture As issued by a) Bulk density It is a faster Method and should be
Density Gauge RDSO b) Moisture widely used for large construction
content projects.
c) Dry density
d) Degree of
compaction
iv) Compactor meters As issued by As issued by May be used in consultation with
fitted on roller (On RDSO RDSO RDSO.
roller continuous
compaction control)
1.10.1 The material should pass the test criteria laid under Para 1.6 above.
1.10.2 The blanket material, which contains fines passing 75 micron IS Sieve, upto 5%
should have the Density Index (Relative Density) a minimum of 70% as obtained in
accordance with IS: 2720 (Part 14) – 1983 (Reaffirmed 2015).
1.10.3 For other materials, field dry density should not be less than maximum attainable
dry density obtained in field compaction trial. However, in field compaction trial,
the maximum attainable dry density should not be less than 98% of MDD values as
obtained by Heavy Compaction Test (IS: 2720 (part 8) – 1983 (Reaffirmed 2015) in
the laboratory. In case, there are difficulties in achieving 98% of the MDD values as
obtained by Laboratory test, in the field trials, the same may be relaxed upto 95% of
MDD with the specific approval of Chief Engineer/construction, recording reasons
of such relaxation.
1.10.4 During widening of bank in case of gauge conversion and rehabilitation of unstable
formation, compaction of blanket layer should be minimum 95% of MDD as
obtained by Laboratory test as per Heavy Compaction Test (IS: 2720 (part 8) –
1983) or 70% Relative Density for cohesionless soil (IS: 2720 ( Part 14) – 1983
(Reaffirmed 2015).
1.11 Measurement:
1.11.1 Measurement of blanket material should be done on the basis of finished cross
section after the material and workmanship have been accepted as per the above
criteria. No deduction is to be made towards voids.
1.11.2 In very rare cases, where it is not possible to take blanket material on finished
subgrade, measurement may be done on the basis of stack measurement with the
permission of Engineer in-charge. It may be necessary to frame different schedule
items for different methods of measurement. There should be no occasion to change
the method of measurement unless specifically provided for in the tender documents
duly approved by competent authority.
1.11.3 Method of measurement in case of stack measurement may be the same as in case of
ballast incorporated in "Specification for track ballast-1999".
1.11.4 It is advisable to tally the quantity and quality measured at site with the ' Incoming
Materials Register' maintained at plant (para 1.10.6.4) as a means of double check.
1.12 Formation Level: Finished top of sub-grade level may have variation from design
level by + 25 mm and finished top of blanket layer may also be permitted to have
variation from design level by plus 25mm. The ballast should be placed only on
level formation without ruts or low pockets.
1.13 Cross Slope: Cross slope should be within 1 in 28 to 1 in 30.
b) The rolling for compaction of fill material should commence from edges towards
center with minimum overlap of 200mm between each run of the roller. In final
pass, roller should simply move over the surface without vibration so that top
surface is properly finished.
c) Top of the formation should be finished to cross slope of 1 in 30 from one end to
other towards cess / drain in multiple lines and from center of formation to both
sides in single line.
d) Once the top surface of the formation has been finished to proper slope and level,
movement of material vehicle for transportation of ballast, sleepers etc. should be
avoided since these movements will cause development of unevenness, ruts on
the surface which will accumulate water and weaken the formation.
Note: Unless otherwise specified in the Contract the cost of tests including Materials, labour
and testing charge in Laboratory will be borne by the contractor.
8.7.1.1.In order to get a relatively quick idea of the quality of concrete, optional tests on
beams for modulus of rupture at 72 + 2 hours or at 7 days, or compressive strength
tests at 7 days may be carried out in addition to 28 days compressive strength tests.
For this purpose, the values given in Table 7 may be taken for general guidance in
case of concrete made with ordinary Portland cement. In all cases, the 28 days
compressive strength specified in Table 2 of grades of concrete of IS 456 shall alone
be the criterion for acceptance or rejection of the concrete.
TABLE 7
OPTIONAL TESTS REQUIREMENTS OF CONCRETE (Clause 8.7.1.1)
8.7.3. Test Specimen - Three test specimens shall be made from each sample for testing at
28 days. Additional cubes may be required for various purposes such as to determine
the strength of concrete at 7 days or at the time of striking the form work, or to check
the testing error. Additional cubes may also be required for testing cubes cured by
accelerated methods as described in IS: 9013. The specimen shall be tested as
described in IS: 516.
8.7.4. Test Strength of Samples – The test strength of the sample shall be the average of the
strength of three specimens. The individual variation should not be more than + 15 percent
of the average. If more, the test results of the sample are invalid. When individual variation
exceeds this limit, the procedure for the fabrication of specimen and calibration of the testing
machine should be checked.
(a) Number of Test Results: The total number of test results required to constitute an
acceptable record for calculation of standard deviation shall not be less than 30. Attempts
should be made to obtain 30 test results, as early as possible, when a mix is used for the first
time.
8.7.5.3 Assumed Standard Deviation – Where sufficient test results for a particular grade of
concrete are not available, the value of standard deviation given in Table 8 may be assumed.
TABLE 8
ASSUMED STANDARD DEVIATION (Clause 8.7.5.2)
GRADE OF CONCRETE ASSUMED STANDARD DEVIATION
N/mm2
Page 127 of 199
M 20 4.6
M 25 5.3
M 30 6.0
M 35 6.3
M 40 6.6
M 45 7.0
M 50 7.4
M 55 7.6
M 60 7.8
However, when adequate past records for a similar grade exist and justify to the designer a
value of standard deviation different from that shown in Table 8, it shall be permissible to
use that value.
(a) The mean strength determined from any group of four consecutive test results
complies with the appropriate limits in column A of Table.9.; and
(b) Any individual test result complies with the appropriate limits in column B of
Table.9.
8.7.6.2. Flexural strength: when both the following conditions are met, the concrete
complies with the specified flexural strength:
(a) The mean strength determined from any group of four consecutive test results exceeds the
specified characteristic strength by at least 0.3 N/mm2.
(b) The strength determined from any test result is not less than the specified characteristic
strength less 0.3 N/mm2.
Where the mean rate of sampling is not specified the maximum quantity of concrete that four
consecutive test results represent shall be limited to 60 m3.
8.7.6.4. If the concrete is deemed not to comply pursuant to para 8.7.6.2. the structural
adequacy of the parts affected shall be investigated and any consequential action as needed
shall be taken.
8.7.6.7. Concrete is liable to be rejected if it is porous or honey combed; its placing has been
interrupted without providing a proper construction joint, the reinforcement has been
displaced beyond the tolerances specified; or construction tolerances have not been met.
However, the hardened concrete may be accepted after carrying out suitable remedial
measures to the satisfaction of the Engineer.
A-0 One sample (consisting of six cubes 15 x 15 x 15 cm) shall be taken for every 20 cum or
part thereof of concrete work, ignoring any part less than 5 cum or as often as considered
necessary by the Engineer. The test of concrete cubes shall be carried out in accordance with
the procedure as described below. A register of cubes shall be maintained at the site of work.
The casting of cubes, concrete used for cubes and all other incidental charges such as curing,
carriage to the testing laboratory shall be borne by the Contractor The testing fee for the
cubes, if any, shall also be borne by the Contractor unless the contract provides otherwise.
A-1 Test procedure
A – 1.1 Mould
The mould shall be of size 15 cm x 15 cm x 15 cm for the maximum nominal size of
aggregate not exceeding 40 mm. For concrete with aggregate size more than 40 mm. Size of
mould shall be specified by the Engineer, keeping in view the fact that the length of size of
mould should be about four times the size of aggregate.
The moulds for test specimens shall be made of non-absorbent material and shall be
substantially strong enough to hold their form during the moulding of test specimens. They
shall not vary from the standard dimensions by more than one percent. The moulds shall be
so constructed that there is no leakage of water from the test specimen during moulding. All
the cube moulds for particular site should, prior to use, by checked for accuracy in
dimensions and geometric form and such test should at least be made once a year.
Each mould shall be provided with a base plate having a plane surface and made of non-
absorbent material. This plate shall be large enough in diameter to support the moulds
properly without leakage. Glass plates not less than 6.5 mm thick or plain metal not less than
12 mm thick shall be used for this purpose. A similar plate shall be provided for covering the
top surface of the test specimen when moulded.
