' ,-. ( 2 0 ' 67/ / / ,-. ' ,-. ',-. ,! .,-. ' ,-. ,-. ( ) ' # & ) & 2 A 2 0 ' [email protected] 7= :7;< ( & 3 $ ( 0 0 :< 7: :7;< & ;73777/8 3& 0 4 * B 77 ($ 0 + ,-. =7 7= :7;< =7 7= :7;< ,-. ,-. * ;B 77 0 /) 0 0 1 0 ' #3& 4& 0 ,50 +0 D ;@ 7= :7;< ;= 77 0 08 ( 0 0 ( 8! ( F!!3 ') 2 4 & 4 ,E. ;B =7 0 ( 0 0 . & ,E. & 0 & ) 4 ) ,E. ,E. 08 08 $ 0 0 G 0 ) 0( 0( 8! ( 8! ( F!!3 F!!3 ' 0 0 ' 0 $, ( 0 ( 0 50 +0 4,-.- ! ,E.E ! 0 0 ' 0 0 ' )' :? 7= :7;< +& ( 8C ( $ & ') %$ & =><;>::/8 ) & & & ,-. # #!$ ! %& + $ ' 0 0 1 4& 0 ,50 +0 . % & ! / #98) /:7;< & =>3<;3>:3;?= <@ ,-. ,-. ( # & !" * /) #3& #8( ) .32 & ' 0 0 ! 0 0 0 0 0 ' %& ( & ' ' RITES GENERAL CONDITIONS OF CONTRACT FOR WORKS JULY 2011 RITES LTD. GENERAL CONDITIONS OF CONTRACT FOR WORKS CONTENTS S.No. Details Page SECTION No 7 Conditions of Contract 1 SECTION No 8 Clauses of Contract 4 SECTION No 9 RITES Safety Code 94 SECTION No 10 RITES Model Rules for Protection of Health and Sanitary Arrangements for Workers. 99 SECTION No 11 RITES Contractor’s Labour Regulation 105 Note: Section Nos. 1 to 6 and Financial Bid (Schedule of Quantities) are contained in RITES Tender and Contract Document which is issued to the Tenderers as a bidding set. Section – 7 CONDITIONS OF CONTRACT SECTION –7 CONDITIONS OF CONTRACT Definitions: 1. The Contract means the documents forming the tender and acceptance thereof and the formal agreement executed between the competent authority on behalf of the Employer and the Contractor, together with the documents referred to therein including these conditions, the specifications, designs, drawings and instructions issued from time to time by the Engineer-in-Charge and all these documents taken together, shall be deemed to form one Contract and shall be complementary to one another. Meaning of Expressions 2. In the Contract, the following expressions shall, unless the context otherwise requires, have the meanings, hereby respectively assigned to them: (i) The expression works or work shall, unless there be something either in the subject or context repugnant to such construction, be construed and taken to mean the works by or by virtue of the c ontract c ontracted to be executed whether temporary or permanent, and whether original, altered, substituted or additional. (ii) The Site shall mean the land/or other places on, into or through which work is to be executed under the Contract or any adjacent land, path or street through which work is to be executed under the Contract or any adjacent land, path or street which may be allotted or used for the purpose of carrying out the Contract. (iii) The Contractor shall mean the individual, firm, company or joint venture (if allowed), whether incorporated or not, undertaking the works and shall include the legal personal representative of such individual, or the persons composing such firm, company or joint venture (if allowed) or the successors of such firm, company or joint venture (if allowed) and the permitted assignees of such individual, firm, company or joint venture (if allowed). (iv) The Employer means the organization as mentioned in Schedule `F’ represented by RITES Ltd. for and on behalf of it, as an Agent/Power of Attorney Holder. (v) The Engineer-in-charge means the Engineer Officer of RITES Ltd. acting for and on behalf of the Employer as Agent/Power of Attorney Holder and who shall supervise and be in-charge of the work and who shall sign the Contract on behalf of the Employer, as mentioned in Schedule 'F'hereunder. (vi) The Engineer means the person to whom the Engineer-in-charge entrusts as his authorised representative his responsibility to act on his behalf and perform any or all the functions of the Engineer-in-Charge under the Contract. (vii) Accepting Authority shall mean the authority mentioned in Schedule ' F'. (viii) Excepted Risks are risks due to riots (other than those on account of Contractor' s employees), war (whether declared or not), invasion, act of foreign enemies, hostilities, civil war, rebellion revolution, insurrection, military or usurped power, any acts of Government, damages from aircraft, acts of God such as earthquake, lightning and unprecedented floods, and other causes over which the Contractor has no control and accepted as such by the Accepting Authority or causes solely due to use or occupation by the Employer of the part of the works in respect of which a certificate of completion has been issued or a cause solely due to the Employer' s faulty design of works. (ix) Market Rate shall be the rate as decided by the Engineer-in-charge on the basis of the cost of materials and labour at the site where the work is to be executed plus the percentage mentioned in Schedule 'F'to cover all overheads and profits. (x) Schedule (s) referred to in these conditions shall mean the relevant schedule (s) annexed to the tender papers or the Standard Schedule of Rates mentioned in Schedule 'F'hereunder, with the amendments thereto issued up to the date of receipt of the tender. (xi) Specifications means the Technical specifications to be followed by the Contractor on the work to be executed. (xii) Tendered value means the value of the entire work as stipulated in the letter of award. (xiii) Date of commencement of the work: It will be the date arrived at after providing for the Mobilization period as stipulated in Schedule F or the first date of handing over of site whichever is later. Time allowed for execution of the work will be reckoned from the Date of commencement of works. Scope and Performance 3. Where the context so requires, words imparting the singular only also include the plural and vice versa. Any reference to masculine gender shall whenever required include feminine gender and vice versa. Headings and Marginal Notes 4. Headings and Marginal notes to these General Conditions of Contract shall not be deemed to form part thereof or be taken into consideration in the interpretation or construction thereof or of the Contract. Documentation to be supplied to the Contractor 5. The Contractor shall be furnished free of cost one certified copy of the Contract documents except CPWD standard specifications, CPWD Schedule of Rates and such other printed and published documents, together with all drawings as may be forming part of the tender papers. None of these documents shall be used for any purpose other than that of this Contract. Works to be carried out 6. The work to be carried out under the Contract shall, except as otherwise provided in these conditions, include all labour, materials, tools, plants, equipment and transport which may be required in preparation of and for and in the full and entire execution and completion of the works. The descriptions given in the Schedule of Quantities (Part 2 of GCC-Financial Bid) shall, unless otherwise stated, be held to include wastage on materials, carriage and cartage, carrying and return of empties, hoisting, setting, fitting and fixing in position and all other labours necessary in and for the full and entire execution and completion of the work as aforesaid in accordance with good practice and recognized principles. Sufficiency of Tender 7. The Contractor shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the works and of the rates and prices quoted in the Schedule of Quantities, which rates and prices shall, except as otherwise provided, cover all his obligations under the Contract and all matters and things necessary for the proper completion and maintenance of the works. Discrepancies and Adjustment of Errors 8. The several documents forming the Contract are to be taken as mutually explanatory of one another, detailed drawings being followed in preference to small scale drawings and figured dimensions in preference to scale and Special Conditions in preference to General Conditions. 8.1 In the case of discrepancy between the Schedule of Quantities, the Specifications and/or the Drawings, the following order of preference shall be observed : (i) Description of Schedule of Quantities. (ii) Technical Specifications and Special Conditions/Specifications, if any. (iii) Drawings (iv) CPWD Specifications (v) Indian Standard Specifications of BIS. 8. 2 If there are varying or conflicting provisions made in any one document forming part of the Contract, the Accepting Authority shall be the deciding authority with regard to the intention of the document and his decision shall be final and binding on the Contractor. 8. 3 Any error in description, quantity or rate in Schedule of quantities or any omission there from shall not vitiate the Contract or release the Contractor from the execution of the whole or any part of the works comprised therein according to drawings and specifications or from any of his obligations under the Contract. Signing of Contract 9. (a) The successful tenderer /Contractor, on acceptance of his tender by the Accepting Authority shall, within 28 days from the Letter of Acceptance of the work sign the Contract consisting of: (i) the Notice Inviting Tender and Instructions to Tenderers, all the documents including drawings, if any, forming the tender set as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto. (ii) General Conditions of Contract for works as issued and available in RITES web site <www.rites.com>, consisting of: - Conditions of Contract - Clauses of Contract - RITES Safety Code. - RITES Model Rules for arrangements for workers. - RITES Contractor' s Labour Regulations. the protection of health and sanitary (b) Each page of the Contract Agreement should be signed by the Engineer-in-Charge and the Contractor' s authorized signatory. If there are any corrections, cuttings, omissions, over writings, insertions etc (after issue of Tender Document) their number should be clearly mentioned on each page of the Contract Document before signing. (c) No payment for the work done will be made to the Contractor till the Contract Agreement is signed by the Contractor and Performance Guarantee and Additional Performance Guarantee (if applicable) have been submitted by the Contactor. 10. Miscellaneous Conditions of Contract (i) The Contractor whose tender is accepted will be required to submit an irrevocable Performance Guarantee of 5% (Five Percent) of the tendered amount and Additional Performance Guarantee, if stipulated, for an amount specified in the Letter of Acceptance in any of the forms stipulated in Clause 1 of Clauses of Contract with in the period specified in Schedule ‘F’. In addition, towards Security Deposit a sum at the rate of 5% of the gross amount of each running bill will be deducted till the sum along with the sum already deposited as Earnest Money will amount to Security Deposit of 5% of the tendered value of the work. (ii) On acceptance of the tender, the name of the accredited representative(s) of the Contractor who would be responsible for taking instructions from the Engineer-inCharge shall be communicated in writing to the Engineer-in-Charge. (iii) In case the tender for this work includes in addition to building work all other works such as sanitary and water supply installations, drainage installation, electrical work, landscaping work, roads and paths etc, the tenderer must associate himself with agencies of appropriate class/Government Licensed Agencies after prior approval of Engineer-in-Charge. (iv) The Contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so his failure will be a breach of the Contract and the Engineer-in-Charge / the Employer may in his discretion without prejudice to any other right or remedy available in law cancel the Contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act. Section – 8 CLAUSES OF CONTRACT CLAUSE NO. 1 1A 2 2A 3 3A 4 5 6 6A 7 8 8A 8B 9 9A 9B 10 10 A 10 B 10 C 10 CA 10 CC 10 D 11 12 13 14 15 SECTION - 8 CLAUSES OF CONTRACT CONTENTS SUBJECT Performance Guarantee Recovery of Security Deposit Compensation for Delay Incentive for early completion When Contract can be Determined Action in case of delay in start of work Contractor liable to pay compensation even if action not taken under Clause 3 Time and extension for Delay Measurement of work Done Computerised Measurement Book Payment on intermediate Certificates to be regarded as Advances Completion Certificate Contractor to keep Site Clean Completion Plans and Operating/Maintenance Manual to be submitted by the Contractor Payment of Final Bill Payment of Contractor’s Bill to Banks Taxation Materials supplied by the Employer Materials to be provided by the Contractor Secured Advance on Non-perishable Materials, Mobilisation Advance, Plant Machinery & Shuttering Material Advance, Interest & Recovery Payment on Account of Increase in Prices/Wages due to Statutory Order (s) – DELETED Payment due to variation in prices of materials after receipt of tender - DELETED Payment due to increase/decrease in prices/wages after Receipt of Tender for Works Dismantled Material Employers’ Property Work to be Executed in Accordance with Specifications, Drawings, Orders etc. Deviations/Variations Extent and Pricing Foreclosure of Contract due to Abandonment or Reduction in Scope of Work Taking away part work due to default of the contractor and recovery of additional cost Suspension of Work CLAUSE NO. 16 17 18 18 A 18 B 19 19 A 19 B 19 C 19 D 19 E 19 F 19 G 19 H 19 I 19 J 20 21 22 23 24 25 26 27 28 29 29 A SUBJECT Action in case Work not done as per specifications Contractor Liable for Damages, defects during maintenance period and Refund of Security Deposit Contractor to Supply Tools & Plants etc. Recovery of Compensation paid to Workman Ensuring Payment and Amenities to Workers if Contractor fails Labour Laws to be complied by the Contractor Employment of Under-age Labour Payment of wages Compliance with provisions in Safety Code Submission of Fortnightly Labour Report Compliance with the Rules on Health and Sanitary arrangements Maternity Benefits Action in case of Non-observance of Rules and Regulations Provision of Labour Camp with Amenities Compliance with instructions on removal from site of undesirable person Unauthorized occupation of building during construction Minimum Wages Act to be complied with Work not to be sublet, Action in case of insolvency & lllegal Gratification etc. Payment of Compensation Changes in firm’s Constitution to be intimated Execution of works under the Direction of the Engineer-in-Charge Settlement of Disputes & Arbitration Contractor to Indemnify the Employer against Patent Rights Lumpsum Provisions in Tender Action where no Specifications are specified With-holding and lien in respect of sums due from Contractor Lien in respect of claims in other Contracts CLAUSE NO. 30 31 31 A 32 33 34 35 36 37 37A 38 39 40 41 42 43 44 45 45 A 46.0 46.1 46.2 46.3 46.4 46.5 46.6 46.7 46.8 SUBJECT Employment of coal mining or controlled area labour not permissible Unfiltered water supply required for the work Employer’s water supply, if available Alternate water arrangements Return of Surplus Materials Hire of Plant & Machinery Conditions relating to use of asphaltic materials Employment of Technical Staff and employees Levies/Taxes/Cesses payable by Contractor Royalty payable on Minor Minerals – Employer to be indemnified Conditions for reimbursement of levy/tax/Cess if levied after receipt of tenders Termination of Contract on death of Contractor If a relative working in the Employer’s Organisation then the Contractor not allowed to tender No Gazetted Engineer to work as Contractor within one year of retirement Return of material and recovery for excess material issued Compensation during warlike situations Apprentices Act provisions to be complied with Release of Security Deposit after Labour Officer clearance Release of Security Deposit after Clearance by State Government Authority for Mineral Extraction General Obligations of the Contractor Contractor’s General Responsibilities Giving Notices and Payment of Fees Compliance with Statutes, Regulations, etc. Fossils etc. Opportunities for other Contractors Interference with Traffic and adjoining properties Highways Traffic Watching and Lighting CLAUSE NO. 46.9 46.10 46.11 46.12 46.13 & 46.13A 46.14 46.15 46.16 46.17 47.0 47.1 47.2 47.3 47.4 47.5 47.6 47.7 47.8 47.9 48.0 48.1 48.2 48.3 48.4 48.5 48.6 48.7 48.8 48.9 SUBJECT Way leaves etc. Site Office for the Employer Electricity Supply required at the works Land for Contractor’s Offices, Godown, Workshop Land for Labour Accommodation Excavated Material Production of vouchers etc by the Contractor Law governing the Contract Court Jurisdiction Insurances to be taken by the Contractor & Employer to be indemnified Insurance of Works etc Third Party Insurance Workmen’s Insurance Recovery from the Contractor Shortfall in payment to Contracor by the Insurance Company Insurance by Sub-Contractors Period of Policies Remedy on Contractor’s Failure to Insure Damage to Persons and Property – Employer to be indemnified Safety and Security Codes etc to be complied with First Aid & Industrial Injuries General Safety Rules Accidents – Precautions at Worksite Electrical Equipments – Precautions Maintenance of Safety Devices Personal Safety Storing Fuel, Oil and Lubricant Fire Extinguishing CLAUSE NO. 48.10 48.11 48.12 48.13 48.14 48.15 49 49.1 49.2 50.0 51.0 51.1 51.2 51.3 51.4 51.5 51.6 51.7 51.8 51.9 51.10 51.11 51.12 52.0 52.1 52.2 52.3 52.4 52.5 52.6 53.0 53.1 53.2 53.3 54.0 55.0 SUBJECT Fire Precautions Protection arrangements at work site Safety Arrangements for labour Safety Manual Accidents – Reporting Security Measures Quality Assurance Submission of Quality Assurance Manual Guidance in preparation Ecological Balance Execution of Works Mobilisation Setting out of Works Boreholes and Explanatory Excavation Temporary Works Plant, Temporary Works & Materials – Exclusive use Use of Site only for Works Name Board at Site Site Drainage/Cleaning/Nuisance Disposal of Rubbish Shift Working Urgent Repairs Contractor to Search Programme and Performance Review of Programme Progress Reports Maintenance of Records & Registers Site Co-ordination Meetings Site Order Book Progress Photographs Inspection of Work Site Access Examination of Work before covering up Uncovering and Making Opening Quality Audit Sample Floor CLAUSE No. REF. 1 (I) 10A 10A 10B (ii) 10 B (iii) 17 17 25 (3) 37 (A) 47.9 SUBJECT Annexure – “A”, Form of Performance Security Bank Guarantee Bond Annexure –“B-1”, Field Laboratory and Field Testing Instruments, List of Equipments for Field Testing Laboratory Annexure-“B-2”, Special Conditions for Cement and Steel Annexure- “C”, Proforma for Bank Guarantee for Mobilization Advance Annexure-“D”, Proforma for Hypothecation Deed for Plant & Machinery Advance Annexure – “E-1”, Guarantee Bond in Respect of Water Proofing Works Annexure – “E-2”, Guarantee Bond for Anti Termite Treatment Works Annexure – “F”, Form Of contractor’s Notice for Appointment of Arbitrator Annexure – “G”, Indemnity Bond Annexure – “H”, Indemnity Bond SECTION – 8 CLAUSES OF CONTRACT CLAUSE 1 Performance Guarantee (i) The Contractor shall submit an irrevocable Performance Guarantee of 5% (Five Per cent) of the tendered value and also an Additional Performance Guarantee, if required, of an amount advised by the Engineer-in-Charge in case the bid is considered unbalanced by him for the contractor’s proper performance of the contract agreement (not withstanding and/or without prejudice to any other provisions in the contract) within the period specified in Schedule ‘F’ from the date of issue of Letter of Acceptance. This period can be further extended by the Engineer-in-Charge up to a maximum period as specified in Schedule ‘F’ on written request of the Contractor stating the reason for delays in procuring the Bank Guarantee, to the satisfaction of the Engineer-in- Charge. This guarantee shall be in the form of F ixed D eposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the form given at Annexure ‘A’. In case a Fixed Deposit Receipt of any Bank is furnished by the Contractor to the Employer as part of the P erformance Guarantee and Additional Performance Guarantee and the Bank is unable to make payment against the said Fixed Deposit Receipt, the loss caused thereby shall fall on the Contractor and the Contractor shall forthwith on demand furnish additional security to the Employer to make good the deficit. (ii) The Performance Guarantee and Additional Performance Guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case the time for physical completion of work gets enlarged, the Contractor shall get the validity of Performance Guarantee and Additional Performance Guarantee extended to cover such enlarged time for completion of work. After recording of the “Complet ion Certif icate” or “Provisional Certificate of Physical completion” as defined in Clause 8 below for the work by the competent authority, the Performance Guarantee and Additional Performance Guarantee shall be returned to the Contractor, without any interest. The Engineer-in-Charge may return the Additional Performance Guarantee earlier if, in his opinion, the unbalanced portion of the bid has been completed. (iii) The Engineer-in-charge shall not make a claim under the Performance Guarantee and Additional Performance Guarantee except for amounts to which the Employer is entitled under the Contract (notwithstanding and/or without prejudice to any other provisions in the Contract agreement) in the event of : (a) Failure by the Contractor to extend the validity of the Performance Guarantee and Additional Performance Guarantee as described herein above, in which event the Engineer-in-Charge may claim the full amount of the Performance Guarantee and Additional Performance Guarantee. (b) Failure by the Contractor to pay the Employer any amount due, either as agreed by the Contractor or determined under any of the Clauses/ Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer-inCharge. (iv) In the event of the Contract being determined or rescinded under provisions of any of the clause/condition of the Agreement, the Performance Guarantee and Additional Performance Guarantee shall stand forfeited in full and shall be absolutely at the disposal of the Employer. CLAUSE 1A Recovery of Security Deposit The person/persons whose tender(s) may be accepted (hereinafter called the Contractor) shall permit the Employer at the time of making any payment to him for work done under the Contract to deduct a sum at the rate of 5% of the gross amount of each running bill till the sum along with the sum already deposited as Earnest Money will amount to Security Deposit of 5% of the tendered value of the work. Earnest Money shall be adjusted first in the Security Deposit and further recovery of Security Deposit shall commence only when the upto date amount of Security Deposit starts exceeding the Earnest Money. Such deductions will be made and held by the Employer by way of Security Deposit unless he/ they has/ have deposited the amount of Security at the rate mentioned above in cash or Fixed Deposit Receipts. In case a Fixed Deposit Receipt of any Bank is furnished by the Contractor to the Employer as part of the Security Deposit and the Bank is unable to make payment against the said Fixed Deposit Receipt, the loss caused thereby shall fall on the Contractor and the Contractor shall forthwith on demand furnish additional security to the Employer to make good the deficit. All compensations or the other sums of money payable by the Contractor under the terms of this Contract may be deducted from, or paid by the sale of a sufficient part of his Security Deposit or from the interest arising therefrom, or from any sums which may be due to or may become due to the Contractor by the Employer on any account whatsoever and in the event of his Security Deposit being reduced by reason of any such deductions or sale as aforesaid, the Contractor shall within 10 days make good in cash or Fixed Deposit Receipt tendered by the State Bank of India or by Scheduled banks endorsed in favour of the Engineer-in-Charge, any sum or sums which may have been deducted from, or raised by sale of his Security Deposit or any part thereof. The Security Deposit shall be collected from the running bills of the Contractor at the rates mentioned above and the Earnest Money deposited at the time of tenders will be treated as part of the Security Deposit. On completion of the whole work and recording of the Final Completion Certificate for the work by the Competent Authority the Security Deposit as deducted above may be released against a Bank Guarantee issued by a Scheduled Bank. Final refund of Security Deposit will be governed by the provisions in Clause 17 hereof. CLAUSE 2 Compensation for Delay If the Contractor fails to maintain the required progress in terms of clause 5 or to complete the work and clear the site on or before the Contract or extended date of completion, he shall, without prejudice to any other right or remedy available under the law to the Employer on account of such breach, pay as agreed compensation the amount calculated at the rates stipulated below as the authority specified in Schedule 'F'(whose decision in writing shall be final and binding) may decide on the amount of tendered value of the work for every completed day/ month (as applicable) that the progress remains below that specified in Clause 5 or that the work remains incomplete. This will also apply to items or group of items for which a separate period of completion has been specified. Compensation for delay of work @1.50% of tendered value per month of delay to be computed on per day basis Provided always that the total amount of compensation for delay to be paid under this condition shall not exceed 10% of the Tendered Value of work or of the Tendered Value of the item or group of items of work for which a separate period of completion is originally given. The amount of compensation may be adjusted or set-off against any sum payable to the Contractor under this or any other Contract with the E mployer. In case, the Contractor does not achieve a particular milestone mentioned in Schedule-F, or the rescheduled milestone(s) in terms of Clause 5.4, the amount shown against that milestone shall be withheld, to be adjusted against the compensation levied at the final grant of Extension of Time. Withholding of this amount on failure to achieve a milestone, shall be automatic without any notice to the Contractor. However, if the Contractor catches up with the progress of Work on the subsequent milestone(s), the withheld amount shall be released. In case the Contractor fails to make up for the delay in subsequent milestone(s), amount mentioned against each milestone missed subsequently also shall be withheld. However, no interest, whatsoever, shall be payable on such withheld amount. CLAUSE 2A Incentive for early completion In case, the Contractor completes the work ahead of scheduled completion time, a bonus @1% (one percent) of the tendered value per month computed on per day basis, shall be payable to the Contractor, subject to a maximum limit of 5% (five percent) of the tendered value. The amount of bonus, if payable, shall be paid along with final bill after completion of works. Provided always that provision of the Clause 2A shall be applicable only when so provided in ‘Schedule F’. CLAUSE 3 When Contract can be Determined Subject to other provisions contained in this clause, the Engineer-in-Charge may, without prejudice to his any other rights or remedy against the Contractor in respect of any delay, inferior workmanship, any claims for damages and/ or any other provisions of this Contract or otherwise, and whether the date of completion has or has not elapsed, by notice in writing absolutely determine the Contract in any of the following cases. (i) If the Contractor having been given by the Engineer-in-Charge a notice in writing to rectify, reconstruct or replace any defective work or that the work is being performed in an inefficient or otherwise improper or unworkmanlike manner shall omit to comply with the requirement of such notice for the period of seven days thereafter. (ii) If the Contractor has, without reasonable cause, suspended the progress of the work or has failed to proceed with the work with due diligence so that in the opinion of the Engineer-in-Charge (which shall be final and binding) he will be unable to secure completion of the work by the date for completion and continues to do so after a notice in writing of seven days from the Engineer-in-Charge. (iii) If the Contractor fails to complete the work within the stipulated date or items of work with individual date of completion, if any stipulated, on or before such date(s) of completion and does not complete them within the period specified in a notice given in writing in that behalf by the Engineer-in-Charge. (iv) If the Contractor persistently neglects to carry out his obligations under the Contract and/or commits default in complying with any of the terms and conditions of the Contract and does not remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the Engineer-in-Charge. (v) If the Contractor shall offer or give or agree to give to any person in the Employer service or to any other person on his behalf, any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for having done or forborne to do any action in relation to the obtaining or execution of this or any other Contract for the Employer. (vi) If the Contractor shall enter into a Contract with the Employer in connection with which commission has been paid or agreed to be paid by him or to his knowledge, unless the particulars of any such commission and the terms of payment thereof have been previously disclosed in writing to the Accepting Authority/Engineer-inCharge. (vii) If the Contractor shall obtain a Contract with the Employer as a result of wrong tendering or other non-bonafide methods of competitive tendering. (viii) If the Contractor being an individual, or if a firm, any partner thereof shall at any time be adjudged insolvent or have a receiving order or order for administration of his estate made against him or shall take any proceedings for liquidation or composition (other than a voluntary liquidation for the purpose of amalgamation or reconstruction) under any insolvency Act for the time being in force or make any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors or purport so to do, or if any application be made under any Insolvency Act for the time being in force for the sequestration of his estate or if a trust deed be executed by him for benefit of his creditors. (ix) If the Contractor being a company shall pass a resolution or the court shall make an order that the company shall be wound up or if a receiver or a manager on behalf of a creditor shall be appointed or if circumstances shall arise which entitle the Court or the Creditor to appoint a receiver or a manager or which entitles the court to make a winding up order. (x) If the Contractor shall suffer an execution being levied on his goods and allow it to be continued for a period of 21 days. (xi) If the Contractor assigns, transfers, sublets (engagement of labour on a piece-work basis or of labour with materials not to be incorporated in the work, shall not be deemed to be subletting) or otherwise parts with or attempts to assign, transfer, sublet or otherwise parts with the entire works or any portion thereof without the prior written approval of the Accepting Authority; When the Contractor has made himself liable for action under any of the cases aforesaid, the Engineer-in-charge, on behalf of the Employer, shall have powers : (a) To determine the Contract as aforesaid (of which termination notice in writing to the Contractor under the hand of Engineer-in-Charge shall be conclusive evidence). Upon such determination, the Earnest Money Deposit, Security Deposit already recovered Performance Guarantee and Additional Performance Guarantee (if any) under the Contract shall be liable to be forfeited and shall be absolutely at the disposal of the Employer. 3(a)(i) Further the contractor shall be deemed to be declared a ‘Poor Performer’ as per clause 52.7 hereinafter (without issuance of any notic in this regard) and shall not be eligible for a period of upto two years, to participate in tenders of other works which may be invited by RITES Ltd. (Correction Slip No.05 dt. 26.03.14) (b) After giving notice to the Contractor to measure up the work of the Contractor and to take such whole, or the balance or part thereof, as shall be un-executed out of his hands and to give it to another Contractor to complete the work. The Contractor, whose Contract is determined as above, shall not be allowed to participate in the tendering process for the balance work. In the event of above courses being adopted by the Engineer-in-charge, the Contractor shall have no claim to compensation for any loss sustained by him by reasons of his having purchased or procured any materials or entered into any engagements or made any advances on account or with a view to the execution of the work or the performance of the Contract. And in case action is taken under any of the provision aforesaid, the Contractor shall not be entitled to recover or be paid any sum for any work thereof or actually performed under this Contract unless and until the Engineer-in-Charge has certified in writing the performance of such work and the value payable in respect thereof and he shall only be entitled to be paid the value so certified. CLAUSE 3A Action in case of delay in start of work In case, the work cannot be started due to reasons not within the control of the Contractor within 1/8th of the stipulated time for completion of work, either party may close the Contract. In such eventuality, the Earnest Money deposit, the Performance Guarantee and Additional Performance Guarantee (if any) of the Contractor shall be refunded, but no payment on account of Interest, loss of profit or damages etc. shall be payable at all. CLUASE 4 Contractor liable to pay compensation even if action not taken under Clause 3 In any case in which any of the powers conferred upon the Engineer-in-Charge by Clause 3 thereof, shall have become exercisable and the same are not exercised, the nonexercise thereof shall not constitute a waiver of any of the conditions hereof and such powers shall notwithstanding be exercisable in the event of any future case of default by the Contractor and the liability of the Contractor for compensation shall remain unaffected. In the event of the Engineer-in-Charge putting in force all or any of the powers vested in him under the preceding clause he may, if he so desires after giving a notice in writing to the Contractor, take possession of (or at the sole discretion of the Engineer-in-Charge which shall be final and binding on the Contractor) use as on hire (the amount of the hire money being also in the final determination of the Engineer-in-Charge) all or any tools, plant, materials and stores, in or upon the works, or the site thereof belonging to the Contractor, or procured by the Contractor and intended to be used for the execution of the work/ or any part thereof, paying or allowing for the same in account at the Contract rates, or, in the case of these not being applicable, at current market rates to be certified by the Engineer-in-Charge, whose certificate thereof shall be final and binding on the Contractor. The Engineer-in-Charge may also direct where required, the clerk of the works, foreman or other authorized agent of the Contractor to remove such tools, plant, materials or stores from the premises (within a time to be specified in such notice). In the event of the Contractor failing to comply with any such requisition, the Engineer-in-Charge may remove them at the Contractor' s expense or sell them by auction or private sale on account of the Contractor and his risk in all respects and the certificate of the Engineer-in- Charge as to the expenses of any such removal and the amount of the proceeds and expenses of any such sale shall be final and conclusive against the Contractor. CLAUSE 5 Time and extension for Delay 5.1 (a) The time allowed for execution of the works as specified in the Schedule 'F' or the extended time in accordance with these conditions shall be the essence of the Contract. The execution of the works shall commence from such time period as mentioned in Schedule ‘F’ from the date of issue of Letter of Acceptance or from the first date of handing over of the site whichever is later. If the Contractor commits default in commencing the execution of the work as aforesaid, the Employer shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money, Performance Guarantee and Additional Performance Guarantee (if any) absolutely. (b) As soon as possible after the Contract is concluded the Contractor shall submit a Net work (PERT/CPM) Time and Progress Chart for each activity and milestone and get it approved by the Engineer-in-Charge. The Chart shall be prepared in direct relation to the time stated in the Contract documents for completion of items of the works. It shall indicate sequence of various activities of the phased requirement of plant and equipment to be deployed by the Contractor, the forecast of the dates of commencement and completion of various trades of sections of the work and may be amended as necessary by agreement between the Engineer-in-Charge and the Contractor within the limitations of time imposed in the Contract documents, and further to ensure good progress during the execution of the work, the Contractor shall in all cases in which the time allowed for any work, exceeds one month (save for special jobs for which a separate programme has been agreed upon) complete the work as per milestones given in Schedule 'F' . (C) Method of Working (i) The Contractor shall also submit to the Engineer-in-Charge for his approval the Method Statement supported by the following information (a) A general tentative lay out plan of construction plant and equipment for the execution of work within time period stipulated in schedule. (b) Drawings showing the locations of major plants and other facilities which he proposes to put up at the site, including any changes in the general layout, at least 15 days prior to the commencement of the respective work. (c) Layout and details of temporary works that the Contractor wants to carry out to fulfill his obligation under the Contract. (ii) Within 7 days, the Engineer-in-charge through the Engineer shall give his approval to proceed with work with or without modification. However acceptance of programme and method of working as submitted by the Contractor or with any modification thereto by the Engineer-in-Charge shall not relieve the Contractor of any of his contractual obligation. (iii) All these programmes and plans submitted by the Contractor and approved by the Engineer-in-Charge shall become part of the Contract. (iv) The acceptance of programmes as submitted by the Contractor or with any modification thereto by the Engineer-in-Charge shall not entitle the. Contractor for any extension of time unless delay, if any, is expressly sanctioned by the Engineerin-Charge. (d) Plant Requirements The Contractor shall submit, with the programme and method statement mentioned above a comprehensive plant schedule which shall include the dates of arrival on and removal from site of each major item of plants. (e) Sufficiency of Resources The Contractor shall take upon himself the full and entire responsibility for the sufficiency of plants, centering, scaffolding, timbering, machinery, tools and implements and generally for all means used for the fulfillment of the Contract notwithstanding any previous approval or recommendation that may have been given by the Engineer. 5.2 If the work (s) be delayed by : (i) force majeure, or (ii) abnormally bad weather, or (iii) serious loss or damage by fire, or (iv) civil commotion, local commotion of workmen, strike or lockout, affecting any of the trades employed on the work, or (v) delay on the part of other Contractors or tradesmen engaged by Engineer-in-Charge in executing work not forming part of the Contract, or (vi) non-availability of stores, which are the responsibility of the Employer to supply or (vii) non-availability or break down of tools and plant to be supplied or supplied by the Employer, or (viii) any other cause which, in the absolute discretion of the Engineer-in-Charge is beyond the Contractor' s control. then upon the happening of any such event causing delay, the Contractor shall immediately give notice thereof in writing to the Engineer-in-Charge but shall nevertheless use constantly his best endeavours to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the Engineer-in-Charge to proceed with the works. 5.3 Request for rescheduling of Milestones and extension of time, to be eligible for consideration, shall be made by the Contractor in writing within fourteen days of the happening of the event causing delay on the prescribed form. The Contractor may also, if practicable, indicate in such a request the period for which extension is desired. 5.4 In any such case the Engineer-in-Charge may give a fair and reasonable extension of time and reschedule the milestones for completion of work. Such extension shall be communicated to the Contractor by the Engineer-in-Charge in writing, within 3 months of the date of receipt of such request. Non application by the Contractor for extension of time shall not be a bar for giving a fair and reasonable extension by the Engineer-in-Charge and this shall be binding on the Contractor. CLAUSE 6 Measurement of Work Done Engineer-in-charge shall, except as otherwise provided, ascertain and determine by measurement the value in accordance with the Contract of work done. All measurements of all items having financial value shall be entered in Measurement Book and/or level field Book so that complete record is obtained of all works performed under the Contract. All measurements and levels shall be taken jointly by the Engineer-in-Charge or his authorized representative and by the Contractor or his authorized representative from time to time during the progress of the work and such measurements shall be signed and dated by the Engineer-in-Charge and the Contractor or their representatives in token of their acceptance. If the Contractor objects to any of the measurements recorded, a note shall be made to that effect with reason and signed by both the parties. Any measurement taken by the Engineer-in-Charge in the presence of the Contractor or in his absence after due notice has been given to him in consequence of objection made by the Contractor shall be final and binding on the Contractor, and no claim whatsoever shall thereafter be entertained regarding the accuracy and classification of the measurement. If for any reason the Contractor or his authorized representative is not available and the work of recording measurements is suspended by the Engineer-in-Charge or his representative, the Engineer-in-Charge shall not entertain any claim from the Contractor for any loss or damages on this account. If the Contractor or his authorized representative does not remain present at the time of such measurements after the Contractor or his authorized representative has been given a notice in writing three (3) days in advance or fails to countersign or to record objection within a week from the date of the measurement, then such measurements recorded in his absence by the Engineer-in-Charge or his representative shall be deemed to be accepted by the Contractor. The Contractor shall, without extra charge, provide all assistance with every appliance, labour and other things necessary for measurements and recording levels. Except where any general or detailed description of the work expressly shows to the contrary, measurements shall be taken in accordance with the procedure set forth in the specifications notwithstanding any provision in the relevant Standard Method of measurement or any general or local custom. In the case of items which are not covered by specifications, measurements shall be taken in accordance with the relevant standard method of measurements issued by the Bureau of Indian standards and if for any item no such standard is available, then a mutually agreed method shall be followed. The Contractor shall give not less than seven days'notice to the Engineer-in-Charge or his authorized representative incharge of the work before covering up or otherwise placing beyond the reach of measurement any work in order that the same may be measured and correct dimensions thereof be taken before the same is covered up or placed beyond the reach of measurement and shall not cover up and place beyond reach of measurement any work without consent in writing of the Engineer-in-Charge or his authorized representative incharge of the work who shall within the aforesaid period of seven days inspect the work, and if any work shall be covered up or placed beyond the reach of measurements without such notice having been given or the Engineer-in-Charge' s consent being obtained in writing, the same shall be uncovered at the Contractor' s expense, or in default thereof no payment or allowance shall be made for such work or the materials with which the same was executed. Engineer-in-Charge or his authorized representative may cause either themselves or through another officer of the Employer to check the measurements recorded jointly or otherwise as aforesaid and all provisions stipulated herein above shall be applicable to such checking of measurements or levels. It is also a term of this Contract that recording of measurements of any item of work in the measurement book and/ or its payment in the interim, on account or final bill shall not be considered as conclusive evidence as to the sufficiency of any work or material to which it relates nor shall it relieve