Note Satisfactory moulds can be made from machine or steel castings, rolled metal plastes or
galvanized iron.
Sample of concrete for test specimen shall be taken at the mixer or in the case of ready mixed
concrete from the transportation vehicle discharge or as directed by the Engineer. Such
samples shall be obtained by repeatedly passing a scoop or pail through the discharge stream
of concrete. The sampling operation should be spread over evenly to the entire discharging
operation. The samples thus obtained shall be transported to the place of moulding of the
specimen. To counteract segregation, the concrete shall be mixed with a shovel until it is
uniform in appearance. The location in the work of the batch of concrete thus sampled shall
be noted for further reference. In case of paving concrete, samples shall be taken from the
batch immediately after deposition of the sub-grade. At least five samples shall be taken from
different portion of the pile and these samples shall be thoroughly mixed before being used to
form the test specimen The sampling shall be spread as evenly possible through out the day.
When wide changes occur during concreting, additional samples shall be taken if so desired
by the Engineer.
The interior surfaces of the mould and base plate shall be lightly oiled before the concrete is
placed in the mould. The samples of concrete obtained as described under the test specimen
shall be immediately moulded by one of the following methods as indicated below:-
When the job concrete is compacted by manual methods, the test specimen shall be moulded
by placing the fresh concrete in the mould in three layers, each approximately one third of the
volume of the mould. In placing each scoopful of concrete the scoop shall be moved around
the top edge of the mould as the concrete there slides from it, in order to ensure a uniform
distribution of concrete within the mould. Each layer shall be pounded 35 time with 16mm
rod, 60 cm in length, bullet pointed at the lower end. The strokes shall be distributed in
uniform manner over the cross section of the mould and shall penetrate into underlying layer.
The bottom layer shall be pounded through its depth. After the top layer has been rodded, the
surface of the concrete shall be struck off with a trowel and covered with a glass plate at least
6.5 mm thick or a machined plate. The whole process of moulding shall be carried out in a
such a manner as to preclude the alteration of water- cement ratio of the concrete by loss of
water, either by leakage from the bottom or everflow from the top of the mould.
When the job concrete is placed by vibration and the consistency of the concrete is such that
the test specimens cannot be properly moulded by handrodding as described above, the
specimens shall be vibrated to give a compaction corresponding to that of the job concrete.
The fresh concrete shall be placed in mould in two layers, each approximately half the
volume of the mould. In placing each scoopful of concrete the scoop shall be moved around
the top edge of the mould as the concrete there slides from it, in order to ensure a
symmetrical distribution of concrete within the mould. Either internal or external vibrators
may be used. The vibration of each layer shall not be continued longer than is necessary to
secure the required density. The internal vibrators shall vibrate only the layer to be
compacted. In compacting the first layer, the vibrators shall not be allowed to rest on the
bottom of the mould. In placing the concrete for top layer there should be no mortar loss
during vibrations. After vibrating the second layer enough concrete shall be added to bring
level above the top of the mould. The surface of the concrete shall then be struck off with a
trowel and covered with a glass or steel plate as specified above. The whole process of
moulding shall be carried out in such a manner as to preclude the alteration of water-cement
ratio of the concrete by loss of water, either by leakage from the bottom or over flow from the
top of the mould.
A – 1.5 Testing
The specimens shall be tested in accordance with procedure as described below:-
(a) The tests shall be made at an age of concrete corresponding to that for which the
strengths are specified.
(b) Compression tests shall be made immediately upon removal of the concrete test
specimen from the curing room i.e. the test specimen shall be loaded in damp
condition. The dimensions of the test specimens shall be measured in mm accurate to
0.5 mm.
(c) The metal bearing plates of the testing machine shall be placed in contact with the ends
of the test specimens. Cushioning materials shall not be used. In the case of cubes, the
test specimen shall be placed in the machine in such a manner that the load is applied to
sides of the specimens as cast. An adjustable bearing block shall be used to transmit
the load to the test specimen. The size of the bearing block shall be the same or slightly
larger than that of test specimen. The upper or lower section of the bearing block shall
be kept in motion as the head of the testing machine is brought to a bearing on the test
specimen.
(d) The load shall be applied axially without shock at the rate of approximately 140 kgs.
per/ Sq.cm. per minute. The total load indicated by the testing machine at failure of
test specimen shall be recorded and the unit compressive strength is calculated in kg
per sq.cm. using the area computed from the measured dimensions of the test
specimen. The type of failure and appearance of the concrete shall be noted.
3.0 GENERAL
3.1 Engineer – In- Charge or his authorized representative shall have the Right at all
times to inspect all operations including the source of materials, procurement, layout,
& storage of materials, the concrete batching & mixing equipment, & the quality
control system. Such an inspection shall be arranged & RITES representatives
approval obtained, prior to starting the concrete work. This shall however, not relieve
contractor of any of his responsibilities. All materials, which do not conform to this
specification, shall be rejected.
3.2 Materials should be selected so that they can satisfy the design requirement of
strength, serviceability, safety, durability & finish with due regards to the functional
requirements & the environmental conditions to which the structure will be subjected.
Materials complying with codes /standards shall generally be used. Other materials
may be used after approval of the RITES representative and after establishing their
performance suitability based on previous data, experience or tests.
4.0 MATERIALS
4.1 CEMENT
4.1.1 As per RITES General Conditions of Contract, July’ 2019. (Read upto CS 05,
Annexure B-2 (Refer Clause 10A).The Contractor shall procure 43 grade
(conforming to IS 8112 latest version) IS 12269) ordinary Portland cement of 53
grade OPC (conforming to IS 12269, latest version, for RCC work of Mix Reacher
than M-30) from reputed manufacturers of cement having a valid Certification Marks
Licence from Bureau of Indian standard (BIS). At the time of bid submission, the
tenderers may submit a list of names of cement manufacture’s along with a copy of
their valid Certification Marks from (BIS), which they proposed to use in the work.
The Tender Accepting Authority reserves the right to accept or reject name(s) of
Cement manufacture(s) which the tenderer proposes to use in the work if satisfactory
evidence in respect of cement manufactures’ license issued by BIS, is not furnished.
No change in the tendered rates will be accepted if the tender accepting authority
does not accept the list of cement manufactures, given by the tenderer, fully or
partially. In case the names of brand/cement manufactures are not submitted at the
time of bid submission, the brand/ cement manufacturer meeting the criterion
mentioned above, shall be got approved from the engineer-in-charge before use of
cement of such brand/manufacturer on the work. All other matters will be as per
RITES General Conditions of Contract, July’ 2019. (Read upto CS-06, Annexure B-2
(Refer Clause 10A).
4.1.2 Only one type of cement shall be used in any one mix. The source of supply of type
or brand of cement within the same structure or portion thereof shall not be changed
without approval from Engineer-in-Charge or his authorized representative.
4.2.2 Aggregates shall be washed and screened before use where necessary or if
directed by the Engineer – In- Charge of RITES or his authorized representative.
4.2.3 Aggregates containing reactive materials shall be used only after tests conclusively
prove that there will be no adverse effect on strength, durability & finish, including
long term effects, on the concrete. However, in general such aggregates containing
reactive material shall not be used.
4.2.4 The maximum size of coarse aggregate shall be as stated on the drawings but in no
case greater than ¼ of minimum thickness of member.
4.2.5 Plums 160mm & above of a reasonable size may be used where directed. Plums
shall not constitute more than 20% by volume of the concrete.
4.3 WATER
4.3.1 Water used for both mixing & curing shall conform to IS-456-2000. Potable waters
are generally satisfactory. Water containing any excess of acid, alkali, sugar or salt
shall not be used.
4.4 REINFORCEMENT
4.4.1 Reinforcement bars shall conform IS: 1786 – 1985 (Fe-500) and make of
SAIL/RINL/TATA Steel Ltd./ESSAR Steel Ltd./JSW Steel Ltd.,/Jindal Steel &
Power Ltd./Electro Steel Ltd./SRMB Srijan Ltd./Real Ispat & Power Ltd./Sri
Brajrang Power & Ispat Ltd/ M/s. Shyam Steel Industries Limited etc. All other
matters will be as per RITES General Conditions of Contract, July’ 2019. (Read upto
CS 06, Annexure B-2 (Refer Clause 10A).
4.4.2 All reinforcement shall be clean, free from pitting , oil, grease , paint, loose mill
scales , rust , dirty, dust or any other substance that will destroy or reduce bond.
4.5.3 Sampling & Testing shall be as per RITES Quality Assurance Plan under the
supervision of Engineer- In- Charge or his authorized representative. The cost of all
test sampling etc. shall be borne by the contractor.
4.5.4 Water to be used shall be tested to comply with requirements of IS: 456-2000.
5. STORING OF MATERIALS
5.1 All materials shall be stored in a manner so as to prevent its deterioration and
contamination, which would prevent its use in the works. Requirements of IS: 4082
shall be complied with.
5.2 Contractor will have to make his own arrangement for the storage of adequate
quantity of cement. If such cement is not stored properly & has , deteriorated , the
material shall be rejected. Cement bags shall be stored in dry weather proof shed with
a raised floor, well away from the outer wall & insulated from the floor to avoid
moisture from ground. Not more than 15 bags shall be stacked in any tier. Engineer-
In- Charge or his authorized representative shall approve storage arrangement.
Storage under tarpaulins shall not be permitted. Each consignment of cement shall be
stored separately & consumed in its order of receipt.
5.3 Each size of coarse & fine aggregate shall be stacked separately and shall be
protected from leaves & contamination with foreign materials. The stacks shall be
on hard clean, free draining away from the concrete mixing area.
5.4 Contractor shall make his own arrangement for storing water at site in tanks to
prevent contamination.
5.5 The reinforcement shall be stacked on top of timber sleepers to avoid contact with
ground / water. Each type & size shall be stacked separately.
6.1.2 Unless otherwise specifically mentioned the minimum cement content for design mix
concrete shall be as per IS: 456-2000 (Table No.-5)
6.1.3 It shall be contractor’s sole responsibility to carry out the mix design at his own cost.
He shall furnish to Engineer – In- Charge at least 30 days before concreting
operation, a statement of proportions to be used for the various concrete mixes & the
strength results obtained. The strength requirements of the concrete mixes ascertained
on 150mm cubes as per IS: 516 shall comply with IS: 456-2000
6.1.4 A range of slumps which shall generally be used for various types of construction
unless otherwise instructed by the Engineer – In – Charge.
6.1.5.2 Amount of water added shall be such as to produce dense concrete of required
consistency, specified strength & satisfactory workability & shall be so adjusted to
account for moisture content in the aggregates. Water – cement ratio specified for
use by Engineer- In- Charge shall be maintained. Each time the work stops, the
6.1.5.3 Arrangement should be made by the contractor to have the cubes tested in an
approved laboratory or laboratory set up by contractor at site. Sampling & testing of
strength & workability of concrete shall be as per IS:1199, IS:516 & IS:456-2000.
6.2.5 If nominal mix concrete made in accordance with the proportions given for a
particular grade does not yield the specified strength, such concrete shall be
classified as belonging to the appropriate lower grade. Nominal mix concrete
proportioned for a given grade in accordance with IS: 456-2000, shall not however,
be placed in higher grade on the ground that the test strengths are higher than the
minimum specified.
7.2 The design & engineering of the form work as well as its construction shall be the
responsibility of the contractor. However, if so desired by the Engineer-in- Charge
the drawings & calculations for the design of the formwork shall be submitted to
Engineer-in-Charge.
a) Sufficiently rigid & tight to prevent loss of grout or mortar from the concrete
at all stages & appropriate to the methods of placing & compacting.
b) Made of suitable materials.
c) Capacity of providing concrete of the correct shape & surface finish within
the specified tolerance limits.
d) Self weight , reinforcement & concrete weight , all loads & dynamic effects
arising from construction & compacting activities ,wind & weather forces.
e) Capable of easily striking without shock, disturbance damage to the
concrete.
f) Soffit forms capable of imparting a camber if required.
7.4 The formwork may be steel or Plywood depending upon type of finish specified.
Joints between formwork & formwork & between formwork & structure shall be
sufficiently tight to prevent loss of slurry from concrete, using seals if necessary.
7.5 The faces of formwork coming in contact with concrete shall be cleaned & two
coats of approved mould oil applied before fixing reinforcement. All rubbish,
particularly chipping, shavings, sawdust, wire pieces dust etc. shall be removed
from the interior of the forms before the concrete is placed. Where directed,
cleaning of forms shall be done by blasting with a jet of compressed air at no extra
cost.
7.6 Forms intended to refuse shall be treated with care. Forms that have deteriorated
shall not be used. Before refuse, all forms shall be thoroughly scrapped, cleaned,
nails removed, holes suitably plugged, joints repaired & warped lumber replaced to
the specification of Engineer – In- Charge. Contractor shall equip himself with
enough shuttering to allow for wastage so as to complete the job in time.
7.7 Permanent formwork shall be checked for its durability & compatibility with
adjoining concrete before it is used in the structure. It shall be properly anchored in
the concrete.
7.8 Wire ties passing through beams, columns & walls shall not be allowed. In their
place bolts passing through sleeves shall be used. Formwork spacers left in situ
shall not impair the desired appearance or durability of the structure by causing
spalling, rust staining or allowing the passage of moisture.
7.9 Formwork showing excessive distortion, during any stage of construction, shall be
repositioned & strengthened. Placed concrete affected by faulty formwork, shall
be entirely removed & formwork corrected prior to placement to new concrete at
Contractor’s cost.
7.10 The striking time for formwork shall be determined based on the following
requirements:
a) Development of adequate concrete strength.
b) Permissible deflection at time of striking formwork.
c) Curing procedure employed – Its efficiency & effectiveness.
d) Subsequent surface treatment to be done.
e) Prevention of thermal cracking at re–entrant angles.
f) Ambient temperatures.
g) Aggressiveness of the environment (Unless immediate adequate steps are
taken to prevent damage to the concrete.)
7.11 Under normal circumstances (generally where temperatures are above 200C forms
may be struck after expiry of the time period given In IS: 456-2000 unless
directed otherwise by Engineer – In- Charge. For Portland Slag Cement the
stripping time shall be suitably modified as directed by the Engineer-in- Charge.
8.0 FINISHES
8.1 GENERAL
8.1.1 The formwork for concrete works shall be such as to give the finish as specified.
The contractor shall make good as directed any unavoidable defects consistent
with the type of concrete & finish specified; defects due to bad workman ship
(e.g. damaged or misaligned forms, defective or poor compacted concrete) will
not be accepted. Contractor shall construct the formwork using the correct
materials & to meet the requirements of the design & to produce finished
concrete to required dimensions, plumbs, planes & finishes.
9.1 Reinforcing bars bent or in coils shall be straightened cold without damage at no
extra cost. No bending shall be done when ambient temperature is below 5 0C.
Local warming may be permitted if steel is kept below 100 0C.
9.2 All bars shall be accurately bent gradually & according to the sizes & shapes
shown on the drawings /schedules or as directed by Engineer.
9.3 Re-bending or straightening incorrectly bent bars shall not be done without
approval of engineer.
9.4 Reinforcement shall be accurately fixed & maintained firmly in the correct
position by the use of blocks, spacers, chairs, binding wire etc. to prevent
displacement during placing & compaction of concrete. The tied in place
reinforcement shall be approved by the Engineer – In- Charge prior to concrete
placement. Spacers shall be of such materials & designs as will be durable not lead
to corrosion of the reinforcement & not cause spalling of the concrete cover. The
concrete cover shall be constructed at the same proportion of original concrete.
10.0 TOLERANCE
10.1 Tolerance for form work & concrete dimensions shall be as per IS: 456-2000
unless specified otherwise.
11.2 All arrangement, formwork, equipment & proposed procedure, shall be approved
by Engineer–In–Charge. Contractor shall maintain separate pour card for each pour
as per the format supplied by RITES.
12.2 In all cases concrete shall be deposited as nearly as practicable directly in its final
position. Concrete shall not be re-handled or caused to flow to avoid segregation.