the Contractor from liabilities from any over measurement or defects noticed till completion of the defects liability period. CLAUSE 6 A COMPUTERISED MEASUREMENT BOOK Clause 6 A will be applicable if stipulated in Schedule ‘F’ Engineer-in-Charge shall, except as otherwise provided, ascertain and determine by measurement the value of work done in accordance with the Contract. All measurements of all items having financial value shall be entered by the Contractor and compiled in the shape of the Computerized Measurement Book having pages of A-4 size as per the format laid down by the Engineer-in-Charge, so that a complete record is obtained of all the items of works performed under the Contract. All such measurements and levels recorded by the Contractor or his authorized representative from time to time, during the progress of the work, shall be got checked by the Contractor from the Engineer-in-Charge or his authorized representative as per interval of program fixed in consultation with Engineer-in-Charge or his authorized representative. After the necessary corrections made by the Engineer-in-Charge, the measurement sheets shall be returned to the Contractor for incorporating the corrections and for resubmission to the Engineer-in-Charge for the dated signatures by the Engineer-in-Charge and the Contractor or their representatives in token of their acceptance. Whenever Bill is due for payment, the Contractor would initially submit draft computerized measurement sheets and these measurements would be got checked/test checked by the Engineer-in-Charge and/or his authorized representative. The Contractor will, thereafter, incorporate such changes arising out of these checks/test checks, in his draft computerized measurements, and submit to the Engineer-in-Charge a computerized Measurement Book, duly bound, and with its pages machine numbered. The Engineer-in-Charge and/or his authorized representative would thereafter check the MB, and record the necessary certificate for their checks/test checks. The final, fair, computerized Measurement Book given by the Contractor, duly bound, with its pages machine numbered, should be 100% correct, and no cutting or over-writing in the measurements would thereafter be allowed. If at all any error is noticed, the Contractor shall have to submit a fresh computerized MB with its pages duly machine numbered and bound, after getting the earlier MB cancelled by the Engineer-in-Charge. Thereafter, the MB shall be taken in the Engineer-in-Charge Office records, and allotted a number as per the Register of Computerized MBs. This should be done before the corresponding Bill is submitted to the Office of Engineer-in-Charge for payment. The Contractor shall submit two spare copies of such computerized MB’s for the purpose of reference and record by the various officers of the Employer. The Contractor shall also submit to the Engineer-in-Charge separately his computerized Abstract of Cost and the Bill based on these measurements, duly bound, and its pages machine numbered along with two spare copies of the Bill. Thereafter, this Bill will be processed by the Office of Engineer-in-Charge and allotted a number as per the computerized record in the same way as done for the Measurement Book meant for measurements. The Contractor shall, without extra charge, provide all assistance with every appliance, labour and other things necessary for checking of measurements/levels by the Engineer-in-Charge or his representative. Except where any general or detailed description of the work expressly shows to the contrary, measurements shall be taken in accordance with the procedure set forth in the specifications notwithstanding any provision in the relevant Standard Method of measurement or any general or local custom. In the case of items which are not covered by specifications, measurements shall be in accordance with the relevant standard method of measurement issued by the Bureau of Indian Standards and if for any item no such standard is available then a mutually agreed method shall be followed. The Contractor shall give not less than seven days’ notice to the Engineer-in-Charge or his authorized representative in charge of the work before covering up or otherwise placing beyond the reach of checking and/or test checking the measurement of any work in order that the same may be checked and/or test checked and correct dimensions thereof be taken before the same is covered up or placed beyond the reach of checking and/or test checking measurement and shall not cover up and place beyond reach of measurement any work without consent in writing of the Engineer-in-Charge or his authorized representative in charge of the work who shall with the aforesaid period of seven days inspect the work, and if any work shall be covered up or placed beyond the reach of checking and/or test checking measurements without such notice having been given or the Engineer-in-Charge’s consent being obtained in writing the same shall be uncovered at the Contractor’s expense, or in default thereof no payment or allowance shall be made for such work or the materials with which the same was executed. Engineer-in-Charge or his authorized representative may cause either themselves or through another agency to check the measurements recorded by the Contractor and all provisions stipulated herein above shall be applicable to such checking of measurements or levels. It is also a term of this Contract that checking and/or test checking the measurements of any item of work in the measurement book and/or its payment in the interim, on account of final bill shall not be considered as conclusive evidence as to the sufficiency of any work or material to which it relates not shall it relieve the contractor from liabilities from any over measurement or defects noticed till completion of the defects liability period. CLAUSE 7 Payment on intermediate Certificates to be regarded as Advances No payment shall be made for work, estimated to cost Rupees One Lakh or less till after the whole of the work shall have been completed and certificate of completion given. For works estimated to cost over Rupees One Lakh, the interim or running account bills shall be submitted by the Contractor for the work executed on the basis of such recorded measurements on the format stipulated by the Engineer-in-Charge, in triplicate on or before the date of every month fixed for the same by the Engineer-in-Charge. The Contractor shall not be entitled to be paid any such interim payment if the gross work done together with net payment/ adjustment of advances for material collected, if any, since the last such payment is less than the amount specified in Schedule 'F' , in which case the interim bill shall be prepared on the appointed date of the month after the requisite progress is achieved. The Engineer-in-Charge in his sole discretion may modify the periodicity of running bill from one month to such lesser/longer time as he considers appropriate, Engineer-in-Charge shall arrange to have the bill verified by taking or causing to be taken, where necessary, the requisite measurements of the work. In the event of the failure of the Contractor to submit the bills, Engineer-in-Charge shall prepare or cause to be prepared such bills in which event no claims whatsoever due to delays on payment including that of interest shall be payable to the Contractor. Payment on account of amount admissible shall be made by the Engineer-in-Charge certifying the sum to which the Contractor is considered entitled by way of interim payment at such rates as decided by the Engineer-in-Charge. 75% of bill amount may be paid within 3 working days (excluding the day of submission) of presentation of the bill by the Contractor to the Engineer-in-Charge or his Engineer together with the account of the material issued by the Employer, or dismantled materials, if any. In the case of works outside the headquarters of the Engineer-in-Charge the period of three working days will be extended to five working days. Balance amount of bill may be paid within 15 working days of the presentation of bill. The time limit of 3 days / 5 days/ 15 days mentioned above will be adhered to by the Engineer-in-Charge as far as possible and the contractor will not be entitled to any compensation or claims or damages by way of interest etc. in case of delay in payment. All such interim payments shall be regarded as payment by way of advances against that payment only and shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be rejected, removed, taken away and reconstructed or re-erected. Any certificate given by the Engineer-in-Charge relating to the work done or materials delivered forming part of such payment, may be modified or corrected by any subsequent such certificate (s) or by the final certificate and shall not by itself be conclusive evidence that any work or materials to which it relates is/ are in accordance with the Contract and specifications. Any such interim payment or any part thereof shall not in any respect conclude, determine or affect in any way powers of the Engineer-in-Charge. Under the Contract or any of such payments be treated as final settlement and adjustment of accounts or in anyway vary or affect the Contract. Pending consideration of extension of date of completion interim payments shall continue to be made as herein provided, without prejudice to the right of the Employer to take action under the terms of this Contract for delay in the completion of work, if the extension of date of completion is not granted by the competent authority. The Engineer-in-Charge in his sole discretion on receipt of written request from Contractor and on the basis of a certificate from the Engineer may make interim advance payments without detailed measurements for work done at 75% of the assessed value. The advance payments so allowed shall be adjusted in the subsequent interim bill by taking detailed measurements thereof. If at any stage, in the opinion of Engineer-in-Charge, it is found that the amount of interim advance payment claimed by the Contractor was excessive, this facility of interim advance payment shall be withdrawn. Since the Contract is being entered into with the Contractor by RITES acting for and on behalf of the Employer as Agent/Power of Attorney Holder, no RA Bill will be paid unless sufficient funds have been made available by the Employer. CLAUSE 8 Completion Certificate Within ten days of the completion of the work, the Contractor shall give notice of such completion to the Engineer-in-Charge and within thirty days of the receipt of such notice the Engineer-in-Charge shall inspect the work and if there is no defect in the work shall furnish the Contractor with a final certificate of completion, otherwise a provisional certificate of physical completion indicating defects (a) to be rectified by the Contractor and/or (b) for which payment will be made at reduced rates, shall be issued. Provisional Certificate of Physical Completion will be issued only after the Contractor has completed the entire scope of work allotted to him except for: i) the work not required to be done by the Employer; and / or ii) some minor defects which do not affect the usage and structural integrity of the work; and / or iii) some minor incompletions which are dependent upon completion of work by other agencies. But no final certificate of completion shall be issued, nor shall the work be considered to be complete until the Contractor shall have removed from the premises on which the work shall be executed all scaffolding, surplus materials, rubbish and all huts and sanitary arrangements required for his/ their work people on the site in connection with the execution of the works as shall have been erected or constructed by the Contractor (s) and cleaned off the dirt from all wood work, doors, windows, walls, floor or other parts of the building, in, upon, or about which the work is to be executed or of which he may have had possession for the purpose of the execution thereof, and not until the work shall have been measured by the Engineer-in-Charge. If the Contractor shall fail to comply with the requirements of this Clause as to removal of scaffolding, surplus materials and rubbish and all huts and sanitary arrangements as aforesaid and cleaning off dirt on or before the date fixed for the completion of work, the Engineer-in-Charge may at the expense of the Contractor remove such scaffolding, surplus materials and rubbish etc. and dispose of the same as he thinks fit and clean off such dirt as aforesaid, and the Contractor shall have no claim in respect of scaffolding or surplus materials as aforesaid except for any sum actually realized by the sale thereof. CLAUSE 8A Contractor to keep Site Clean When the annual repairs and maintenance of works are carried out, the splashes and droppings from white washing, colour washing, painting etc. on walls, floor, windows, etc. shall be removed and the surface cleaned simultaneously with the completion of these items of work in the individual rooms, quarters or premises etc. where the work is done without waiting for the actual completion of all the other items of work in the Contract. In case the Contractor fails to comply with the requirements of this clause, the Engineer-in- charge shall have the right to get this work done at the cost of the Contractor either departmentally or through any other agency. Before taking such action the Engineer-in- Charge shall give ten days notice in writing to the Contractor. CLAUSE 8B Completion Plans and Operating /Maintenance Manual to be submitted by the Contractor The Contractor shall submit Completion plans for all Civil, Sanitary, Plumbing, Structural and all other types of works as applicable, within thirty days of the completion of the work. The Contractor shall submit complete `record' drawings periodically corrected to show each and every change from working drawings, on tracings/reproducibles/CDs, as directed by the Engineer-in-Charge. In case the works include items which require specialized maintenance and/or Plant & Equipment which will require periodic maintenance, the Contractor shall supply along with the Completion Drawings three sets of Operating/Maintenance Manuals as required. In case, the Contractor fails to submit the Completion plan and /or Operating/ Maintenance Manual, as aforesaid, he shall be liable to pay a sum equivalent to 2.5% of the value of the work subject to a ceiling of Rs.5 lakhs (Rupees Five lakhs only) as may be fixed by the Engineer-in-Charge and in this respect the decision of the Engineer-in-charge shall be final and binding on the Contractor. CLAUSE 9 Payment of Final Bill The Final Bill shall be submitted by the Contractor in the same manner as specified in interim bills within three months of physical completion of work or within one month of the date of the final certificate of completion furnished by the Engineer-in-Charge whichever is earlier. No further claims shall be made by the Contractor after submission of the Final Bill and these shall be deemed to have been waived and extinguished. Payments of those items of the bill in respect of which there is no dispute and of items in dispute, for quantities and rates as approved by Engineer-in-Charge, will, as far as possible be made within the period specified herein under, the period being reckoned from the date of receipt of the bill by the Engineer-in-Charge or his authorized Engineer, complete with account of materials issued by the Employer and dismantled materials. (i)If the Tendered value of work is upto Rs.1Crore : 3 months (ii)If the Tendered value of work exceeds Rs.1 Crore : 6 months The Contractor will not however be entitled to any compensation or claims or damages by way of interest etc. in case of delay in payment. CLAUSE 9 A Payment of Contractor' s Bill to Banks Payment due to the Contractor may, if so desired by him, be made to his Bank, registered financial, co-operative or thrift societies or recognized financial institutions instead of direct to him provided that the Contractor furnishes to the Engineer-in-Charge (1) an authorization in the form of a legally valid document such as power of attorney conferring authority on the Bank, registered financial, cooperative or thrift societies or recognized financial institutions to receive payments and (2) his own acceptance of the correctness of the amount made out as being due to him by the Employer or his signature on the bill or other claim preferred against the Employer before settlement by the Engineer-in-Charge of the account or claim by payment to the Bank, registered financial, cooperative or thrift societies or recognized financial institutions. While the receipt given by such Bank; registered financial, cooperative or thrift societies or recognized financial institutions shall constitute a full and sufficient discharge for the payment, the Contractor shall whenever possible present his bills duly receipted and discharged through his Bank, registered financial, cooperative or thrift societies or recognized financial institutions. Nothing herein contained shall operate to create in favour of the Bank; registered financial, cooperative or thrift societies or recognized institutions any rights or equities vis-a-vis the Employer. CLAUSE 10 Materials supplied by the Employer Materials which the Employer will supply are shown in Schedule 'B'which also stipulates quantum, place of issue and rate (s) to be charged in respect thereof. The Contractor shall be bound to procure them from the Engineer-in-Charge. As soon as the work is awarded, the Contractor shall finalise the programme for the completion of work as per clause 5 of this Contract and shall give his estimates of materials required on the basis of drawings/ or schedule of quantities of the work. The Contractor shall give in writing his requirement to the Engineer-in-Charge which shall be issued to him keeping in view the progress of work as assessed by the Engineer-inCharge, in accordance with the agreed phased programme of work indicating monthly requirements of various materials. The Contractor shall place his indent in writing for issue of such materials at least 7 days in advance of his requirement. Such materials shall be supplied for the purpose of the Contract only and the value of the materials so supplied at the rates specified in the aforesaid schedule shall be set off or deducted, as and when materials are consumed in items of work (including normal wastage) for which payment is being made to the Contractor, from any sum then due or which may therefore become due to the Contractor under the Contract or otherwise or from the S ecurity D eposit. At the time of submission of bills the Contractor shall certify that balance of materials supplied is available at site in original good condition. The Contractor shall submit along with every running bill (on account or interim bill) material-wise reconciliation statements supported by complete calculations reconciling total issue, total consumption and certified balance (diameter/ section-wise in the case of steel) and resulting variations and reasons therefor. Engineer-in-Charge shall (whose decision shall be final and binding on the Contractor) be within his rights to follow the procedure of recovery in Clause 42 at any stage of work if reconciliation is not found to be satisfactory. The Contractor shall bear the cost of getting the material issued, loading, transporting to site, unloading, storing under cover as required, cutting, assembling and joining the several parts together as necessary. Not withstanding anything to the contrary contained in any other clause of the Contract all stores/materials so supplied to the Contractor or procured with the assistance of the Employer shall remain the absolute property of the Employer and the Contractor shall be the trustee of the stores/ materials, and the said stores/ materials shall not be removed/ disposed off from the site of the work on any account and shall be at all times open to inspection by the Engineer-in-Charge or his authorized agent. Any such stores/materials remaining unused shall be returned to the Engineer-in-charge in as good a condition in which they were originally supplied at a place directed by him, at a place of issue or any other place specified by him as he shall require, but in case it is decided not to take back the stores/ materials the Contractor shall have no claim for compensation on any account of such stores/ materials so supplied to him as aforesaid and not used by him or for any wastage in or damage to in such stores/ materials. On being required to return the stores/ materials, the Contractor shall hand over the stores/ materials on being paid or credited such price as the Engineer-in-Charge shall determine, having due regard to the condition of the stores/ materials. The price allowed for credit to the Contractor, however, shall be at the prevailing market rate not exceeding the amount charged to him, excluding the storage charge, if any. The decision of the Engineer-inCharge shall be final and conclusive. In the event of breach of the aforesaid condition, the Contractor shall in addition to throwing himself open to account for contravention of the terms of the licences or permit and/or for criminal breach of trust, be liable to the Employer for all advantages or profits resulting or which in the usual course would have resulted to him by reason of such breach. Provided that the Contractor shall in no case be entitled to any compensation or damages on account of any delay in supply or non-supply thereof all or any such materials and stores provided further that the Contractor shall be bound to execute the entire work if the materials are supplied by the Employer within the original scheduled time for completion of the work plus 50% thereof or scheduled time plus 6 months whichever is more if the time of completion of works exceeds 12 months but if a part of the materials only has been supplied within the aforesaid period then the Contractor shall be bound to do so much of the work as may be possible with the materials and stores supplied in the aforesaid period. For the completion of the rest of the work, the Contractor shall be entitled to such extension of time as may be determined by the Engineer-inCharge whose decision in this regard shall be final and binding on the Contractor. The Contractor shall see that the required quantities of materials are got issued. Any such materials remaining unused and in perfectly good/ original condition at the time of completion or determination of the Contract shall be returned to the Engineer-in-Charge at the stores from which it was issued or at a place directed by him by a notice in writing. The Contractor shall not be entitled for loading, transporting, unloading and stacking of such unused material except for the extra lead, if any involved, beyond