For locations where direct placement is not possible & in narrow forms Contractor
shall provide suitable drops & ‘Elephant Trunks’. Concrete shall not be dropped
from a height of more than 1.0 m.
12.3 Concrete shall not be placed in flowing water. Under water, concrete shall be
placed in position by tremies or by pipe line from the mixer & shall never be
allowed to fall freely through the water.
12.4 While placing concrete the contractor shall proceed as specified below & also ensure
the following:
a) Continuously between construction joints
b) Without disturbance to forms or reinforcement.
c) Without disturbance to pipes, ducts, fixings & like to be cast in ; ensure that
such items are securely fixed. Ensure that concrete cannot enter open ends of
pipes & conduits.
d) Without dropping in a manner that could cause segregation or shock.
e) In deep pours only when the concrete & formwork designed for this purpose
& by using suitable chutes or pipes.
f) Do not place if the workability is such that full compaction can not be
achieved.
g) Without disturbing the unsupported sides of excavations; prevent
contamination of concrete with earth. Provide sheeting if necessary. In
12.5 Concrete shall normally be compacted in its final position within thirty minutes of
leaving the mixer. Concrete shall be compacted during placing with approved
vibrating equipment without causing segregation until it forms a solid mass free
from voids thoroughly worked around reinforcement & embedded fixtures & into
all concern of formwork. Immersion vibrator shall be inserted vertically at points
not more than 450 mm apart withdrawn slowly till air bubbles ceases to come to
the surface, leaving no voids. When placing concrete in layers advancing
horizontally, care shall be taken to ensure adequate vibration, blending & moulding
of the concrete between successive layers. Vibrators shall not be allowed to come
in contact with reinforcement, formwork & finished surfaces after start of initial
set. Over vibration shall be avoided.
12.6 Except when placing with slip form, each placement of concrete in multiple lift
work , shall be allowed to set for at least 24 hours after the final set of concrete
before the start of subsequent placement. Placing shall stop when concrete reaches
the top of the opening in walls or bottom surface of slab , in slab & beam
construction , and it shall be resumed before concrete takes initial set but not until
it has time to settle as determined by Engineer–In–Charge. Concrete shall be
protected against damage until final acceptance.
13.0 CURING
Curing and protection shall start immediately after the completion of the concrete
to protect it from:
a) Premature drying out, particularly by solar radiation & wind.
b) Leaching out by rain & flowing water;
c) rapid cooling during the first few days after placing.
d) high internal thermal gradients;
e) Low temperature or frost;
f) Vibration & impact which may disrupt the concrete & interfere with its bond
to the reinforcement.
13.3 Covering the surface with an impermeable material such as polyethylene, which
shall be well sealed & fastened, may also do curing.
14.2 Dowels for concrete work, not likely to be taken up in the near future, shall be
coated with cement slurry and encased in lean concrete as indicated on the
drawings or as directed by the Engineer – In- Charge.
14.3 Before resuming concreting on a surface which has hardened all laitance & loose
stone shall be thoroughly removed by wire brush / hacking & surface washed with
high pressure water jet & treated with thin layer of cement slurry for vertical joints
& a 15mm thick layer of cement sand mortar for horizontal layers, the ratio of
cement & sand being the same as in the concrete mix.
14.4 When concrete is to be resumed on a surface, which has not fully hardened, all
laitance shall be removed by wire brushing, the surface wetted, free water
removed and a coat of cement slurry applied. On this a layer of concrete not
exceeding 150mm thickness shall be placed & well rammed against the old work.
There after work shall proceed in the normal way.
15.2 All through holes for shuttering shall be filled for full depth & neatly Plugged flush
with surface.
15.3 Rejected concrete shall be removed & replaced by contractor at no additional cost
to RITES
15.4 For patching of defective areas all loose materials shall be removed and the
surface shall be prepared as directed by the Engineer–In–Charge.
15.5 Bonding between hardened & fresh concrete shall be done either by placing
cement mortar or by epoxy . The decision of the Engineer–In-Charge as to the
method of repairs to be adopted shall be final & binding on the contractor & no
extra claim shall be entertained on this account. The surface shall be saturated with
water for 24 hours before patching is done with 1:5 cement sand mortar. The use
of epoxy for bonding fresh concrete shall be carried out as directed by Engineer–
In–Charge.
16.2 Adequate provisions shall be made to lower concrete temperature, which shall not
exceed 400 C at the time of placement of fresh concrete.
17.2 The ambient temperature during placement & up to final set shall not fall below 50
C. Approved antifreeze /accelerating additives shall be used where directed.
17.3 For major & large scale concreting works the temperature of concrete at times of
mixing & placing , the thermal conductivity of the formwork and its insulation and
stripping period shall be closely monitored
1. All works - linking of Railway tracks, assembly, laying and linking at points and
crossings, ballasting, through packing and connected works shall confirm to the
various instructions and specifications stipulated in "Indian Railways Permanent
Way Manual with upto date correction slips, IRS drawings, track manual and other
relevant Railway Codes/Manuals.
2. The proposed sidings will be mostly upgraded with 60 Kg/52 Kg/90R rails on
PSC/Metal/ Wooden sleepers in single rails as the case may be.
3. The Turn-outs/Diamond double slip (1 in 8½) assembly i.e. switch assembly, lead
portion and crossing assembly will be laid by 52 Kg/90 R/ 60 Kg rails as the case may
be to the Indian Railway Standard on PSC sleepers/STO/Wooden with a ballast
cushion as directed by Engineer in-charge or his authorized representative at site.
4. The operation of dumping ballast, lifting and packing should continue till such time
the track attains final level and shape of ballast section.
5. Pack the sleeper with ballast as directed by Engineer in-charge or his authorized
representative at site.
6. Lift the track to the required level as directed by Engineer in-charge or his authorized
representative at site.
7. Rails shall be connected by means of pair of fish plate in the first in stance only with
two bolts and nuts, one in each rail. The fishing planes of the fish plates and rail are to
be greased. Proper size of expansion liners are to be provided at the joints to ensure
correct expansion gaps. Cutting of rails where necessary, will be done to suit squaring
of joints.
8. On curves sharper than 5º (radius less than 360m) the rail joints will be mid-staggered
and check rails to be provided. All the sleepers of the sharper curves (radius less than
360m) to be provided with PSC sleepers having provision with check rail.
9. All the drilled bolt holes are to be chamfered by chamfering tools.
10. Paint mark shall be made on the rails showing the spacing of sleepers as directed by
Engineer-in-Charge at site.
11. Sleeper spacing:
a. Sleeper spacing for fish-plated joints having 13m/12m single rails:
12. Full quantities of small fittings are to be fitted completely after slewing the track to
correct alignment as directed by Engineer-in-Charge at Site.
13. The track so linked shall be aligned correctly to the alignment pegs given or as
directed by Engineer till it takes correct position and the remaining two bolts to be
fixed in fish plated joints.
14. During the above process, alignment, adjustment and squaring of sleepers, gauging,
Cross level and longitudinal levels should be checked and rectified by doing packing
as directed.
15. The operation of spreading of stone ballast, lifting and packing should continue till
such time the track attains final level and shape.
16. Greasing of fish plates, fish bolts and nuts with lubricating oil and graphite grease to
be done by cleaning fishing planes of rail ends with wire brush.
17. Screening of Track should be done as per Indian Railways Permanent Way Manual
and as per direction of Engineer- in- Charge. For screening work, required wooden
blocks & wedges are to be arranged by the contractors. No extra payment will be
made for arranging wooden blocks.
19. Good quality track ballast as per specification and of approved quality will have to
be supplied and stacked on ‘Cess’ of formation or at the toe of bank or at suitable
places as directed by RITES representative. Stacks will be measured jointly by the
contractor and RITES' s representative and entered in a register to be signed jointly
by them.
20. Lifting and spreading of stone ballast includes all lead, lift, ascent, descent,
crossing road/ railway, handling as required for packing tracks from the stacks
measured and passed already including all labour, tools and plants for the
operation and the same will be arranged by the contractor at his own cost. The
payment for spreading will be made based on measurement of ballast supplied in
stacks, less shrinkage.
21. Pulling out of ballast on to the formation by ballast rakes and boxing is to be done as
per specified profiles. Proper templates and loglines should be used. The width
at the shoulder should be as directed by Engineer-in-Charge which will
normally be not less than 3.55 metre (11'-0") and not more than 3.66 metre
(12'-0").