the original place of issue. Provided, further that the Contractor shall not be entitled to claim any compensation from the Employer for the loss suffered by him on account of delay by the Employer in the supply of materials in Schedule ‘B’ where such delay is covered by difficulties relating to the supply of wagons, force majeure including non allotment of such materials by controlling authorities, acts of God, acts of enemies of the State/Country or any reasonable cause beyond the control of the Employer. CLAUSE 10A Materials to be provided by the Contractor The Contractor shall, at his own expense, provide all materials required for the works other than those which are stipulated to be supplied by the Employer. The Contractor shall, at his own expense and without delay, supply to the Engineer-inCharge samples of materials to be used on the work and shall get these approved in advance. All such materials to be used on the work shall be in conformity with the specifications laid down or referred to in the Contract. The Contractor shall, if requested by the Engineer-in-charge furnish proof, to the satisfaction of the Engineer-in-Charge that the materials so comply. The Engineer-in-Charge shall within thirty days of supply of samples or within such further period as he may require intimate to the Contractor in writing whether samples are approved by him or not. If samples are not approved, the Contractor shall forthwith arrange to supply to the Engineer-in-Charge for his approval fresh samples complying with the specifications laid down in the Contract. When materials are required to be tested in accordance with specifications, approval of the Engineer-inCharge shall be issued after the test results are received. The Contractor shall at his risk and cost submit the samples of materials to be tested or analysed and shall not make use of or incorporate in the work any materials represented by the samples until the required tests or analysis have been made and materials finally accepted by the Engineer-in-Charge. The Contractor shall not be eligible for any claim or compensation either arising out of any delay in the work or due to any corrective measures required to be taken on account of and as a result of testing of materials. The Contractor shall, at his risk and cost, make all arrangements and shall provide all facilities as the Engineer-in-Charge may require for collecting, and preparing the required number of samples for such tests at such time and to such place or places as may be directed by the Engineer-in-Charge and bear all charges and cost of testing unless specifically provided for otherwise elsewhere in the Contract or specifications. The Engineer-in-Charge or his authorized representative shall at all times have access to the works and to all workshops and places where work is being prepared or from where materials, manufactured articles or machinery are being obtained for the works and the Contractor shall afford every facility and every assistance in obtaining the right to such access. The Engineer-in-Charge shall have full powers to require the removal from the premises of all materials which in his opinion are not in accordance with the specifications and in case of default the Engineer-in-Charge shall be at liberty to employ at the expense of the Contractor, other persons to remove the same without being answerable or accountable for any loss or damage that may happen or arise to such materials. The Engineer-inCharge shall also have full powers to require other proper materials to be substituted thereof and in case of default the Engineer-in-Charge may cause the same to be supplied and all costs which may attend such removal and substitution shall be borne by the Contractor. If stipulated in Schedule ‘F’ the Contractor shall at his own expense, provide a material testing lab at the site for conducting routine field tests. The lab shall be equipped with the testing equipment as specified in Annexure ‘B-1’ except where otherwise stipulated in Schedule ’F’. The Contractor shall comply with special conditions relating to procurement, testing and storage of cement and steel as given in Annexure ‘B-2’. CLAUSE 10 B Secured Advance on Non-perishable Materials (i) The Contractor, on signing an indenture in the form to be specified by the Engineer-inCharge, shall be entitled to be paid during the progress of the execution of the work up to 90% of the assessed value of any materials which are in the opinion of the Engineer-inCharge non-perishable, non-fragile and non-combustible and are in accordance with the Contract and which have been brought on the site in connection therewith and are adequately stored and/ or protected against damage by weather or other causes but which have not at the time of advance been incorporated in the works. When materials on account of which an advance has been made under this sub-clause are incorporated in the work the amount of such advance shall be recovered/deducted from the next payment made under any of the clause or clauses of this Contract. Such secured advance shall also be payable on other items of perishable nature, fragile and combustible with the approval of the Engineer-in-Charge provided the Contractor provides a comprehensive insurance cover for the full cost of such materials. The decision of the Engineer-in-Charge shall be final and binding on the Contractor in this matter. No secured advance, shall however, be paid on high-risk materials such as ordinary glass, sand, petrol, diesel etc. Mobilisation Advance (ii) Mobilisation advance not exceeding 10% of the tendered value may be given, if requested by the Contractor in writing within one month of the order to commence the work. Such advance shall be paid in two equal installments. The first installment of such advance shall be released on a request made by the Contractor to the Engineer-in-Charge in this behalf. The second installment shall be released by the Engineer-in-Charge only after the Contractor furnishes a proof of the satisfactory utilization of the earlier installment to the entire satisfaction of the Engineer-in-Charge. Before any installment of advance is released, the Contractor shall furnish Bank Guarantee Bonds aggregating to 110% of the installment amount and not exceeding three in number from any Scheduled Bank as per form given in Annexure ‘C’. The BG Bonds shall be furnished initially valid for the full contract period. If the contract period gets extended due to any reasons, the BG Bonds shall be kept renewed from time to time to cover the balance amount to be recovered together with interest @ 10% and valid for the likely period of complete recovery. The BG Bonds shall be discharged progressively depending upon the amount of mobilisation advance along with interest. Plant, Machinery & Shuttering Material Advance (iii) An advance for plant, machinery & shuttering material required for the work and brought to site by the Contractor may be given if requested by the Contractor in writing within one month of bringing such plant, machinery or shuttering material to site. Such advance shall be given on such plant, machinery or shuttering material which in the opinion of the Engineer-in-Charge will add to the expeditious execution of work and improve the quality of work. The amount of advance shall be restricted to 5% of tender value. In the case of new plant and equipment to be purchased for the work, the advance shall be restricted to 90% of the price of such new plant and equipment paid by the Contractor for which the Contractor shall produce evidence satisfactory to the Engineer-in-Charge. In the case of second hand and used plants and equipment, the amount of such advance shall be limited to 50% of the depreciated value of plant and equipment as may be decided by the Engineer-in-Charge. The Contractor shall, if so required by the Engineer-in-Charge, submit the statement of value of such old plant and equipment duly approved by a Registered Valuer recognized by the Central Board of Direct Taxes under the Income-Tax Act, 1961. No such advance shall be paid on any plant and equipment of perishable nature and on any plant and equipment of a value less than Rs.50,000/-. Seventy five per cent of such amount of advance shall be paid after the plant and equipment is brought to site and balance twenty five per cent on successfully commissioning the same. Leasing of equipment shall be considered at par with purchase of equipment and shall be covered by tripartite agreement with the following : 1.Leasing company which gives certificate of agreeing to lease equipment to the Contractor. 2.Engineer-in-Charge, and 3.The Contractor. This advance shall further be subject to the condition that such plant and equipment (a) are considered by the Engineer-in-Charge to be necessary for the works; (b) and are in and are maintained in working order; (c) hypothecated to the Employer as per proforma of Hypothecation Deed given in Annexure `D', before the payment of advance is released. The Contractor shall not be permitted to remove from the site such hypothecated plant and equipment without the prior written permission of the Engineer-in-Charge. The Contractor shall be responsible for maintaining such plant and equipment in good working order during the entire period of hypothecation falling which such advance shall be entirely recovered in lump sum. For this purpose, steel scaffolding and form work shall be treated as plant & equipment. The Contractor shall insure the Plant and machinery for which mobilization advance is sought and given, for a sum sufficient to provide for their replacement at site. Any amounts not recovered from the insurer will be borne by the Contractor. Interest & Recovery iv) The mobilization advance and plant and machinery advance in (ii) & (iii) above bear simple interest at the rate of 10 per cent per annum and shall be calculated from the date of payment to the date of recovery, both days inclusive, on the outstanding amount of advance. Recovery of such sums advanced shall be made by deduction from the Contractor' s bill commencing after first ten percent of the gross value of the work is executed and paid on pro-rata percentage basis to the gross value of the work billed beyond 10% in such a way that the entire advance is recovered by the time eighty percent of the gross value of the Contract is executed and paid together with interest due on the entire outstanding amount up to the date of recovery of the installment. Recovery of advance at any intermediate stage shall be effected, if necessary , by encashment of part Bank Guarantees if the appropriate prorata amount of advance is not available from the work done by the Contractor. v) If the circumstances are considered reasonable by the Engineer-in-Charge, the period mentioned in (ii) and (iii) for request by the Contractor in writing for grant of mobilization advance and Plant and Machinery advance may be extended in the discretion of the Engineer-in-Charge. vi) Applicability of Clause 10 (B) (ii) to (v) Provided always that provisions of Clause B (ii) to (v) shall be applicable only when so provided in Schedule ‘F’. CLAUSE 10 C Payment on Account of Increase in Prices/ Wages due to Statutory Order (s) Deleted CLAUSE 10 CA Payment due to variation in prices of materials after receipt of tender Deleted CLAUSE 10 CC Payment due to increase/decrease in prices/wages after Receipt of Tender for Works This clause will be applicable only when so provided in Schedule ‘F’. If the prices of materials (not being materials supplied or services rendered at fixed prices by the Employer in accordance with Clauses 10 & 34 hereof) and/ or wages of labour required for execution of the work increase, the Contractor shall be compensated for such increase as per provisions detailed below and the amount of the Contract shall accordingly be varied, subject to the condition that such compensation for escalation in prices and wages based on whole–sale Price Index/Labour rate as applicable from time to time, shall be available only if so stipulated in Schedule ‘F’. For works executed during the period of extension granted with levy of compensation under Clause-2, compensation towards price variation will be payable only on the basis of indices for materials and labour as applicable on last date of extension without levy of compensation under Clause-2 or the indices applicable to such period of extension, whichever are lower. Such compensation for escalation in the prices of materials and labour, when due, shall be worked out based on the following provisions:i) The base date for working out such escalation shall be the last stipulated date of receipt of tenders including extension, if any. ii) The cost of work on which the escalation will be payable shall be reckoned as below : a) Gross value of work done upto this quarter : (A) b) Gross value of work done upto the last quarter : (B) c) Gross value of work done since previous quarter (A-B) : (C) d) Full assessed value of Secured Advance fresh paid in this quarter : (D) e) Full assessed value of Secured Advance recovered in this quarter : (E) f) Full assessed value of Secured Advance for which escalation (F) is payable in this quarter : (D – E). g) Advance payment made during this quarter : (G) h) Advance payment recovered during this quarter : (H) i) Advance payment for which escalation is payable in this quarter (G-H) : (I) j) Extra items, Substituted Items and Deviated Quantities paid as per Clause 12 based on prevailing market rates during this quarter: Then, M = C + F + I - J N = 0.85 M k) Less cost of material supplied by the Employer as per (J) Clause 10 and recovered during the quarter (K) l) Less cost of services rendered at fixed charges as per Clause 34 and recovered during the quarter (L) Cost of work for which escalation is applicable: W = N - (K + L) iii) Components of cement, steel, materials, labour, POL, etc. shall be pre-determined for every work and incorporated in the conditions of Contract attached to the tender papers included in Schedule ' E' . The decision of the Engineer-in-Charge in working out such percentage shall be final and binding on the Contractors. The percentages stipulated for the different components in Schedule ‘E’ will continue to be applicable even if the percentages vary as per actuals at the stage of execution of works. iv) The compensation for escalation for cement, steel, materials, and POL shall be worked as per the formula given below : a) Adjustment for component of 'Cement' Vc = W x Xc 100 x CI - CIo CIo Vc : Variation in cement cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W : Cost of work done, worked out as indicated in sub-para (ii) above. Xc: Component of cement expressed as percent of the total value of work CI : Monthly Wholesale Price Index for G r e y cement for the period under consideration as published by the Economic Advisor to Govt. of India, Ministry of Commerce & Industry CIo : Monthly Wholesale Price Index for Grey cement as published by the Economic Advisor to Govt. of India, Ministry of Commerce & Industry as valid on the last stipulated date of receipt of tenders including extension, if any. b) Adjustment for component of 'Steel' Vs = W x Xs 100 x SI - SIo SIo Vs : Variation in steel cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W : Cost of work done, worked out as indicated in sub-para (ii) above. Xs : Component of steel expressed in percent of the total value of work SI : Monthly Wholesale Price Index for steel (Rebar) for the period under consideration as published by the Economic Advisor to Govt. of India, Ministry of Commerce & Industry. However, the Price Index shall be minimum of the following:i) Index for the month when the last consignment of steel reinforcement for the work is procured or ii) Index for the month by which half of the stipulated Contract period is over. iii) Index for the period under consideration SIo : Monthly Wholesale Price Index for steel (Rebar) published by the Economic Advisor to Govt. of India, Ministry of Commerce & Industry as valid on the last stipulated date of receipt of tenders including extension, if any. c) Adjustment for component of 'Materials' VM = W x XM 100 x MI - MIo MIo VM : Variation of material cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W : Cost of work done, worked out as indicated in sub-para (ii) above. Xm : Component of ' materials'expressed as percent of the total value of work. MI : Monthly Wholesale Price Index for a l l commodities for the period under consideration as published by Economic Advisor to Govt. of India, Ministry of Commerce & Industry. MIo : Monthly Wholesale Price Index for all commodities valid on the last stipulated date of receipt of tender including extension, if any, as published by Economic Advisor to Govt. of India, Ministry of Commerce & Industry. Adjustment for Component of POL VF = W x Z 100 x FI - FIo FIo VF : Variation of cost of Fuel, Oil & Lubricant i.e. increase or decrease in the amount in rupees to be paid or recovered. W : Cost of work done, worked out as indicated in sub-para (ii) above. Z : Component of Fuel, Oil & Lubricant expressed as percent of the total value of work. FI Fl Monthly Wholesale Price Index for High Speed Diesel for the period under consideration as published by Economic Advisor to Govt. of India, Ministry of Commerce & Industry, New Delhi. FIo : Monthly Wholesale Price Index for High Speed Diesel valid on the last stipulated date of receipt of tender including extension, if any as published by Economic Advisor to Government of India, Ministry of Commerce & Industry. v) The following principles shall be followed while working out the indices mentioned in para (iv) above. (a) The compensation for escalation shall be worked out at quarterly intervals and shall be with respect to the cost of work done as per bills paid during the three calendar months of the said quarter. The first such payment shall be made at the end of three months after the month (excluding) in which the tender was accepted and thereafter at three months interval. At the time of completion of work, the last period for payment might become less than 3 months, depending on the actual date of completion. (b) The index (CI, SI, MI, FI etc.) relevant to any quarter/ period for which such compensation is paid shall be the arithmetical average of the indices relevant to the three calendar months. If the period upto date of completion after the quarter covered by the last such installment of payment, is les than three months, the index CI, SI, MI and FI shall be the average of the indices for the months falling within that period. vi) The compensation for escalation for labour shall be worked out as per the formula given below : VL = W x Y 100 x LI - LIo LIo VL : Variation in labour cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W : Cost of work done, worked out as indicated in sub-para (ii) of Clause 10 CC. Y : Component of labour expressed as a percentage of the total value of the work. LIo : Highest Minimum daily wage in rupees of an unskilled adult male mazdoor, fixed under any law, statutory rule or order as on the last stipulated date of receipt of tender including extension, if any. LI : Highest Minimum wage in rupees of an unskilled adult male mazdoor, fixed under any law, statutory rule or order as applicable on the last date of the quarter previous to the one under consideration. vii) The following principles will be followed while working out the compensation as per subpara (vi) above. (a) The minimum wage of an unskilled male mazdoor mentioned in sub-para (vi) above shall be the higher of the wage notified by Government of India. Ministry of labour and that notified by the local administration both relevant to the place of work and the period of reckoning. It is not necessary that LIo and LI should be those notified by the same Body. (b) The escalation for labour also shall be paid at the same quarterly intervals when escalation due to increase in cost of materials and/ or POL is paid under the clause. If such revision of minimum wages takes place during any such quarterly intervals, the escalation compensation shall be payable at revised rates only for work done in subsequent quarters. (c) Irrespective of variations in minimum wages of any category of labour, for the purpose of this clause, the variation in the rate for an unskilled adult male mazdoor alone shall form the basis for working out the escalation compensation payable on the labour component. viii) In the event the price of materials and/ or wages of labour required for execution of the work decrease/s, there shall be a downward adjustment of the cost of work so that such price of materials and/or wages of labour shall be deductible from the cost of work under this Contract and in this regard the formula herein before stated under this Clause 10CC shall mutatis mutandis apply, provided that : (a) no such adjustment for the decrease in the price of materials and/ or wages of labour aforementioned would be made in case of Contracts in which the Clause 10 CC is not applicable as indicated in Schedule ‘F’. (b) the Engineer-in-Charge shall otherwise be entitled to lay down the procedure by which the provisions of this sub-clause shall be implemented from time to time and the decision of the Engineer-in-Charge in this behalf shall be final and binding on the Contractor. (ix) The Contractor shall furnish the basic data, initially and periodically during the course of work about CI, CIö , SI, SIö, MI, MIö, FI, FIö , LI, LIö etc. required for computations under clause 10CC, along with copy of supporting documentary evidence. CLAUSE 10D Dismantled Material Employers’ Property The Contractor shall treat all materials obtained during dismantling of a structure, excavation of the site for a work, etc. as the Employer' s Property and such materials shall be disposed off to the best advantage of the Employer according to the instructions in writing issued by the Engineer-in-Charge. CLAUSE 11 Work to be Executed in Accordance with Specifications, Drawings, Orders etc. The Contractor shall execute the whole and every part of the work in the most substantial and workmanlike manner both as regards materials and otherwise in every respect in strict accordance with the specifications. The Contractor shall also conform exactly, fully and faithfully to the design, drawings and instructions in writing in respect of the work signed by the Engineer-in-Charge and the Contractor shall be furnished free of charge one copy of the Contract documents together with specifications, designs, drawings and instructions as are not included in the standard specifications of Central Public works Department or any other organization specified in Schedule 'F' or in any Bureau of Indian Standard or any other, published standard or code or, Schedule of Rates or any other printed publication referred to elsewhere in the Contract. Any reference made to the standards, specifications issued by the BIS and other similar organizations shall be deemed to include the latest edition of issue of such standards, specifications and bye-laws including all revisions, amendments and addenda subsequently issued. Where ISI Standards exist in respect of materials, then the materials shall in all respects comply with the relevant and current ISI. In such cases where ISI Specifications do not exist nearest equivalent International Standards/ Specifications will be followed. In absence of either the specified manufacturers'specifications shall be followed. In absence of all these, the Engineer' s instructions shall be followed. If any ambiguity arises as to the meaning of any of portion of the specifications and drawings or as to execution or quality of any work or material or as to measurement of the works, the decision of the Engineer-in-Charge shall be final and binding on the Contractor. The Contractor shall comply with the provisions of the Contract and with the care and diligence execute and maintain the works and provide all labour and materials, tools and plants including for measurements and supervision of all works, structural plans and other things of temporary or permanent nature required for such execution and maintenance in so far as the necessity for providing these, is specified or is reasonably inferred from the Contract. The Contractor shall take full responsibility for adequacy, suitability and safety of all the works and methods of construction. CLAUSE 12 DEVIATIONS/VARIATIONS EXTENT AND PRICING The Engineer-in-Charge shall have power (i) to make alteration in, omissions from, additions to, or substitutions for the original specifications, drawings, designs and instructions that may appear to him to be necessary or advisable during the progress of the work, and (ii) to omit a part of the works in case of non-availability of a portion of the site or for any other reasons and the Contractor shall be bound to carry out the works in accordance with any instructions given to him in writing signed by the Engineer-in-Charge and such alterations omissions, additions or substitutions shall form part of the Contract as if originally provided therein and any altered, additional or substituted work which the Contractor may be directed to do in the manner specified above as part of the works, shall be carried out by the Contractor on the same conditions in all respects including price on which he agreed to do the main work except as hereafter provided. The Contractor shall not carry out any extra item or substituted item or quantity in excess of permitted deviation as stipulated in Schedule 'F'of items covered by Schedule of Quantities, without specific written approval of the Engineer-in-Charge. In all such cases, the Contractor shall advise the Engineer-in-Charge in writing as soon as he observes the necessity for execution of such item or excess quantity. 