22. No ballast should be wasted on the slopes of banks or in cuttings or any places.
23. After the ballast is measured, the Contractor shall spread it on top
of the blanketing surface/formation/in the track with standard profile. After
spreading, the ballast profile should be consolidated.
24. The thickness of the finished ballast spread should be as specified by the
Field Engineer, and the layer should be dressed and boxed to proper profile and
dimensions.
25. While spreading the ballast on the finished formation, care shall be taken
that the formation/blanketing surfaces is not damaged. In no circumstances,
vehicular carts/trucks shall be permitted to ply on the finished blanketing/ formation.
In case some damage to the surface is done, the Contractor shall repair the damages at
his own cost before spreading the ballast.
26. Through packing of railway track on any type and any density of sleepers which
will consist of –
(i) Opening of the road,
(ii) Examination of rails, sleepers and fastenings,
(iii) Squaring of sleepers,
(iv) Slewing of track to correct alignment,
(v) Gauging,
(vi) Packing of sleepers including lifting & leveling,
(vii) Repacking of joint sleepers,
(viii) Boxing of ballast section & tidying.
28. Through packing of points and crossings 1 in 8.1/2 or diamond x-over / derailing
switch will comprise opening out of ballast, squaring of sleepers, replacing or
readjusting fittings to keep correct gauge clearances of check rail, wing rails, etc.
including lifting or lowering as necessary and packing all the sleepers in the points
and crossings efficiently and finishing all works with boxing and dressing of the
shoulder ash ballast neatly. All bolts and nuts including crossing bolts, check rail
bolts, slide chairs, tongue rails, heel block bolts etc. are to be properly oiled and
greased also.
29. Picking up slacks will include lifting and packing of sleepers where necessary,
attention to all fittings and fastenings, adjusting gauge, cross level and longitudinal
level, cleaning of drain etc. as directed by the RITES' representative at site at
specified scattered locations. The work should be neatly finished with proper boxing.
30. Any sleeper which have shifted from correct spacing or gone out of square shall be
moved back and square after loosening the fastenings. The fastenings shall be
tightened again after squaring.
31. 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.
32. 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 are found, the same are to be attended for its
correction by packing of sleepers. After the base rail is thus packed for two or three
rails length, the cross level should be checked and the opposite rail lifted wherever
necessary and sleepers under the rail seat packed.
33. The joint and shoulder sleepers shall be re-packed and cross level adjusted at the
time of each through packing of sleepers.
34. Oiling and greasing hand operated points will include adjusting the point Roding
and fixing hand lever frame, where found necessary by means of spikes with the
sleepers for smooth operation of the point and adjusting the opening between tongue
rail and stock rail. For any bent tongue rail, if required, Jim-crowing may have to be
done and the gap adjusted as required. Blacksmith and other staff for this work, as
required, will be deputed by the Contractor at his cost. Oil & Grease to be supplied by
the Contractor at his own cost.
35. Gauge:
Will be with standard broad gauge on straight and curves upto 350 m radius and 5
mm slack on sharper curves with a Permissible variation with (+) or (-) 3mm. But
not exceeding 1 mm between consecutive sleepers.
37. Level:
To be checked by level board and spirit level. Track should be free from sag and low
joints. Permissible variation of Cross levels being (+) or (-) 3 mm. but not
exceeding 1 mm between consecutive sleepers.
41. All the elastic rail clips should be thoroughly cleaned. Grease to IS:400-1981
(Specifications for Grease No. 'O' Graphite) should then be applied on Central leg of
the E.R.C. and eye of Inserts and then the clip should be driven at the
time of assembly. The rate accepted includes the cost of the grease as per
specifications and labour.
42. During execution of the work, contractor should arrange for protection of track and
displaying the signals as per extent rule of Indian Railways.
43. All the P. Way tools such as (a) Rail tongs, (b) Crow bars, (c) Fishing spanners, (d)
Hammers, (e) Keying hammers, (f) Cotter splitters, (g) Shovels, (h) Mortar Pans,
(i) Beaters, (j) Track Lifting Jacks, (k) Gauges, (l) Level Board, (m) Spirit levels,
(n) Cant Board, (o) Expansion Liners, (p) Wooden Squares, (q) Steel Tape ®
Wire brushes, (s) Cotton waster, (t) Rake Ballast, (u) Chamfering tools, (v) Soap as
required for the work as assessed by the Engineer- in-Charge depending on the
labour strength will be arranged by the contractor at his own cost
RDSO Guidelines to be use for Track ballast is “Specification For Track Ballast: IRS-
GE-1, June 2004 with upto date correction slip.
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.
2.2.1 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.
* In exceptional cases, on technical and/or economic grounds relaxable upto 35% and
25%respectively by CTE in open line and CAO/C for construction projects. The relaxation in
Abrasion and Impact values shall be given prior to invitation of tender and should be
incorporated in the Tender document.
2.2.2 The ‘Water Absorption’ tested as per IS 2386 Pt.III-1963 following the procedure
given in Annexure III should not be more than 1%. This test however, to be prescribed at the
discretion of CE/CTE in open line and CAO/Con. For construction projects.
In case ballast retained on 65mm sieve exceeds 5% but does not exceed 10%, payment at 5%
reduction in contracted rate shall be made for the full stack. Stacks having more than 10%
retention of ballast on 65mm sieve shall be rejected.
i) In case ballast retained on 40mm square mesh sieve (machine crushed case
only) exceeds 60% limit prescribed in 2.3.1 (b) above, payment at the
following reduced rates shall be made for the full stack in addition to the
reduction worked out at i) above.
ii) In case retention on 40mm square mesh sieve exceeds 70%, the stack shall be
rejected.
iv) In case of hand broken ballast supply, 40mm sieve analysis may not be carried
out. The executive may however ensure that the ballast is well graded between
65mm and 20mm size.
2.3.3 Under Size Ballast: The Ballast shall be treated as undersize and shall be rejected if
i) Retention on 40mm Sq. Mesh sieve is less than 40%.
ii) Retention on 20mm square mesh sieve is less than 98% (for machine crushed) or
95% (for hand broken).
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.
3.1 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
4.2.1 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.
CUM 28.85
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 the bidder. Further supply
shall be accepted only after this ballast satisfies the specifications for these tests. RITES
reserve 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.
- No of Tests
One for each 100 Cum or One for each 100 Cum or part
part thereof in any stack thereof for quality to be
- Size of one sample loaded in wagons.
** 0.027 Cum
** 0.027 Cum
b) Abrasion Value, Impact One test for every 2000 cum
Value and Water Absorption
test @Testing Frequency.
** 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.
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.
1. Apparatus
1.1 The abrasion test for track ballast shall be carried out using Los-Angles Machine.
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.
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.
4.2 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
1. Apparatus
The apparatus shall consist of the following
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.
4.2 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.
2. Test Sample
A sample of not less than 2000gm shall be used.
3. Test Procedure
3.1 The sample shall be thoroughly washed to remove finer particle and dust, drained and
then placed in the wire basket and immersed in distilled water at a temperature between 22-
32°C.
3.2 After immersion the entrapped air shall be removed by lifting the basket and allowing it
to drop 25 times in 25 seconds. The basket and sample shall remain immersed for a period of
24 ± ½ hours afterwards.
3.3 The basket and aggregate shall then be removed from the water, allowed to drain for few
minutes, after which the aggregate shall be gently emptied from the basket on to one of dry
clothes and gently surface dried with the cloth transferring it to second dry cloth when the
first will remove no further moisture. The stone aggregate shall be spread on the second cloth
and exposed to atmosphere (away from direct sunlight) until it appears to be completely
surface dry. The aggregate then shall be weighed (Weight ‘A’).
3.4 The aggregate shall then be placed in an oven at a temperature 100 - 110°C for 24 hours.
It shall then be removed from oven, cooled and weighed (weight ‘B’).
4.1 Two such tests shall be made and individual and mean results shall be reported.
1.1 The 'portion' used for welding shall conform to the technical requirements as
mentioned in IRST-19-2020 (With upto date correction slip if any). 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.