12.1 The time for completion of the works shall, in the event of any deviations resulting in additional cost over the tendered value sum being ordered, be extended, if requested by the Contractor, as follows: i) In the proportion which the additional cost of the altered, additional or substituted work, bears to the original tendered value plus ii) 25% of the time calculated in (i) above or such further additional time as may be considered reasonable by the Engineer-in-Charge which decision shall be final and binding on the Contractor. 12.2 (a) Deviation, Extra items and Pricing In the case of extra item (s) (items that are completely new and are in addition to the items contained in the Contract) the Contractor may within fifteen days of receipt of order or occurrence of the item (s) claim rates, supported by proper analysis, for the work and the Engineer-in-Charge shall within one month of the receipt of the claims supported by analysis, after giving consideration to the analysis of the rates submitted by the Contractor, determine the rates on the basis of the market rates and the Contractor shall be paid in accordance with the rates so determined. (b) Deviation, Substituted Items, Pricing In the case of substituted items (items that are taken with partial substitution or in lieu of items of work in the Contract) the rate for the agreement item (to be substituted) and substituted item shall also be determined in the manner as mentioned in the following para. (i) If the market rate for the substituted item so determined is more than the market rate of the agreement item (to be substituted) the rate payable to the Contractor for the substituted item shall be the rate for the agreement item (to be substituted) so increased to the extent of the difference between the market rates of substituted item and the agreement item (to be substituted). (ii) If the market rate for the substituted item so determined is less than the market rate of the agreement item (to be substituted) the rate payable to the Contractor for the substituted item shall be the rate for the agreement item (to be substituted) so decreased to the extent of the difference between the market rates of substituted item and the agreement item (to be substituted). (c) Deviation, Deviated Quantities, Pricing In the case of Contract items, Substituted items and Contract cum Substituted items which exceed the limit laid down in Schedule ‘F’ the following procedure shall be followed in making payment for the Quantity as actually executed. (i) If the Contract Quantity is A units and Deviation percentage stipulated in Schedule’ F’ is B%, the payment will be effected at Contract BOQ unit rate for that item for the Quantity (A + A x B ) termed as (say) C . 100) (ii) For the Quantity exceeding C and upto 1.20C, payment will be effected at 97% of Contract BOQ unit rate. (iii) For the Quantity exceeding 1.20C, the Contractor may within fifteen days of receipt of order or occurrence of the extra, claim revision of the rate supported by proper analysis. If the rate so claimed is in excess of 97% of Contract BOQ unit rate for that item, the Engineer-in-Charge shall within one month of receipt of the claim supported by analysis, and after giving consideration to the analysis of the rates submitted by the Contractor, determine the rate on the basis of the market rates and the Contractor shall be paid in accordance with the rate as determined. In case where the Contractor does not submit any claim for revision of rate and the Engineer-in-Charge is of the opinion that even 97% of Contract BOQ unit rate is on the higher side, he can determine the rate on the basis of the market rate analysis and the Contractor shall be paid in accordance with such revised rate as determined by the Engineer-in-Charge. 12.3 In case the quantity executed is less than the Contract Quantity for any item, payment will be effected at the Contract BOQ rate if the executed quantity is within the Deviation limit stipulated in Schedule ‘F’. If the executed quantity is even lesser than that the paym ent will st ill be ef f ect ed only at BOQ r at e f or t he f ull quant it y as executed. 12.4 The Contractor shall send to the Engineer-in-Charge once every three months an upto date account giving complete details of all claims for additional payments to which the Contractor may consider himself entitled and of all additional work ordered by the Engineer-in-Charge which he has executed during the preceding quarter failing which the Contractor shall be deemed to have waived his right. However, the Engineer-in-Charge may authorize consideration of such claims on merits. 12.5 For the purpose of operation of Schedule ‘F’, except in cases where there is a specific definition of Foundation in Schedule ‘F’, the following works shall be treated as works relating to foundation. i) For Buildings: All works upto 1.2 meters above ground level or upto floor 1 level, whichever is lower. ii) For abutments, piers and well steining:- All works upto 1.2 m above the bed level. iii) For retaining walls, wing walls, compound walls, chimneys, over head reservoirs/tanks and other elevated structures: All works upto 1.2 metres above the ground level. iv) For reservoirs/tanks (other than overhead reservoirs/tanks). All works upto 1.2 m above the ground level. v) For basement: All works upto 1.2 m above ground level or upto floor 1 level, whichever is lower. vi) For Roads, all items of excavation and filling including treatment of sub-base. 12.6 Any operation incidental or necessarily has to be in contemplation of tenderer while filing tender, or necessary for proper execution of the item included in the Schedule of quantities or in the Schedule of Rates mentioned above, whether or not, specifically indicated in the description of the item and the relevant specifications, shall be deemed to be included in the rates quoted by the tenderer or the rate given in the said Schedule of Rates, as the case may be. Nothing extra shall be admissible for such operations. CLAUSE 13 Foreclosure of Contract due to Abandonment or Reduction in Scope of Work If at any time after acceptance of the tender the Employer shall decide to abandon or reduce the scope of the works for any reason whatsoever and hence not require the whole or any part of the works to be carried out, the Engineer-in-Charge shall give notice in writing to that effect to the Contractor and the Contractor shall act accordingly in the matter. The Contractor shall have no claim to any payment of compensation or otherwise whatsoever, on account of any profit or advantage which he might have derived from the execution of the works in full but which he did not derive in consequence of the foreclosure of the whole or part of the works. The Contractor shall be paid at the rates as stipulated in Clause 12 for works executed at site and, in addition, a reasonable amount as certified by the Engineer-in-Charge which decision shall be final and binding on the Contractor, for the items hereunder mentioned which could not be utilized on the work to the full extent in view of the foreclosure: i) Any expenditure incurred on preliminary site work, e.g. temporary access roads, temporary labour huts, staff quarters and site office, storage accommodation and water storage tanks. ii) The Employer shall have the option to take over Contractor' s materials or any part thereof either brought to site or of which the Contractor is legally bound to accept delivery from suppliers (for incorporation in or incidental to the work) provided, however, the Employer shall be bound to take over the materials or such portions thereof as the Contractor does not desire to retain. For materials taken over or to be taken over by the Employer cost of such materials as detailed by Engineer-inCharge shall be paid. The cost shall, however, take into account purchase price, cost of transportation and deterioration or damage which may have been caused to materials whilst in the custody of the Contractor. iii) If any materials supplied by the Employer are rendered surplus, the same except normal wastage shall be returned by the Contractor to the Employer at rates not exceeding those at which these were originally issued less allowance for any deterioration or damage which may have been caused whilst the materials were in the custody of the Contractor. In addition, cost of transporting such materials from site to the Employer' s stores, if so required by the Employer shall be paid. iv) Reasonable compensation for transfer of T & P from site to Contractor' s permanent stores or to his other works, whichever is less. If T & P are not transported to either of the said places, no cost of transportation shall be payable. v) Reasonable compensation for repatriation of Contractor' s site staff and imported labour to the extent necessary. The Contractor shall, if required by the Engineer-in-Charge furnish to him books of account, wage books, time sheets and other relevant documents and evidence as may be necessary to enable him to certify the reasonable amount payable under this condition. The reasonable amount of items on (i), (iv) and (v) above shall not be in excess of 2% of the cost of the work remaining incomplete on the date of closure, i.e. total stipulated cost of the work as per accepted tender less the cost of work actually executed under the Contract and less the cost of Contractor' s materials at site taken over by the Employer as per item (ii) above. Provided always that against any payments due to the Contractor on this account or otherwise, the Engineer-in-Charge shall be entitled to recover or be credited with any outstanding balances due from the Contractor for advance paid in respect of any tool, plants and materials and any other sums which at the date of termination were recoverable by the Employer from the Contractor under the terms of the Contract. CLAUSE 14 Taking away part work due to default of the Contractor and recovery of additional cost If Contractor: i) At any time makes default during currency of work or does not execute any part of the work with due diligence and continues to do so even after a notice in writing of 7 days in this respect from the Engineer-in-Charge; or ii) Commits default in complying with any of the terms and conditions of the contract and does not remedy it or takes effective steps to remedy it within 7 days even after a notice in writing is given in that behalf by the Engineer-in-Charge; or iii) Fails to complete the work(s) or items of work with individual dates of completion, on or before the date (s) so determined, and does not complete them within the period specified in the notice given in writing in that behalf by the Engineer-in-Charge. The Engineer-in-Charge on behalf of the Employer, without invoking action under clause 3 may, without prejudice to any other right or remedy against the contractor which have either accrued or accrue thereafter to the Employer, by a notice in writing to take the part work / part incomplete work of any item (s) out of his hands and shall have powers to: a) Take possession of the site and any materials, constructional plant, implements, stores etc., thereon; and / or b) Carry out the part work / part incomplete work of any item (s) by any other Agency. In such an event, the Contractor shall be liable for loss / damage suffered by the Employer because of action under this clause and to compensate for this loss or damage, the Employer shall be entitled to recover a sum equivalent to 20% of the value of the part work / part incomplete work so taken away subject to a maximum limit of 10% of the Tendered value of the work. The value of the work taken away shall be calculated for the items and Quantities taken away, at the Agreement rates including price variation as applicable on the date when notice in writing for taking away part work, was issued to the Contractor. The Contractor from whom part work is being taken out, shall not be allowed to participate in the tendering process for carrying out such work. The amount to be recovered from the Contractor as determined above, shall, without prejudice to any other right or remedy available to the Employer as per law or as per agreement, will be recovered from any money due to the Contractor on any account, and if such money is insufficient, the contractor shall be called upon in writing and he as shall be liable pay the same within 30 days. If the contractor fails to pay the required sum within the aforesaid period of 30 days, the Engineer-in-Charge on behalf of the Employer shall have the right to sell any or all of the Contractor’s unused materials, constructional plant, implements, temporary building at site etc., and adjust the proceeds of sale thereof towards the dues recoverable from the contractor under the contractor and if thereafter there remains any balance outstanding, it shall be recovered in accordance with the provisions of the contract. In the event of above course being adopted by the Engineer-in-Charge, the contractor shall have no claim to compensation for any loss sustained by him by reasons of his having purchased or procured any materials or entered into any engagements or made any advance on any account or with a view to the execution of the work or the performance of the contract. CLAUSE 15 Suspension of Work i) The Contractor shall, on receipt of the order in writing of the Engineer-in-Charge, (whose decision shall be final and binding on the Contractor) suspend the progress of the works or any part thereof for such time and in such manner as the Engineer-in-Charge may consider necessary so as not to cause any damage or injury to the work already done or endanger the safety thereof for any of the following reasons: a) on account of any default on the part of the Contractor or; b) for proper execution of the works or part thereof for reasons other than the default of the Contractor; or c) for safety of the works or part thereof. The Contractor shall, during such suspension, properly protect and secure the works to the extent necessary and carry out the instruction given in that behalf by the Engineer-inCharge. ii) If the suspension is ordered for reasons (b) and (c) in sub-para (i) above. a) The Contractor shall be entitled to an extension of time equal to the period of every such suspension plus 25%, for completion of the item or group of items of work for which a separate period of completion is specified in the Contract and of which the suspended work forms a part, and; b) If the total period of all such suspensions in respect of an item or group of items of work for which a separate period of completion is specified in the Contract exceeds thirty days, the Contractor shall, in addition, be entitled to such compensation as the Engineer-inCharge may consider reasonable in respect of salaries and/ or wages paid by the Contractor to his employees and labour at site, remaining idle during the period of suspension, adding thereto 2% to cover indirect expenses of the Contractor. Provided the Contractor submits his claim supported by details to the Engineer-in-Charge within fifteen days of the expiry of the period of 30 days. iii) If the works or part thereof is suspended on the orders of the Engineer-in-Charge for more than three months at a time, except when suspension is ordered for reason (a) in sub-para (i) above, the Contractor may after receipt of such order serve a written notice on the Engineer-in-Charge requiring permission within fifteen days from receipt by the Engineer-in-Charge of the said notice, to proceed with the work or part thereof in regard to which progress has been suspended and if such permission is not granted within that time, the Contractor, if he intends to treat the suspension, where it affects only a part of the works as an omission of such part by the Employer or where it affects whole of the works, as an abandonment of the works by the Employer, shall within ten days of expiry of such period of 15 days give notice in writing of his intention to the Engineer-in-Charge. In the event of the Contractor treating the suspension as an abandonment of the Contract by the Employer, he shall have no claim to payment of any compensation on account of any profit or advantage which he might have derived from the execution of the work in full but which he could not derive in consequence of the abandonment. He shall, however, be entitled to such compensation, as the Engineer-in-Charge may consider reasonable, in respect of salaries and/ or wages paid by him to his employees and labour at site, remaining idle in consequence adding to the total thereof 2% to cover indirect expenses of the Contractor provided the Contractor submits his claim supported by details to the Engineer-in-Charge within 30 days of the expiry of the period of 3 months. CLAUSE 16 Action in case Work not done as per specifications All works under or in course of execution or executed in pursuance of the Contract shall at all times be open and accessible to the inspection and supervision of the Engineer-inCharge, his authorized subordinates in charge of the work and all the superior officers, officer of the Quality Control Organization of the Employer or any organization engaged by the Employer for Quality Assurance and of the Chief Technical Examiner' s Office, and the Contractor shall, at all times, during the usual working hours and at all other times at which reasonable notice of the visit of such officers has been given to the Contractor, either himself be present to receive orders and instructions or have a responsible agent duly accredited in writing, present for that purpose. Orders given to the Contractor' s agent shall be considered to have the same force as if they had been given to the Contractor himself. If it shall appear to the Engineer-in-Charge or his authorized subordinates incharge of the work or to the Chief Engineer-in-Charge of Quality Control or his subordinate officers or the officers of the organization engaged by the Employer for Quality Assurance or to the Chief Technical Examiner or his subordinate officers, that any work has been executed with unsound, imperfect, or unskillful workmanship, or with materials or articles provided by him for the execution of the work which are unsound or of a quality inferior to that contracted or otherwise not in accordance with the Contract, the Contractor shall, on demand in writing which shall be made within twelve months of the completion of the work from the Engineer-in-Charge specifying the work, materials or articles complained of, notwithstanding that the same may have been passed, certified and paid for, forthwith rectify, or remove and reconstruct the work so specified in whole or in part, as the case may require or as the case may be, remove the materials or articles so specified and provide other proper and suitable materials or articles at his own charge and cost. In the event of his failing to do so within a period specified by the Engineer-in-Charge in his demand aforesaid, then the Contractor shall be liable to pay compensation at the same rate as under clause 2 of the Contract (for non-completion of the work in time) for this default. In such case the Engineer-in-Charge may not accept the item of work at the rates applicable under the Contract but may accept such items at reduced rates as the authority specified in Schedule `F'may consider reasonable during the preparation of on account bills or final bill if the item is so acceptable without detriment to the safety and utility of the item and the structure or he may reject the work outright without any payment and/or get it and other connected and incidental items rectified, or removed and reexecuted at the risk and cost of the Contractor. Decision of the Engineer-in-Charge to be conveyed in writing in respect of the same will be final and binding on the Contractor. CLAUSE 17 Contractor Liable for Damages, defects during Maintenance Period and Refund of Security Deposit (Correction slip No. 6) If the Contractor or his working people or servants shall break, deface, injure or destroy any part of building in which they may be working, or any building, road, road kerb, fence, enclosure, water pipe, cables, drains, electric or telephone post or wires, trees, grass or grassland, or cultivated ground contiguous to the premises on which the work or any part is being executed, or if any damage shall happen to the work while in progress, from any cause whatever or if any defect, shrinkage or other faults appear in the work within the maintenance period specified in Schedule F after a certificate final or otherwise of its completion shall have been given by the Engineer-in-Charge as aforesaid arising out of defect or improper materials or workmanship, the Contractor shall upon receipt of a notice in writing on that behalf make the same good at his own expense or in default the Engineer-in-Charge shall cause the same to be made good by other workmen and deduct the expense from any sums that may be due or at any time thereafter may become due to the Contractor, or from his Security Deposit or the proceeds of sale thereof of a sufficient portion thereof. The Security Deposit of the Contractor shall not be refunded before the expiry of the maintenance period specified in Schedule F after the issue of the certificate final or otherwise, of completion of work, or till the Final Bill has been prepared and passed whichever is later. Provided that in the case of road work if in the opinion of the Engineer-in-Charge, half of the Security Deposit is sufficient to meet all liabilities of the Contractor under this Contract, half of the Security Deposit will be refundable on expiry of half the specified maintenance period and the remaining half after expiry of the full maintenance period from the date of issue of the said certificate of completion or till the Final Bill has been prepared and passed whichever is later. The specialized items of work such as Anti termite treatment, water proofing work, kiln seasoned and chemically treated wooden shutters etc. shall be entrusted to specialized firm or Registered Contractor who shall give specific guarantees that they shall be responsible for removal of any defect cropping up in these works executed by them within the Guarantee period. The form in which the Guarantee is to be executed by the Contractor on a stamp paper of the required value is at Annexure E1 & E2 respectively for Water Proofing Works and Anti Termite Treatment Works. The Contract shall not be considered as completed until a Maintenance Certificate shall have been signed by the Engineer-in-Charge and delivered to the Employer stating that the works have been completed and maintained to his satisfaction. The Maintenance Certificate shall be given by the Engineer-in-Charge within twenty eight days after the expiry of the Period of Maintenance as stipulated above or as soon thereafter as any works ordered during such period, shall have been completed to the satisfaction of the Engineer-in-Charge and full effect shall be given to this clause, notwithstanding any previous entry on the Works or taking the possession, working or using thereof or any part thereof by the Employer. In case of Maintenance and Operation works of E & M services, the security deposit deducted from the Contractor shall be refunded within one month from the date of final payment or within one month from the date of completion of the maintenance Contract whichever is earlier. Not withstanding anything contained in the clause, Security Deposit of the work will not be refunded unless the stipulations in clauses 45 and 45A are complied with. CLAUSE 18 Contractor to Supply Tools & Plants etc. The Contractor shall provide at his own cost all materials (except such special materials if any, as may in accordance with the Contract be supplied from the Engineer-in-Charge' s stores), machinery, tools and plants, appliances, implements, ladders, cordage, tackle, scaffolding and temporary works required for the proper execution of the work, whether original, altered or substituted and whether included in the specification or other documents forming part of the Contract or referred to in these conditions or not, or which may be necessary for the purpose of satisfying or complying with the requirements of the Engineer-in-Charge as to any matter as to which under these conditions he is entitled to be satisfied, or which he is entitled to require together with carriage therefore to and from the work. The Contractor shall also supply without charge the requisite number of persons with the means and materials, necessary for the purpose of setting out works and counting, weighing and assisting the measurement for examination at any time and from time to time of the work or materials. Failing his so doing the same may be provided by the Engineer-in-Charge at the expense of the Contractor and the expenses may be deducted, from any money due to the Contractor, under this Contract or otherwise and/or from his security deposit or the proceeds of sale thereof, or of a sufficient portions thereof. List of mandatory machinery, Tools and Plants to be deployed at site shall be as specified in Schedule ‘F’. CLAUSE 18 A Recovery of Compensation paid to Workman In every case in which by virtue of the provisions under sub-section (1) of Section 12 of the Workmen' s Compensation Act, 1923, the Employer is obliged to pay compensation to a workman employed by the Contractor, in execution of the works, the Employer will recover from the Contractor the amount of the compensation so paid; and, without prejudice to the rights of the Employer under sub-section (2) of Section 12 of the said Act, the Employer shall be at liberty to recover such amount or any part thereof by deducting it from the Security Deposit or from any sum due by the Employer to the Contractor whether under this Contract or otherwise. The Employer shall not be bound to contest any claim made against it under sub-section (1) Section 12 of the said Act, except on the written request of the Contractor and upon his giving to the Employer full security for all costs for which the Employer might become liable in consequence of contesting such claim. CLAUSE 18 B Ensuring Payment and Amenities to Workers if Contractor fails In every case in which by virtue of the provisions of the Contract Labour (Regulation and Abolition) Act, 1970, and of the Contract Labour (Regulation and Abolition) Central Rules, 1971, the Employer is obliged to pay any amounts of wages to a workman employed by the Contractor in execution of the works, or to incur any expenditure in providing welfare and health amenities required to be provided under the above said Act and the rules s Labour Regulations, or under the under Clause 19H or under the RITES Contractor' Rules framed by Government from time to time for the protection of health and sanitary arrangements for workers employed by the Employer' s Contractors, the Employer will recover from the Contractor the amount of wages so paid or the amount of expenditure so incurred; and without prejudice to the rights of the Employer under sub-section (2) of Section 20, and sub-section (4) of Section 21, of the Contract Labour (Regulation and Abolition) Act, 1970, the Employer shall be at liberty to recover such amount or any part thereof by deducting it from the Security Deposit or from any sum due by the Employer to the Contractor whether under this Contract or otherwise. The Employer shall not be bound to contest any claim made against it under sub-section (1) of Section 20, subsection (4) of Section 21, of the said Act, except on the written request of the Contractor and upon his giving to the Employer full security for all costs for which the Employer might become liable in contesting such claim. CLAUSE 19 Labour Laws to be complied by the Contractor i) The Contractor shall obtain a valid licence under the Contract Labour (R&A) Act, 1970 and the Contract Labour (Regulation and Abolition) Central rules 1971, before the commencement of the work, and continue to have a valid license until the completion of the work. The Contractor shall also abide by the provisions of the Child Labour (Prohibition and Regulation) Act, 1986. ii) The Contractor shall also comply with the provisions of Building and Other Construction Workers (Regulation of Employment and Conditions of Service) Act 1996 and t he Building and Other Construction Workers’ Welfare Cess Act, 1996. Any failure to fulfill these requirements shall attract the penal provisions of this Contract arising out of the resultant non-execution of the work. CLAUSE 19 A Employment of Under-age Labour No labour below the age of fourteen years shall be employed on the work. CLAUSE 19 B Payment of wages : i) The Contractor shall pay to labour employed by him either directly or through subContractors, wages not less than fair wages as defined in the RITES Contractor' s Labour Regulations or as per the provisions of the Contract Labour (Regulation and Abolition) Act 1970 and the Contract Labour (Regulation and Abolition) Central Rules, 1971, wherever applicable. ii) The Contractor shall, notwithstanding the provisions of any Contract to the contrary, cause to be paid fair wage to labour indirectly engaged on the work, including any labour engaged by his sub-Contractors in connection with the said work, as if the labour had been immediately employed by him. iii) In respect of all labour directly or indirectly employed in the works for performance of the Contractor' s part of this Contract, the Contractor shall comply with or cause to be complied with RITES Contractor' s Labour Regulations from time to time in regard to payment of wages, wage period, deductions from wages, recovery of wages not paid and deductions unauthorisedly made, maintenance of wage books or wage slips, publication of scale of wages and other terms of employment, inspection and submission of periodical returns and all other matters of the like nature or as per the provisions of the Contract Labour (Regulation and Abolition) Act 1970, and the Contract Labour (Regulation and Abolition) Central Rules, 1971, wherever applicable. iv) a) The Engineer-in-Charge concerned shall have the right to deduct from the moneys due to the Contractor any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of nonfulfillment of the conditions of the Contract for the benefit of the workers, non-payment of wages or of deductions made from his or their wages which are not justified by their terms of the Contract or non-observance of the Regulations. b) Under the provision of Minimum Wages (Central) Rules 1950, the Contractor is bound to allow to the labours directly or indirectly employed in the works one day rest for 6 days continuous work and pay wages at the same rate as for duty. In the event of default, the Engineer-in-Charge shall have the right to deduct the sum or sums not paid on account of wages for weekly holidays to any labours and pay the same to the persons entitled thereto from any money due to the Contractor by the Engineer-in-Charge concerned. In the case of Union Territory of Delhi, however, as the all inclusive minimum daily wages fixed under Notification of the Delhi Administration No.F.12 (162) MWO/DAB/43884-91 dated 31.12.1979 as amended from time to time are inclusive of wages for the weekly day of rest, the question of extra payment for weekly holiday would not arise. v) The Contractor shall comply with the provisions of the Payment of Wages Act, 1936, Minimum Wages Act, 1948, Employees Liability Act, 1938, Workmen' s Compensation Act, 1923, Industrial Disputes Act, 1947, Maternity Benefits Act, 1961, and the Contractor' s Labour (Regulation and Abolition) Act 1970, or the modifications thereof or any other laws relating thereto and the rules made thereunder from time to time. vi) The Contractor shall indemnify and keep indemnified the Employer against payments to be made under and for the observance of the laws aforesaid and the RITES Contractor' s Labour Regulations without prejudice to his right to claim indemnity from his subContractors. vii) The laws aforesaid shall be deemed to be a part of this Contract and any breach thereof shall be deemed to be a breach of this Contract. viii) Whatever is the minimum wage for the time being, or if the wage payable is higher than such wage, such wage shall be paid by the Contractor to the workmen directly without the intervention of Jamadar and that Jamadar shall not be entitled to deduct or recover any amount from the minimum wage payable to the workmen as and by way of commission or otherwise. ix) The Contractor shall ensure that no amount by way of commission or otherwise is deducted or recovered by the Jamadar from the wage of workmen. CLAUSE 19 C Compliance with provisions in Safety Code In respect of all labour directly or indirectly employed in the work for the performance of the Contractor' s part of this Contract, the Contractor shall at his own expense arrange for the safety provisions as per RITES Safety Code framed from time to time and shall at his own expense provide for all facilities in connection therewith. In case the Contractor fails to make arrangement and provide necessary facilities as aforesaid he shall be liable to pay a penalty of Rs.200/- for each default and in addition the Engineer-in-Charge shall be at liberty to make arrangement and provide facilities as aforesaid and recover the costs incurred in that behalf from the Contractor. CLAUSE 19 D Submission of Fortnightly Labour Report The Contractor shall submit by the 4th and 19th of every month, to the Engineer-inCharge a true statement showing in respect of the second half of the preceding month and the first half of the current month respectively : 1) the number of labourers employed by him on the work, 2) their working hours, 3) the wages paid to them, 4) the accidents that occurred during the said fortnight showing the circumstances under which they happened and the extent of damage and injury caused by them, and 5) the number of female workers who have been allowed maternity benefit according to Clause 19F and the amount paid to them. Failing which the Contractor shall be liable to pay to the Employer a sum not exceeding Rs.200/- for each default or materially incorrect statement. The decision of the Engineerin-Charge shall be final in deducting from any bill due to the Contractor the amount levied as fine and be binding on the Contractor. CLAUSE 19 E Compliance with the Rules on Health and Sanitary arrangements In respect of all labour directly or indirectly employed in the works for the performance of the Contractor' s part of this Contract, the Contractor shall comply with or cause to be complied with all the rules framed by RITES from time to time for the protection of health and sanitary arrangements for workers employed by the Employer and its Contractors. CLAUSE 19 F Maternity Benefits Leave and pay during leave shall be regulated as follows : 1. Leave : (i) in the case of delivery - maternity leave not exceeding 8 weeks, 4 weeks upto and including the day of delivery and 4 weeks following that day, (ii) in the case of miscarriage - upto 3 weeks from the date of miscarriage. 2. Pay : (i) in the case of delivery - leave pay during maternity leave will be at the rate of the women' s average daily earnings, calculated on total wages earned on the days when full time work was done during a period of three months immediately preceding the date on which she gives notice that she expects to be confined or at the rate of Rupee one only a day whichever is greater. (ii) In the case of miscarriage - leave pay at the rate of average daily earning calculated on the total wages earned on the days when full time work was done during a period of three months immediately preceding the date of such miscarriage. 3. Conditions for the grant of Maternity Leave : No maternity leave benefit shall be admissible to a woman unless she has been employed for a total period of not less than six months immediately preceding the date on which she proceeds on leave. 4. The Contractor shall maintain a register of Maternity (Benefit) in the Prescribed form as shown in Appendices I and II in the Proforma of Registers attached to RITES Contractor’s Labour Regulations and the same shall be kept at the place of work. CLAUSE 19 G Action in case of Non-observance of Rules and Regulations In the event of the Contractor committing a default or breach of any of the provisions of RITES'Contractor' s Labour Regulations and Model Rules for the protection of health and sanitary arrangements for the workers as amended from time to time or furnishing any information or submitting or filing any statement under the provisions of the above Regulations and Rules which is materially incorrect, he shall, without prejudice to any other liability, pay to the Employer a sum not exceeding Rs.200/- for every default, breach or furnishing, making, submitting, filing such materially incorrect statements and in the event of the Contractor defaulting continuously in this respect, the penalty may be enhanced to Rs.200/- per day for each day of default subject to a maximum of 5 per cent of the estimated cost of the work put to tender. The decision of the Engineer-in-Charge shall be final and binding on the parties. Should it appear to the Engineer-in-Charge that the Contractor is not properly observing and complying with the provisions of the RITES Contractor' s Labour Regulations, Model Rules and the provisions of the Contract Labour (Regulation and Abolition) Act 1970, and the Contract Labour (R & A) Central Rules 1971, for the protection of health and sanitary arrangements for work-people employed by the Contractor (hereinafter referred as "the said Rules") the Engineer-in-Charge shall have power to give notice in writing to the Contractor requiring that the said Rules be complied with and the amenities prescribed therein be provided to the work-people within a reasonable time to be specified in the notice. If the Contractor shall fail within the period specified in the notice to comply with and observe the said Rules and to provide the amenities to the work-people as aforesaid, the Engineer-in-Charge shall have the power to provide the amenities hereinbefore mentioned at the cost of the Contractor.. The Contractor shall erect, make and maintain at his own expense and to approved standards all necessary huts and sanitary arrangements required for his/ work-people on the site in connection with the execution of the works, and if the same shall not have been erected or constructed, according to approved standards, the Engineer-in-Charge shall have power to give notice in writing to the Contractor requiring that the said huts and sanitary arrangements be remodelled and/or reconstructed according to approved standards and if the Contractor shall fail to remodel or reconstruct such huts and sanitary arrangements according to approved standards within the period specified in the notice, the Engineer-in-Charge shall have the power to remodel or reconstruct such huts and sanitary arrangements according to approved standards at the cost of the Contractor. CLAUSE 19 H Provision of Labour Camp with Amenities The Contractor shall at his own cost provide his labour with a sufficient number of huts (hereinafter referred to as the camp) of the following specifications on a suitable plot of land to be approved by the Engineer-in-Charge. i) a) The minimum height of each hut at the eaves level shall be 2.10m (7ft.) and the floor area to be provided will be at the rate of 2.7 sq.m. (30 sq.ft.) for each member of the worker' s family staying with the labourer. b) the Contractor shall in addition construct suitable cooking places having at x5' ) adjacent to the hut for each family. minimum area of 1.80m x 1.50m (6' c) The Contractor shall also construct temporary latrines and urinals for the use of the labourers each on the scale of not less than four per each one hundred of the total strength, separate latrines and urinals being provided for women. d) The Contractor shall construct sufficient number of bathing and washing places, one unit for every 25 persons residing in the camp. These bathing and washing places shall be suitably screened. ii) a) All the huts shall have walls of sun-dried or burnt bricks laid in mud mortar or other suitable local materials as may be approved by Engineer-in-Charge. In case of sun-dried bricks, the walls should be plastered with mud gobri on both sides. The floor may be kutcha but plastered with mud gobri and shall be at least 15 cm (6") above the surrounding ground. The roofs shall be laid with thatch or any other materials as may be approved by the Engineer-in-Charge and the Contractor shall ensure that throughout the period of their occupation the roofs remain water-tight. b) The Contractor shall provide each hut with proper ventilation. c) All doors, windows, and ventilators shall be provided with suitable leaves for security purposes. d) There shall be kept an open space of at least 7.2m (8 yards) between the rows of huts which may be reduced to 6m (20 ft.) according to the availability of site with the approval of the Engineer-in-Charge. Back to back construction will be allowed. iii) Water Supply - The Contractor shall provide adequate supply of water for the use of labourers. The provisions shall not be less than two gallons of pure and wholesome water per head per day for drinking purposes and three gallons of clean water per head per day for bathing and washing purposes. Where piped water supply is available, supply shall be at stand posts and where the supply is from well or river, tanks which may be of metal or masonry, shall be provided. The Contractor shall also at his own cost make arrangements for laying pipe lines for water supply to his labour camp from the existing mains wherever available, and shall pay all fees and charges therefor. iv) The site selected for the camp shall be high ground, removed from jungle. v) Disposal of Excreta - The Contractor shall make necessary arrangements for the disposal of excreta from the latrines by trenching or incineration which shall be according to the requirements laid down by the Local Health Authorities. If trenching or incineration is not allowed the Contractor shall make arrangements for the removal of the excreta through the Municipal Committee/authority and inform it about the number of labourers employed so that arrangements may be made by such committee/ authority for the removal of the excreta. All charges on this account shall be borne by the Contractor and paid direct by him to the Municipality/authority. The Contractor shall provide one sweeper for every eight seats in case of dry system. vi) Drainage - The Contractor shall provide efficient arrangements for draining away sullage water so as to keep the camp neat and