1.2 Equipment and staff for welding: The list for one set of A.T. welding equipment by
short preheating process is given in Annexure 1. The composition of thermit welding
team is given in Annexure 2.
1.3 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 fish plated joint.
1.4 Gap between rail ends : The two rail ends to be welded shall be held in position
with a uniform and vertical gap as per RDSO Standard. 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 are vertical. In LWR/CWR territory, hydraulic/mechanical
rail tensor of suitable and approved design should be used for maintaining correct rail
gap during welding.
1.5.2 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.
1.6 Alignment of rail ends before welding
1.6.1 The rail ends to be welded shall be aligned in horizontal and vertical planes to the
dimensional limits indicated below.
1.6.1.1 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.
1.7.2 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.
1.7.3 During fixing the moulds, it shall be ensured that the Centre line of the rail gap
coincides with 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.
1.7.4 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 upto 15 cm. on
either side.
1.8 Preheating
1.8.1 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 + 200C.
1.8.2 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 pre-heating by 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.
1.8.4 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.
1.9 Welding
1.9.1 The crucible lined with refractory material (magnesite/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.
1.9.2 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.
1.9.3 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 stag power.
The 'portion', for the required technique, shall be thoroughly hand mixed and poured
into the crucible striking the crucible wal 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.
1.9.4 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 completed 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 RDSO specification. 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. Vivorous 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 + 200 and welding of
joint may be completed.
1.9.6 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.
1.9.7 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.
2.4. Grinding
2.4.1 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 reflexed, 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 by using 10 cm straight edge. While
2.4.2 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 + 0.4 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.
2.5 Record of joint geometry: The details of geometry of each joint shall be jointly
signed by the firm's and RITES' representative and kept as record. Any joint found not
conforming to the above stipulations shall be cut and re-welded, free of cost, by the
firm.
2.6 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.
3.1 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.
3.2 Dimensional check: All finished joints shall be checked for dimensional tolerances
which should be within the tolerances as specified in para 2.4.2.
3.3 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 7. This testing
shall be completed as early as possible but in any case before the contractor/welding
team leaves the welding site.
3.4.2 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.
3.4.3 All the re-welded joints should meet the acceptance tests as indicated in paras 3.1
to 3.3.
3.5.1 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 of IRS:T-19-
2020 and the joint shall comply with the provisions laid downs therein.
3.5.2 If the sample test joint fails to satisfy any of the requirements of specification
IRS-T-19-2020, the RITES 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 1.1 of IRS-T-19-2020. 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 IRS:T-19-2020.
3.6 Guarantee
3.6.1 Rail joints welded by a firm shall be guaranteed against failure for a period of one
year 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 re-welded free of cost by firm as per stipulations of
para 3.4
3.6.3 The welded joints with the extended period of guarantee shall be marked 'X' with
yellow paint one the outer side of the web of the rail near the joint in addition to
the marking prescribed in para 2.6. Such marked joints shall be kept under careful
observation by the purchaser.
3.7.2 A welding supervisor shall supervise not more than two welding teams deployed
within 50 m distance at a time.
3.8 Precautions.
While carrying out welding at site, the following precautions shall be observed:
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.
vii) Correct gap between rail ends at head, web and foot shall be ensured.
viii) Correct gap between rail ends at head, web and foot shall be ensured.
ix) Tightness of clips fitted with hose connections to compressor tank and
burner shall be checked before commencing preheating.
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. For special type of welding i.e. 75 mm gap, combination joint,
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.
The Variants for various parameters of A.T welding technique of are given below:
NOTE:-
(i) The firm shall furnish the details of preheating equipment along with drawing of
preheating burner and its position with respect to rail top and center line of mould for
preheating.
(iii) The firm shall furnish the details and drawing for positioning of single shot crucible with
respect to rail top and center line of mould. The tapping height with respect to rail top
shall also be mentioned in the drawing.
(iv) Pre heating system deployed shall have facility to record and save the pre heating
parameters viz. pressure and time, firm details, welder details and weld location details for
a particular weld along with facility to send these preheating parameters and related details
automatically as SMS to concerned Railway officials immediately after finishing of
preheating. It shall be possible to send this SMS simultaneously up to 10 mobile numbers.
This facility should be developed and implemented in all Pre heating equipment by the
firm within a time period of one year from date of implementation of this specification i.e.
IRST-19:2020.
ANNEXURE-2
COMPOSITION OF THERMIT WELDING TEAM (COMPRESSOR TANK-WISE)
Description 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.
Weld Block time Date of Dimensional toler on finished USFD testing after
No. finish joint welding
From To grinding On 1m On 10 Cm Date Result
Lat Ver. Top Side (Pass/F)
7 8 9 10 11
Not
applicable
In service failure Test joint date Repl. Weld Ref. Signature of Engineer-
details removed Weld Weld 2 in-charge
Failure
12 13 14 15
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,
alicali, 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.
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.
1. 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. The list of approved manufacturers for the above quality of paints is issued every
year by the Director General(M&C),RDSO, Lucknow to Zonal Railways.
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 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.
NOTE:
1. The epoxy based paint recommended is a two pad 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.
1. This procedure covers the requirement of ultrasonic testing of alumino thermic (AT)
welded rail joints immediately after execution of the weld.
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:
2.3 Sensitivity :
The equipment sensitivity shall be set for normal, 700 and 800 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 :
Cable : One co-axial cable of suitable length for connecting 80 0 probe to flaw
detector shall be used. The length should not exceed more than 5m.
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.
4.4.2 Switch on only 700 towards 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 traveling
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 50% 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 problem has to be done while keeping all other
probes in off position Switch on only the normal probe and bring if 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.
4.4.5 800 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.
5.2 In the case of lack of fusion, inclusions, blow holes, etc. in the rail head, moving
signal shall be obtained while testing with 700 probe. The position of onset of the
signal and its 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.
5.3 800 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 zigzag patter 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 of '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 any
harmful defects.
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 load 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 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. The average hardness of medium Manganese IRS-T-18 for welding is 230 HB.
Note :
TABLE 1
Type of rail 72 UTS rail 90 UTS rail UIC Cr-Mn or Cr- Head hardened
V. Alloy steel rail rail
Average
hardness 230 265 310 365
(BHN)
The test weld shall withstand a minimum load and show corresponding
minimum defection as stipulated in Table 2 for different sections and types of rails.
TABLE 2
Rail type Rail Section Min. transverse Min. deflection at the centre at
breaking load (t) the load in col.3 (mm)
(1) (2) (3) (4)
1. 72 UTS to
IRS:T-12- 52 Kg. 85 18
1996
-do- 60 Kg. 95 18
2. 90 UTS to
IRS:T-12-
1996/860-0 52 Kg. 90 15
or eqv. 60 Kg. 115 15
4.2.3.2 If the fracture does not occur through weld slice shall be cut transversely at the
weld and etched boiling 1 : 1 hydrochloric acid for about 20 minutes determine
casting defects if any.
4.2.3.3 The fractured surface of the weld, or in case while macro-etching is done on
transverse section through joint, shall not show defects such as blow holes, porosite
inclusions, etc. exceeding total permissible area of defects shown in Table 3.
However, the size of any individual defect shall not exceed 2 mm diameter. The
defects should not exceed 2 mm diameter. The defects should not be interconnected
and none of these shall extend upon the outer surface of the welded There shall not be
any lack of fusion. The fractured surface shall also not shown the presence of
accretions or mirror like structure and should be crystalline in acceptance.
60 Kg. 38.4
4.3 Re-tests
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, re-tests can be carried out at
the manufacturer's request. These re-tests shall be carried out as pera 4.1 and 4.2 on
twice the original sample size.
4.3.2 If the results of all the re-tests 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.
The location of Weigh Bridge shall be considered at entry and exit points of coal
handling plant of Patratu Vidyut Utpadan Nigam Limited (PVUNL).
The In-Motion Weigh Bridge shall be designed, manufactured, assembled, tested and
installed in conformity to RDSO Specification No. WD-29-MISC-05 latest
amendment and acts, rules & applicable statutory regulations, safety code of the
Republic of India as well as the jurisdiction in which the project is to be located and
the latest edition of applicable standards and codes.