tidy. vii) The Contractor shall make necessary arrangements for keeping the camp area sufficiently lighted to avoid accidents to the workers. viii) Sanitation - The Contractor shall make arrangements for conservancy and sanitation in the labour camps according to the rules of the Local Public Health and Medical Authorities. CLAUSE 19 I Compliance with instructions on removal from site of undesirable person The Engineer-in-Charge may require the Contractor to dismiss or remove from the site of the work any person or persons in the Contractor’s employ upon the work who may be incompetent or misconduct himself and the Contractor shall forthwith comply with such requirements. CLAUSE 19 J Unauthorized occupation of building during construction It shall be the responsibility of the Contractor to see that the building under construction is not occupied by any body unauthorisedly during construction, and is handed over to the Engineer-in-Charge with vacant possession of complete building. If such building though completed is occupied illegally, then the Engineer-in-Charge shall have the option to refuse to accept the said building/ buildings in that position. Any delay in acceptance on this account will be treated as the delay in completion and for such delay a levy upto 5% of tendered value of work may be imposed by the Engineer-in-Charge whose decision shall be final both with regard to the justification and quantum and be binding on the Contractor. However, the Engineer-in-Charge, through a notice, may require the Contractor to remove the illegal occupation any time on or before construction and delivery. CLAUSE 20 Minimum Wages Act to be complied with The Contractor shall comply with all the provisions of the Minimum Wages Acts, 1948, and Contract Labour (Regulation and Abolition) Act, 1970, amended from time to time and rules framed thereunder and other labour laws affecting Contract labour that may be brought into force from time to time. CLAUSE 21 Work not to be sublet, Action in case of insolvency & Illegal Gratification etc. The Contract shall not be assigned or sublet without the written approval of the Engineerin-Charge. The permitted subletting of work by the Contractor shall not establish any contractual relationship between the Sub-Contractor and the Employer and shall not absolve the Contractor of any responsibility under the Contract. The execution of work by petty Contractors under the direct and personal Supervision of the Contractor or his agent shall not be deemed to be subletting under this Clause. And if the Contractor shall assign or sublet his Contract, or attempt to do so, or become insolvent or commence any insolvency proceedings or make any composition with his creditors or attempt to do so, or if any bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise, shall either directly or indirectly, be given, promised or offered by the Contractor, or any of his servants or agent to any public officer or person in the employ of the Employer in any way relating to his office or employment, or if any such officer or person shall become in any way directly or indirectly interested in the Contract, the Engineer-in-Charge on behalf of the Employer shall have power to adopt the course specified in Clause 3 hereof in the interest of the Employer and in the event of such course being adopted the consequences specified in the said Clause 3 shall ensue. CLAUSE 22 Payment of Compensation All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the use of the Employer without reference to the actual loss or damage sustained and whether or not any damage shall have been sustained. CLAUSE 23 Changes in firm's Constitution to be intimated Where the Contractor is a partnership firm, the previous approval in writing of the Engineer-in-Charge shall be obtained before any change is made in the constitution of the firm. Where the Contractor is an individual or a Hindu undivided family business concern such approval as aforesaid shall likewise be obtained before the Contractor enters into any partnership agreement where under the partnership firm would have the right to carry out the works hereby undertaken by the Contractor. If previous approval as aforesaid is not obtained, the Contract shall be deemed to have been assigned in contravention of Clause 21 hereof and the same action may be taken, and the same consequences shall ensue as provided in the said Clause 21. CLAUSE 24 Execution of works under the Direction of the Engineer-in-Charge All works to be executed under the Contract shall be executed under the direction and subject to the approval in all respects of the Engineer-in-Charge who shall be entitled to direct at what point or points and in what manner they are to be commenced, and from time to time carried on. CLAUSE 25 Settlement of Disputes & Arbitration Except where otherwise provided in the Contract all questions and disputes relating to the meaning of the specifications, design, drawings and instructions herein before mentioned and as to the quality of workmanship or materials used on the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the Contract, designs, drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the cancellation, termination, completion or abandonment thereof shall be dealt with as mentioned hereinafter: 1) If the Contractor considers any work demanded of him to be outside the requirements of the Contract, or disputes any drawings, record or decision given in writing by the Engineer on any matter in connection with or arising out of the Contract or carrying out of the work, to be unacceptable, he shall promptly within 15 days request the Engineer-inCharge in writing for written instruction or decision. Thereupon, the Engineer-in-Charge shall give his written instructions or decision within a period of one month from the receipt of the Contractor' s letter. If the Engineer-in-Charge fails to give his instructions or decision in writing within the aforesaid period or if the Contractor is dissatisfied with the instructions or decision of the Engineer-in-Charge, the Contractor may, within 15 days of the receipt of the Engineer-inCharge decision, appeal to the Appellate Authority specified in Schedule 'F'who shall afford an opportunity to the Contractor to be heard, if the latter so desires, and to offer evidence in support of his appeal. The Appellate Authority shall give his decision within 30 days of receipt of Contractor' s appeal. If the Contractor is dissatisfied with this decision, the Contractor shall within a period of 30 days from receipt of the decision, give notice to the Appointing Authority specified in Schedule 'F'for appointment of arbitrator failing which the said decision shall be final binding and conclusive and not referable to adjudication by the arbitrator. 2) Except where the decision has become final, binding and conclusive in terms of Sub Para (1) above, disputes or difference shall be referred for adjudication through arbitration by a sole arbitrator appointed by the Appointing Authority. The selection of Arbitrator by the Appointing Authority will be governed by the fact whether the dispute is (i) between two Public Sector Enterprises or (ii) between a Public Sector Enterprise and a Government Department or (iii) Otherwise. In case the dispute does not fall under item (i) or (ii) of this Para the Appointing Authority, shall appoint the sole Arbitrator. Within 30 days of receipt of notice from the Contractor to refer the dispute for Arbitration, the Appointing Authority stipulated in Schedule F shall send to the Contractor a list of three serving officers of RITES of appropriate status depending on the total value of claim, who have not been connected with the work under the Contract. The Contractor shall, within 15 days of receipt of this list select and communicate to the Appointing Authority, the name of one officer from the list who shall then be appointed as the Sole Arbitrator. If the Contractor fails to communicate his selection of name within the stipulated period, the Appointing Authority shall without delay, select one officer from the list and appoint him as the Sole Arbitrator. 3) In case the dispute falls under item (i) or (ii) of Sub Para (2) above, the Appointing Authority shall refer the dispute for Arbitration by one of the Arbitrators in the Department of Public Enterprises to be nominated by the Secretary to the Govt. of India in charge of the Department of Public Enterprises. The Arbitration & Conciliation Act 1996 shall not be applicable to the Arbitration in such a case. The Award of the Arbitrator shall be binding upon the parties to the dispute, provided however that any party aggrieved by such award may make a further reference for setting aside or revision of the Award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Govt. of India. Upon such reference, the dispute shall be decided by the Law Secretary or the Special Secretary/Additional Secretary when so authorized by the Law Secretary, whose decision shall bind the parties finally and conclusively. The Parties to the dispute will share equally the cost of Arbitration as intimated by the Arbitrator. The Arbitrator shall make a speaking Award and the Award may be published on plain paper. In the event of the Sole Arbitrator dying, neglecting or refusing to act or being unable to act for any reason, it shall be lawful for the Secretary to the Govt. of India in charge of the Department of Public Enterprises to nominate another person in place of the outgoing Arbitrator to act as Sole Arbitrator. The new Arbitrator as appointed shall as far as practicable proceed from the stage where it was left by the outgoing Arbitrator. It is a term of this Contract that the party invoking arbitration shall give a list of disputes with amount claimed in respect of each such dispute along with the notice for appointment of arbitrator and giving reference to the rejection by the Appellate Authority of the appeal in the form at Annexure `F'. It is a term of this Contract that "Excepted matters" or matters where the decision of the Engineer-in-Charge or any higher authority has been stipulated as "Final and Binding" in various Clauses of Contract, stand specifically excluded from the purview of Arbitration Clause. It is also a term of this Contract that no person other than a person appointed by such Appointing Authority as aforesaid should act as arbitrator and if for any reason that is not possible, the matter shall not be referred to arbitration at all. It is also a term of this Contract that if the Contractor does not make any demand for appointment of arbitrator in respect of any claims in writing as aforesaid within 120 days of receiving the intimation from the Engineer-in-Charge that the final bill is ready for payment, the claim of the Contractor shall be deemed to have been waived and absolutely barred and the Employer shall be discharged and released of all liabilities under the Contract in respect of these claims. 4) Obligation during pendency of arbitration Work under the Contract shall unless otherwise directed by the Engineer-in-Charge continue during the Arbitration proceeding and no payment due or payable by the Employer shall be withheld on account of such proceedings, provided however, it shall be open for the Arbitrator to consider and decide whether or not such work should continue during arbitration proceedings. 5) Signing of "No Claim" certificate The Contractor shall not be entitled to make any claim whatsoever against the Employer under or by virtue of or arising out of the Contract, nor shall the Employer entertain or consider any such claim if made by the Contractor after he shall have signed a "No Claim Certificate" in favour of the Employer in such form as stipulated by the Employer, after the works are finally measured up. The Contractor shall be debarred from disputing the correctness of any item covered by the "No Claim Certificate" or demanding a reference to arbitration in respect thereof. 6) Parties to be impleaded in the arbitration proceedings In case of any claims by the Contractor, the Employer as well as RITES Ltd acting as Agent to the Employer will implead themselves as parties to the Arbitration Proceedings. 7) The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996 (26 of 1996) or any statutory modifications or reenactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceeding under this clause, except for cases falling under para 2 (i) or (ii). 8) It is also a term of this Contract that the arbitrator shall adjudicate on only such disputes as are referred to him by the appointing authority and give separate award against each dispute and claim referred to him and in all cases where the total amount of the claims by any party exceeds Rs.1,00,000/- the arbitrator shall give reasons for the award. 9) It is also a term of the Contract that where the arbitral award is for the payment of money, no interest shall be payable on whole or any part of the money for any period till the date on which the award is made. 10) It is also a term of this Contract that the arbitrator shall indicate i) the Award amount payable on the date of award ii) the period within which it is to be paid and iii) Simple rate of interest applicable beyond the stipulated free period for making payment of Award amount. 11) It is also a term of the Contract that if any fees are payable to the arbitrator these shall be paid equally by both the parties. 12) It is also a term of the Contract that the arbitrator shall be deemed to have entered on the reference on the date he issues notice to both the parties calling them to submit their statement of claims and counter statement of claims. The venue of the arbitration shall be such place as may be fixed by the arbitrator in his sole discretion. The fees, if any, of the arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. The cost of the reference and of the award (including the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may direct to any by whom and in what manner, such costs or any part thereof shall be paid and fix or settle the amount of costs to be so paid. CLAUSE 26 Contractor to Indemnify the Employer against Patent Rights The Contractor shall fully indemnify and keep indemnified the Employer against any action, claim or proceeding relating to infringement or use of any patent or design or any alleged patent or design rights and shall pay any royalties which may be payable in respect of any article or part thereof included in the Contract. In the event of any claims made under or action brought against the Employer in respect of any such matters as aforesaid the Contractor shall be immediately notified thereof and the Contractor shall be at liberty, at his own expenses, to settle any dispute or to conduct any litigation that may arise therefrom, provided that the Contractor shall not be liable to indemnify the Employer if the infringement of the patent or design or any alleged patent or design right is the direct result of an order passed by the Engineer-in-Charge in this behalf. CLAUSE 27 Lumpsum Provisions in Tender When the estimate on which a tender is made includes lump sum in respect of parts of the work, the Contractor shall be entitled to payment in respect of the items of work involved or the part of the work in question at the same rates as are payable under this Contract for such items, or if the part of the work in question is not, in the opinion of the Engineer-in-Charge payable of measurement, the Engineer-in-Charge may at his discretion pay the lumpsum amount entered in the estimate, and the certificate in writing of the Engineer-in-Charge shall be final and conclusive against the Contractor with regard to any sum or sums payable to him under the provisions of the Clause. CLAUSE 28 Action where no Specifications are specified In the case of any class of work for which there is no such specification as referred to in Clause 11, such work shall be carried out in accordance with the Bureau of Indian Standards Specifications. In case there is no such specification in Bureau of India Standards, the work shall be carried out as per manufacturer' s specifications. In case there are no such specifications as required above, the work shall be carried out in all respects in accordance with the instructions and requirements of the Engineer-in-Charge. CLAUSE 29 With-holding and lien in respect of sums due from Contractor i) Whenever any claim or claims for payment of a sum of money arises out of or under the Contract or against the Contractor, the Engineer-in-Charge or the Employer shall be entitled to withhold and also have a lien to retain such sum or sums in whole or in part from the Security Deposit and Performance Guarantee, if any deposited by the Contractor, pending finalization or adjudication of any such claim. In the event of the S ecurity D e posit and P erformance Guarantee, being insufficient to cover the claimed amount or amounts or if no Security Deposit and Performance Guarantee has been taken from the Contractor, the Engineer-in-Charge or the Employer shall be entitled to withhold and have a lien to retain to the extent of such claimed amount or amounts referred to above, from any sum or sums found payable or which may at any time thereafter become payable to the Contractor under the same Contract or any other Contract with the Engineer-in-Charge of the Employer or any Contracting person through the Engineer-in-Charge pending finalization of/adjudication of any such claim. It is an agreed term of the Contract that the sum of money or moneys so withheld or retained under the lien referred by the Engineer-in-Charge or the Employer will be kept withheld or retained as such by the Engineer-in-Charge or the Employer till the claim arising out of or under the Contract is determined by the arbitrator (if the Contract is governed by the arbitration clause) or by the competent court, as the case may be and that the Contractor will have no claim for interest or damages whatsoever on any account in respect of such withholding or retention under the lien referred to above and duly notified as such to the Contractor. For the purpose of this clause, where the Contractor is a partnership firm or a limited company, the Engineer-in-Charge or the Employer shall be entitled to withhold and also have a lien to retain towards such claimed amount or amounts in whole or in part from any sum found payable to any partner/ limited company as the case may be, whether in his individual capacity or otherwise. ii) The Employer shall have the right to cause an audit and technical examination of the works and the Final Bill of the Contractor including all supporting vouchers, abstract, etc. to be made after payment of the Final Bill and if as a result of such audit and technical examination, any sum is found to have been overpaid in respect of any work done by the Contractor under the Contract or any work claimed to have been done by him under the Contract and found not to have been executed, the Contractor shall be liable to refund the amount of over-payment and it shall be lawful for the Employer to recover the same from him in the manner prescribed in sub-clause (i) of this clause or in any other manner legally permissible; and if it is found that the Contractor was paid less than what was due to him under the Contract in respect of any work executed by him under it, the amount of such under payment shall be duly paid by the Employer to the Contractor, without any interest thereon whatsoever. Provided that the Employer shall not be entitled to recover any sum overpaid, nor the Contractor shall be entitled to payment of any sum paid short where such payment has been agreed upon between the Engineer-in-Charge on the one hand and the Contractor on the other under any term of the Contract permitting payment for work after assessment by the Engineer-in-Charge. CLAUSE 29 A Lien in respect of claims in other Contracts Any sum of money due and payable to the Contractor (including the Security Deposit and Performance Guarantee returnable to him) under the Contract may be withheld or retained by way of lien by the Engineer-in-Charge or the Employer or any other contracting person or persons through Engineer-in-Charge against any claim of the Engineer-in-Charge or the Employer or such other person or persons in respect of payment of a sum of money arising out of or under any other Contract made by the Contractor with the Engineer-inCharge or the Employer or with such other person or persons. It is an agreed term of the Contract that the sum of money so withheld or retained under this clause by the Engineer-in-Charge or the Employer will be kept withheld or retained as such by the Engineer-in-Charge or the Employer till his claim arising out of the same Contract or any other Contract is either mutually settled or determined by the arbitration clause or by the competent court, as the case may be and that the Contractor shall have no claim for interest or damages whatsoever on this account or on any other ground in respect of any sum of money withheld or retained under this clause and duly notified as such to the Contractor. CLAUSE 30 Employment of coal mining or controlled area labour not permissible The Contractor shall not employ coal mining or controlled area labour falling under any category whatsoever on or in connection with the work or recruit labour from area within a radius of 32 km (20 miles) of the controlled area. Subject as above the Contractor shall employ imported labour only from area, from which import is permitted. Where ceiling price for imported labour has been fixed by State or Regional Labour Committees not more than that ceiling price shall be paid to the labour by the Contractor. The Contractor shall immediately remove any labourer who may be pointed out by the Engineer-in-Charge as being a coal mining or controlled area labourer. Failure to do so shall render the Contractor liable to pay to the Employer a sum calculated at the rate of Rs.10/- per day per labourer. The certificate of the Engineer-in-Charge about the number of coal mining or controlled area labourers and the number of days for which they worked shall be final and binding upon all parties to this Contract. It is declared and agreed between the parties that the aforesaid stipulation in this clause is one in which the public are interested within the meaning of the exception in Section 74 of Indian Contract Act, 1872. Explanation : Controlled Area means the following areas : Districts of Dhanbad, Hazaribagh, Jamtara-a Sub-division under Santhal Pargana Commissionery, Districts of Bankuara, Birbhum, Burdwan, District of Bilaspur. Any other area which may be declared a Controlled Area by or with the approval of the Central Government. CLAUSE 31 Unfiltered water supply required for the work The Contractor shall make his own arrangements for water required for the work and nothing