The rail weigh bridge will satisfy the following basic requirements:
4.1 Number of rail weigh bridge 04 (Four) Nos. electronic type in-motion 140 MT
capacity
4.3 Capacity of weigh bridges Load cells shall be able to measure a load upto 30
tons for each axle and software/hardware should be
able to compute weights upto 140 tons for an
individual wagon.
4.7 Weighment accuracy : ±0.5 % for wagon ± 0.2 % for complete rake
4.10 Anti-roll back facility : required as system shall take care of the effect of roll
back at the time of weighing so that the reverse
movement of the stopping train does not have any
effect on the orderly recording of weight of each
wagon in the train.
4.11 Advance over speed warning system: Required with an audio-visual warning shall
be provided for guiding the driver for
controlling the speed before the train
approaches the weigh bridge
4.12 Wagon type identification: Required as the machine shall identify two
axle four axle wagons and locomotives and
eliminate locomotives
These shall comprise of weigh rails with load cells, track switches/sensors, weighing
system electronics (contro console) and processing and printing equipment and any
other equipment required for satisfactory performance of the system.
5.1 Weigh rails: Weigh rails with bonded load cells suitable for the purpose, the length of
these rails shall be at least 5.5 meters. The rail section will be the same as the
adjoining rail section (60 kg)
5.2.1 Cables and connectors: suitable for load cells with proper screening to isolate leakage
(Elec.)
5.2.2 Type or protection – The IP (ingress protection) rating for equipment and enclosure
should be IP67 as specified in AS 1939 and EN 6052.
5.2.3 Provision of suitable compensating methods for thermal stresses and disbalance of
wheat stone bridge under no load conditions.
5.2.4 Adequate protection against electrical surges arising from high voltage traction
system should be provided to avoid damage/mal-functioning of the electronic
equipment offered. Sometimes high potential difference develops between the rails
and the earth in electrified routes. Hence proper earthing of the rails and insulation of
electronic instruments including strain gauges should be ensured by bidder to protect
the whole weighbridges from damage and failure.
5.3.3 The switches shall be rugged enough to work in all weather conditions.
5.3.4 The junction boxes used shall be suitable to work in all weather conditions.
5.4.1.2 The system will be capable of being interfaced with the main computer or PC. PC
shall communicate with the control board through a standard serial port.
5.4.3 A key board shall be provided for inputting the data from time to time.
5.4.4 A visual display unit shall be provided for monitoring the contents and results
visually.
5.4.5 A printer shall be provided for getting a hard copy of the weight of the individual
wagons and total train.
5.4.6 Suitable fault-finding software routines for display of major faults occurring in the
system shall be provided. Suitable LED panel should be provided on the console, each
LED indicating a specific fault and LED should light up indicating the type of fault
for diagnostics.
5.4.7 Auto Zero function for eliminating zero error resulting from drift shall be provided
after each and every operation. Auto calibration & balance should be possible in case
out of balance is within 4% of the capacity of the load cells.
5.4.8 Auto calibration of the system after each and every weighment cycle shall be
provided for error free weighment.
5.4.9 The system shall have a facility for operation on personal computer or VDU for
monitoring at a remote place through a standard serial port. A personal computer of
latest design or a VDU, a key board & a printer computer directly linked to control
console, for operation, viewing and printing output. One PC and printer to be supplied
with each weigh bridge (i.e. total 04 nos PC and 04 nos. printers for 4 weigh bridges.
The monitor to be supplied along with the system shall be minimum 20 inch TFT
monitor. Laser printer of reputed make to be supplied which shall be suitable for
printing A4 size paper.
5.4.10 The peripheral equipment including the electronic console shall be capable of
working in field environment without air conditioning. Any temperature/dust control
required for satisfactory and reliable operation of the system shall be considered and
provided by the tenderer.
5.5.1 The system shall work with 230+ 10% volts at 50 +/-10% Hz mains.
5.5.2 An UPS of 2KVA rating shall be provided to facilitate uninterrupted working for
minimum 12 hours incase of power failure. The battery bank of UPS should be of
sealed maintenance free batteries. Lead acid or Ni-Cd battery will not be acceptable.
The vendor has to submit battery sizing calculation sheet along with their offer for the
supply of the pit-less in-motions Weigh Bridge. One UPS should be supplying power
to 02 nos. in motion weigh bridges (02 nos. UPS for the total package).
5.5.3 The control panel shall have suitable means for memory protection in case of power
failures.
5.5 Any other kind of equipment required for satisfactory performance of Weigh Bridge.
6.1 Software should be on window platform and should be easily transferable and should
not have protections of dangle/adapter on parallel port. It should be capable of using
extended memory. It should be password protected for operation and editing. PC
should be able to receive & transfer text based files over a local area network.
6.3 Initial screen should be in the form of a indexed block menu or a drop down menu.
Selection of items should be possible either by cursor keys or a mouse.
6.4 Menu should include items like weigh mode, editing weighed records, printing, auto
calibration and balance, diagnostic tests, help etc.
6.5 While in weighing mode screen should show number of axles in the wagon, its gross
weight and its sequence number. Date and time should be taken from system date and
time.
6.6 There should be an option of eliminating last vehicle in the train from weighment
during weigh mode to account for brake vans.
6.7 Edited items shall be wagon identification number and tare weights. It should not be
possible to edit the gross weights.
6.8 IT should be possible to carry out auto calibration and zero balance by selecting a
menu item before starting a weighing cycle.
6.9 File retrieval: It should be possible to store the information of one rake weighing into
a separate file, which can be retrieved and printed at a later date. Such sored
information should be complete with original date and time and it should not be
possible to edit such file.
6.10 The operating software should have in-built security so that no unauthorized person
can alter/interfere with the system to ensure reliability of weighment. The system
8. Guarantee: The machine shall be guaranteed against the defects in design and
materials and workmanship for a period of 18 months from the date of dispatch or 12
months from the date of commissioning whichever is earlier. During this period all
defective parts and accessories shall be replaced promptly and free of cost to the
customer and such replaced parts shall further carry the same guarantee.
DRAWINGS
(Not enclosed)
Sl. No Activity Characterist Class of check Type of check Quantum Of Referenc Acc Format Remarks/ Precautions
and ics / check e epta of
Operation instruments Documen nce Record
ts Nor
ms
1 2 3 4 5 6 7 8 9 10
1.0 EARTH
1.1 Fill (Suitability of borrow material & blanketing material)
A Borrow
Material (soil)
1.1.1 Grain size set of sieves, B Physical Minimum one IS:2720 (Pt.IV) SR/TR The soil should be
analysis and Hydrometer test in every IS:1498 - 1970/ suitable type Check by
soil etc 5000 cum or TS RITES.
classification change of
strata/soil
wherever is
1.1.2 Liquid & Mechanical B Physical Minimum one IS:2720 (Pt.V) SR/TR Check by RITES.
plastic limit liquid limit test in every /TS
device, 5000 cum or
Grooving tools, change of
Evaporating strata/soil
Disc, Spatula, wherever is
Palette knives, earlier.
Balance, Oven,
Containers
1.1.3 Modified Procter needle B Physical Minimum one IS 2720 SR/TR Check by RITES
proctor Test to apparatus test in every (Pt.VIII)/TS
determine 5000 cum or
optimum change of
moisture strata/soil
content and wherever is
max. dry earlier.
density of fill
B Blanketing
Material
1.1.1 Soil set of sieves, B Physical Minimum one IS:2720 (Pt.IV) SR/TR Check by RITES
classification, Hydrometer test in every 500 IS:1498 - 1970
Grain size etc cum or part and para 4.3.4.1
analysis and thereof of technical
%fine, Cu, Cc specification
1.1.2 Liquid & Mechanical B Physical Minimum one IS:2720 SR/TR do
plastic limit liquid limit test in every 500 (Pt.V)/TS
device, cum or part
Grooving tools, thereof
Evaporating
Disc, Spatula,
Palette knives,
Balance, Oven,
Containers
1.2.1 In situ Dry Core cutter or B Physical i) Min. one test IS 2720 (Pt. SR/TR 98 % of max dry
density sand in each XXVIII & density (modified
replacement compacted layer XXIX) / TS proctor ) for
apparatus for every 200 homogeneous
sqm and top 1m embankment
of subgrade. Check by RITES
ii) Min. one test
in each
compacted layer
for every 500
sqm below top
1m of subgrade.
1.2.2 Moisture Balance, Oven B Physical one test for IS 2720 /TS (Pt SR/TR check by RITES
content etc every sample II)
taken as per
1.2.1
1.3 Stripping
1.3.1 Check for as required B visual & 100% RITES Tech SR/TR check by RITES
required level measurement spec., drawings
of stripped
ground
1.3.2 In situ Dry Core cutter or B Physical min. one test IS 2720 (Pt. SR/TR Check by RITES.
density of sand for every 500 XXIX) / TS
Natural replacement sqm
Ground (sub apparatus
soil)
2.0
CONCRETING WORK
2.1.4 Determination Standard A Physical To be done IS: 2386 Part- SR/LB/ These tests shall be
of Crushing Apparatus for twice per IV, (for test Test carried out while
value, these test shall source. Once at procedure), Report establishing design
Determination be used the starting, IS:383 (for mix & results be
of impact another in the permissible intimated.
value middle value)/TS RITES to check
2.1.5 Moisture Balance, Sieve B Physical Once for each IS:2386 Part-III SR/LB Accordingly water
content ( confirming to stack of 100 IS : 456 content of the concrete
IS-460-1962) Cu.M. or part IS : 383/TS will be adjusted.
and Oven etc. there of Except These tests shall be
during monsoon carried out while
when this has to establishing design
be done every mix & results be
day before start intimated.RITES to
of concreting check
2.1.6 Soundness Reagents B Chemical/ To be done IS: 2386 Part-V, SR/LB/ These tests shall be
(sodium Physical twice per (for test Test carried out while
Sulphate or source. Once at procedure), Report establishing design
Magnesium the starting, IS:383 (for mix & results be
Sulphate) another in the permissible intimated.
middle. value)/TS RITES to check
2.2 Fine
aggregate
2.2.1 Bulkage, bulk As per IS Code B Physical Bulkage& IS: 2386 (Part SR/LB/T Volume of sand and
density, surface moisture III), IS:383/ TS R weight of water shall
surface to be done be adjusted as per bulk
moisture & everyday before and moisture content
water starting the RITES to check
absorption work.
Bulk density &
water absorption
to be done once
in twelve weeks/
500 cum or
change of
source
whichever is
earlier
Page 193 of 199
2.2.2 Mortar making As per IS Code B Physical Once per source IS: 2386 (Part SR/LB/T should be as per
properties & one for every VI), IS:383/ TS R requirement of design
change of mix
source RITES to check
2.2.3 Silt, Clay Balance, Sieve B Physical To be done IS: 2386 Part-II, SR/LB/ should be as per
content and (confirming to twice per (for test Test requirement of design
organic IS-460-1962) source. Once at procedure), Report mix
impurities and etc. the starting, IS:383 (for RITES to check
deleterious another in the permissible
materials middle value)/ TS
2.2.4 Sieve set of sieves B Physical one test per 100 IS: 2386 (Part-I), SR/LB/T Should be as per
Analysis, cum/ change of IS:383/ TS R requirement of design
particle shape source mix subject to
& size whichever is variation specified in
earlier relevant IS codes.
RITES to check
2.2.5 Soundness Reagents B Chemical/ To be done IS: 2386 Part-V, SR/LB/ These tests shall be
(sodium Physical twice per (for test Test carried out while
Sulphate or source. Once at procedure), Report establishing design
Magnesium the starting, IS:383 (for mix & results be
Sulphate) another in the permissible intimated.
middle value) RITES to check
2.3 Water
2.4.2 Fineness As required B Physical One per 200 MTIS: 4031/ SR/LB do
1489/269/455/T
S
2.5.1 Materials and As required B Visual 100%IS 4014 SR proper care should be
accessories taken in order to
combat corrosion.
Proper care should be
Page 194 of 199
taken while cleaning,
moving and stacking
the scafolds. It should
be ensured that they
are free from warped,
broken or damaged
edges or uneven
surface before putting
them on works.
Cleaning and oiling is
to be done.to check for
loose connections if
any Check by RITES
2.5.2 Plywood for As required B Visual 100%IS 4990:1993, Relevant documents &
concrete IS 1734; ( Part 1 recommended method
shuttering -11)/TS of use & loading etc.
work to be checked by
RITES
2.5.6 Check form's As required B Physical Random As per approved SR/LB RITES site engineer to
seam marks drawings check
and water
tightness
2.62.6.1 Mix Design As required B Physical IS: 516 & Mix Design mix is to be
Once for every IS:456, Design carried out at any
change in mix IS:10262/RITES Report approved lab.
materials Tech. Spec.
source.
2.6.3 Crushing As required for A Physical As per IS 456 IS: 516 & SR/LB witness by RITES
strength of trial 7 & 28 days IS:456,
mix cubes strength test IS:10262/
RITES Tech.
Spec.
2.7 Concrete conveying, placing and Compaction
2.7.1 Mixing of mixing of B Physical To be calibrated Review of time of mixing will
concrete concrete shall at the time of calibration chart/ be as given in
be done in a starting and as Certificate, IS Technical
approved desired by 456/ TS specification / IS 456
mixer/ weigh Engineer-in - Min. time of mixing
batcher/ charge should be 2 minutes
batching plant for mixer capacity 2
such as to cum or less
produce a Min. time of mixing
homogenous should be 3 minutes
mix or as recommended
by by the mixer
manufacturer for
mixer capacity above
2 cum
2.7.2 Handling and Buckets , B Physical 100%as per Tech. SR Technical
Conveying Chutes, belt Spcfn./constructi specification is to be
conveyer etc on/erection followed.
methodology/ IS
457
2.8.1 Workability Standard B Physical One sample IS:456, IS 1199- SR/LB/TR Slump test for
:- Slump test apparatus for every 2 hrs. 1959 & RITES medium & high
different method from every Tech. Spec. workability
used for mixing plant/ RITES site engineer
measuring IS 456 to check
workability,
slump cone
2.8.2 Crushing As required for 7 A Physical As per IS 456 IS:516, IS:456, SR/LB/ Test RITES site engineer
strength & 28 days RITES Tech. Spec. Report to do the test.
(works Tests
cubes)
2.8.3 Water cement As required B Physical At random at As per IS:1199 SR/LB As per mix design
ratio( Cement the time of and approved RITES site engineer
Content And batching. design mix. to check
Water
Content)
2.8.4 Check for B Physical At random at As per IS:3026, IS: SR/LB do
cement the time of 456, approved
content batching. design mix &
technical
specification.
2.8.5 Admixtures As per IS : 9103 B Testing 100%IS:456, appd. Test Report Admixture of appd.
for Concrete Design mix & Brand and tested
(if any) technical quality shall be
specification used.Manufacturers
TC required.RITES
site engineer to check
2.8.6 Visual As required B Visual 100%As per Tech. -do- RITES to check
examination Specification./App
of finished d. Drg./IS-456
structure
2.9.2 Load Test , Core As required A Test As required As per Test Report The test shall be
test & Rebound by RITES Technical carried out only in
Hammer Engineer. specification case of doubt
and IS:456- regarding grade &
2000 quality of concrete.
3 Reinforce
ment Steel
3.1 Physical As required/ B Review of TCs In 100 MT or IS 1786/ 456/ TS MTC RDSO Approved
and agreed part thereof brands.
Chemical
Properties
as per
relevant IS
codes
3.3 Freedom As required/ C Visual Random before As per technical SR Any of the bars
from agreed and during specifications & IS: selected for use shall be
defects placement 468 free from cracks,
surface flaws,
laminations and rough,
jagged and imperfect
edges.Steel issued
should be free from
excessive rust. To be
stored diameter wise in
such a place so as to
permit easy approach
for inspection &
identification. It should
be cleaned of excessive
rust before use.R/f will
be tied with annealed
wire. Water
accumulation &
distortion of r/f are to
be avoided. To be
checked by RITES
3.4 Placement As required/ B Visual 100%As per approved SR/LB RITES Engineer to
agreed drawings and / Pour check as per Bar
approved Bar card Bending Schedule
Bending schedule/ IS (BBS) and as per
456/ TS relevant codal
provision