extra will be paid for the same. This will be subject to the following conditions. i) That the water used by the Contractor shall be fit for construction purposes to the satisfaction of the Engineer-in-Charge. ii) The Engineer-in-Charge shall make alternative arrangements for supply of water at the risk and cost of the Contractor if the arrangements made by the Contractor for procurement of water are in the opinion of the Engineer-in-Charge, unsatisfactory. CLAUSE 31 A Employer's water supply, if available Water if available may be supplied to the Contractor by the Employer subject to the following conditions: i) The water charges @1% shall be recovered on gross amount of the work done. ii) The Contractor shall make his own arrangement of water connection and laying of pipelines from existing main of source of supply. iii) The Employer does not guarantee to maintain uninterrupted supply of water and it will be incumbent on the Contractor to make alternative arrangements for water at his own cost in the event of any temporary break down in the Employer' s water main so that the progress of his work is not held up for want of water. No claim of damage or refund of water charges will be entertained on account of such break down. CLAUSE 32 Alternate water arrangements i) Where there is no piped water supply arrangement and the water is taken by the Contractor from the wells or hand pump constructed by the Employer, no charge shall be recovered from the Contractor on that account. The Contractor shall, however, draw water at such hours of the day that it does not interfere with the normal use for which the hand pumps and wells are intended. He will also be responsible for all damage and abnormal repairs arising out of his use, the cost of which shall be recoverable from him. The Engineer-in-Charge shall be the final authority to determine the cost recoverable from the Contractor on this account and his decision shall be final and binding on the Contractor. ii) The Contractor shall be allowed to construct temporary wells in the Employer' s land for taking water for construction purposes only after he has got permission of the Engineerin-Charge in writing. No charges shall be recovered from the Contractor on this account, but the Contractor shall be required to provide necessary safety arrangements to avoid any accidents or damage to adjacent buildings, roads and service lines. He shall be responsible for any accidents or damage caused due to construction and subsequent maintenance of the wells and shall restore the ground to its original condition after the wells are dismantled on completion of the work. CLAUSE 33 Return of Surplus Materials Notwithstanding anything contained to the contrary in this Contract, where any materials for the execution of the Contract are procured with the assistance of the Employer either by issue from the Employer' s stocks or purchase made under orders or permits or licences issued by the Employer the Contractor shall hold the said materials economically and solely for the purpose of the Contract and not dispose of them without the written permission of the Employer and return, if required by the Engineer-in-Charge, all surplus or unserviceable materials that may be left with him after the completion of the Contract or at its termination for any reason whatsoever on being paid or credited such price as the Engineer-in-Charge shall determine having due regard to the condition of the materials. The price allowed to the Contractor however shall not exceed the amount charged to him excluding the element of storage charges. The decision of the Engineerin-Charge shall be final and conclusive. In the event of breach of the aforesaid condition the Contractor shall in addition to throwing himself open to action for contravention of the terms of the licence or permit and/ or for criminal breach of trust, be liable to the Employer for all moneys, advantages or profits resulting or which in the usual course would have resulted to him by reason of such breach. CLAUSE 34 Hire of Plant & Machinery i) The Contractor shall arrange at his own expense all tools, plant, machinery and equipment (hereinafter referred to as T & P) required for execution of the work except for the Plant & Machinery listed in Schedule 'C'and stipulated for issue to the Contractor. If the Contractor requires any item of T&P on hire from the T&P available with the Employer over and above the T&P stipulated for issue, the Employer will, if such item is available, hire it to the Contractor at rates to be agreed upon between him and the Engineer-inCharge. In such a case all the conditions hereunder for issue of T&P shall also be applicable to such T&P as is agreed to be issued. ii) Plant and Machinery when supplied on hire charges shown in Schedule ' C'shall be made over and taken back at the Employer' s equipment yard/ shed shown in Schedule 'C'and the Contractor shall bear the cost of carriage from the place of issue to the site of work and back. The Contractor shall be responsible to return the plant and machinery in the condition in which it was handed over to him, and he shall be responsible for all damage caused to the said plant and machinery at the site of work or elsewhere in operation or otherwise or during transit including damage to or loss of parts and for all losses due to his failure to return the same soon after the completion of the work for which it was issued. The Engineer-in-Charge shall be the sole judge to determine the liability of the Contractor and its extent in this regard and his decision shall be final and binding on the Contractor. iii) The plant and machinery as stipulated above will be issued as and when available and if required by the Contractor. The Contractor shall arrange his programme of work according to the availability of the plant and machinery and no claim, whatsoever, will be entertained from him for any delay in supply by the Employer. iv) The hire charges shall be recovered at the prescribed rates from and inclusive of the date the plant and machinery made over upto and inclusive of the date of the return in good order even though the same may not have been working for any cause except major breakdown due to no fault of the Contractor or faulty use requiring more than three working days continuously (excluding intervening holidays and Sundays) for bringing the plant in order. The Contractor shall immediately intimate in writing to the Engineer-inCharge when any plant or machinery gets out of order requiring major repairs as aforesaid. The Engineer-in-Charge shall record the date and time of receipt of such intimation in the log sheet of the plant or machinery. Based on this if the major breakdown has occurred before lunch, period of major breakdown will be computed considering half a day' s breakdown on the day of complaint. If the breakdown occurs post lunch, the period of major breakdown will be computed starting from the next working day. In case of any dispute under this clause the decision of the Engineer-in-Charge shall be final and binding on the Contractor. v) The hire charges shown i n Schedule ‘C’ are for each day of 8 hours (inclusive of the one hour lunch break) or part thereof. vi) Hire charges will include service of operating staff as required and also supply of lubricating oil and stores for cleaning purposes. Power fuel of approved type, firewood, kerosene oil etc. for running the plant and machinery and also the full time chowkidar for guarding the plant and machinery against any loss or damage shall be arranged by the Contractor who shall be fully responsible for the safeguard and security of plant and machinery. The Contractor shall, on or before the supply of plant and machinery, sign an agreement indemnifying the Employer against any loss or damage caused to the plant and machinery either during transit or at site of work. vii) Ordinarily, no plant and machinery shall work for more than 8 hours a day inclusive of one hour lunch break. In case of an urgent work however, the Engineer-in-Charge may, at his discretion, allow the plant and machinery to be worked for more than normal period of 8 hours a day. In that case the hourly hire charges for overtime to be borne by the Contractor shall be 50% more than the normal proportionate hourly charges (1/8th of the daily charges) subject to a minimum of half day' s normal charges on any particular day. For working out hire charges for overtime a period of half an hour and above will be charged as one hour and a period of less than half an hour will be ignored. viii) The Contractor shall release the plant and machinery every seventh day for periodical servicing and/or wash out which may take about three to four hours or more. Hire charges for full day shall be recovered from the Contractor for the day of servicing/ wash out irrespective of the period employed in servicing. ix) The plant and machinery once issued to the Contractor shall not be returned by him on account of lack of arrangements of labour and materials, etc. on his part. The same will be returned only when they are required for major repairs or when in the opinion of the Engineer-in-Charge the work or a portion of work for which the same was issued is completed. x) Log Book for recording the hours of daily work for each of the plant and machinery supplied to the Contractor will be maintained by the Engineer-in-Charge and will be countersigned by the Contractor or his authorized agent daily. In case the Contractor contests the correctness of the entries and/or fails to sign the Log Book the decision of the Engineer-in-Charge shall be final and binding on him. Hire charges will be calculated according to the entries in the Log Book and will be binding on the Contractor. Recovery on account of hire charges for Road Rollers shall be made for the minimum number of days worked out on the assumption that a Roller can consolidate per day maximum quantity of materials or area surfacing as will be advised to the Contractor by the Engineer-in- Charge at the time of hiring out the Road Roller. In case Rollers for consolidation are employed by the Contractor himself, log book for such Rollers shall be maintained in the same manner as is done in the case of the Employer' s Rollers. Maximum quantity of any item to be consolidated for each Roller day shall also be same as stipulated above by the Engineer-in-Charge. For less use of Rollers recovery for the less Roller days shall be made at the stipulated issue rate. xi) In the case of concrete mixers, the Contractor shall arrange to get the hopper cleaned and the drum washed at the close of the work each day or each occasion. xii) The Contractor shall be responsible to return the plant and machinery in the condition in which it was handed over to him and he shall be responsible for all damage caused to the said plant and machinery at the site of work or elsewhere in operation or otherwise or during transit including damage to or loss of part, and for all losses due his failure to return the same soon after the completion of the work for which it was issued. The Engineer-in-charge shall be the sole judge to determine the liability of the Contractor and its extent in this regard and his decision shall be final and binding on the Contractor. xiii) The Contractor will be exempted from levy of any hire charges for the number of days he is called upon in writing by the Engineer-in-Charge to suspend execution of the work, provided the Employer' s plant and machinery in question have, in fact, remained idle with the Contractor because of the suspension. xiv) In the event of the Contractor not requiring any item of plant and machinery issued by the Employer though not stipulated for issue in Schedule 'C' , any time after taking delivery at the place of issue, he may return it after two days written notice or at any time without notice if he agrees to pay hire charges for two additional days without, in any way, affecting the right of the Engineer-in-Charge to use the said plant and machinery during the said period of two days as he likes including hiring out to a third party. CLAUSE 35 Condition relating to use of asphaltic materials i) The Contractor undertakes to make arrangement for the supervision of the work by the firm supplying the tar or bitumen used. ii) The Contractor shall collect the total quantity of tar or bitumen required for the work as per standard formula, before the process of painting is started and shall hypothecate it to the Engineer-in-Charge. If any bitumen or tar remains unused on completion of the work on account of lesser use of materials in actual execution for reasons other than authorized changes of specification and abandonment of portion of work, a corresponding deduction equivalent to the cost of unused materials as determined by the Engineer-inCharge shall be made and the material returned to the Contractor. Although the materials are hypothecated to the Employer, the Contractor undertakes the responsibility for their proper watch, safe custody and protection against all risks. The materials shall not be removed from site of work without the consent of the Engineer-in-Charge in writing. iii) The Contractor shall be responsible for rectifying defects noticed within a year from the date of completion of the work and the portion of the Security Deposit relating to asphaltic work shall be refunded after the expiry of this period. CLAUSE 36 Employment of Technical Staff and employees Contractor' s Superintendence, Supervision, Technical Staff & Employees. i) The Contractor shall provide all necessary superintendence during execution of the work and as long thereafter as may be necessary for proper fulfilling of the obligations under the Contract. The Contractor shall immediately after receiving Letter of A cceptance of the tender and before commencement of the work, intimate in writing to the Engineer-in-Charge the name, qualifications, experience, age, address and other particulars along with certificates, of the Principal Technical Representative and Deputy T echnical Representative to be in charge of the work. Such qualifications and experience shall not be lower than those specified in Schedule ' F'. The Engineer-in-Charge shall within five working days of receipt of such communication intimate in writing his approval or otherwise of such a representative to the Contractor. Any such approval may at any time be withdrawn and in case of such withdrawal the Contractor shall appoint another such representative according to the provisions of this clause. Decision of the Engineer-in-Charge shall be final and binding on the Contractor in this respect. Such a Principal Technical Representative and Deputy Technical Representative shall be appointed by the Contractor soon after receipt of the approval from Engineer-in-Charge and shall be available at site within fifteen days of start of work. All the provisions applicable to the Principal Technical Representative under the Clause will also be applicable to other Technical Representative(s). The Principal Technical Representative and/or other Technical Representative shall be present at the site of work for supervision at all times when any construction activity is in progress and also present himself/themselves as required to the Engineer-in-Charge and/or his representative to take instructions. Instructions given to the Principal Technical Representative or other Technical Representative shall be deemed to have the same force as if these have been given to the Contractor. The Principal Technical Representative and/or other Technical Representative shall be actually available at site fully during all stages of execution of work, during recording of measurement of works and whenever so required by the Engineer-in-Charge and shall also note down instructions conveyed by the Engineer-in- Charge or his designated representative in the site order book and shall affix his/their signature in token of noting down the instructions and in token of acceptance of measurements/test checked measurements. The representative shall not look after any other work. Substitutes duly approved by Engineer-in-Charge in similar manner as aforesaid shall be provided in the event of absence of any of the representatives by more than two days. If the Engineer-in-Charge, whose decision in this respect is final and binding on the Contractor, is convinced that no such Technical Representative is/are effectively appointed or is/are effectively attending or fulfilling the provision of this clause, a recovery (non refundable) shall be effected from the Contractor as specified in para (iv) below and the decision of the Engineer-in-Charge as recorded in the Site Order Book and measurement recorded/test checked in Measurement Books shall be final and binding on the Contractor. Further if the Contractor fails to appoint a suitable Principal / Deputy Technical Representative or other T echnical Representative and if such appointed persons are not effectively present or are absent by more than 2 days without duly approved substitutes or do not discharge their responsibilities satisfactorily, the Engineer-in-Charge shall have full powers to suspend the execution of the work until such date as another suitable Technical Representative(s) is/are appointed and the Contractor shall be held responsible for the delay so caused to the work. The Contractor shall submit a certificate of employment of the Technical Representative(s) along with every On Account Bill/Final Bill and shall produce evidence if at any time so required by the Engineer-in-Charge. ii) The Contractor shall provide and employ on the site only such technical assistants as are skilled and experienced in their respective fields and such foremen and supervisory staff as are competent to give proper supervision to the work. The Contractor shall provide and employ skilled, semiskilled and unskilled labour as is necessary for proper and timely execution of the work. The Engineer-in-Charge shall be at liberty to object to and require the Contractor to remove from the works any person who in his opinion misconducts himself, or is incompetent or negligent in the performance of his duties or whose employment is otherwise considered by the Engineer-in-Charge to be undesirable. Such person shall not be employed again at works site without the written permission of the Engineer-inCharge and the persons so removed shall be replaced as soon as possible by competent substitutes. (iii) Supporting Engineers For effective supervision of the Works, the Contractor must depute adequate number of technical assistants who are skilled and experienced in their respective callings as specified in Schedule ‘F’. iv) Recovery for non deployment of Engineers As specified in Schedule ‘F’. Note: In “Schedule F” the rates of recovery should be mentioned with the approval of the Authority competent to accept the Tender. CLAUSE 37 Levies/Taxes/Cesses payable by Contractor The Contractor shall have valid registration with Excise Deptt. for Service Tax and with Works Contract Cell of Sales Tax Deptt. of the State and shall submit a copy of the same to the Engineer along with first running account bill. i) Sales Tax/VAT (except Service Tax) or any other Tax on materials, Sales Tax on Works (if any) and Tax of any type on Labour and Cess under "The Building and other Construction Workers Welfare Cess Act 1996 and Cess Rules 1998" in respect of this Contract shall be payable by the Contractor and the Employer, shall not entertain any claim whatsoever in this respect. However, in respect of Service Tax, same should be paid by the Contractor to the concerned Department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the Contractor. ii) The Contractor shall deposit royalty and obtain necessary permit for supply of the red bajri, stone, kankar, etc. from local authorities. iii) If pursuant to or under any law, notification or order any royalty, cess or the like becomes payable by the Employer and does not any time become payable by the Contractor to the State Government or Local authorities in respect of any material used by the Contractor in the works then in such a case, it shall be lawful to the Employer and it will have the right and be entitled to recover the amount paid in the circumstances as aforesaid from dues of the Contractor. iv) Tax Deduction at Source will be done by the Employer towards Income Tax, Sales Tax on works, Labour Welfare Cess and any other tax (except Service Tax) as required by law, from the Running Account and Final Bills. CLAUSE 37 A Royalty Payable on minor minerals – Employer to be indemnified Where the State Government has enacted any legislation to the effect that the user of minor minerals such as red bajri, stone, kankar etc., will be responsible to ensure that for the minerals used in the work, the quarry operator extracting the minerals has paid royalty as due to the State Government, before any Bill is paid to the Contractor, the Contractor should furnish a declaration to the Employer confirming that royalty as due has been paid to the State Government for the minerals used in the works. The Contractor should also indemnify the Employer against any legal action that may be instituted against the Employer by the State Government consequent on violation of the provisions in the relevant Act by the Contractor. A copy of the format for the Indemnity Bond is at Annexure ‘G’. CLAUSE 38 Conditions for reimbursement of levy/tax/cess if levied after receipt of tenders. i) All tendered rates shall be inclusive of all taxes, levies and cesses (except Service Tax) payable under respective statutes. However, pursuant to the Constitution (46th Amendment) Act, 1982 if any further tax or levy or cess is imposed by Statute, after the last stipulated date for the receipt of tender including extensions if any and the Contractor thereupon necessarily and properly pays such taxes/levies/cesses, the Contractor shall be reimbursed the amount so paid, provided such payment, if any, is not, in the opinion of the Engineer-in-Charge (whose decision shall be final and binding on the Contractor) attributable to delay in execution of work within the control of the Contractor. ii) The Contractor shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by a duly authorized representative of the Employer and/or the Engineer-inCharge and further shall furnish such other information/document as the Engineerin-Charge may require from time to time. iii) The Contractor shall, within a period of 30 days of the imposition of any such further tax or levy or cess, pursuant to the Constitution (Forty Sixth Amendment) Act 1982, give a written notice thereof to the Engineer-in-Charge that the same is given pursuant to this condition, together with all necessary information relating thereto. CLAUSE 39 Termination of Contract on death of Contractor Without prejudice to any of the rights or remedies under this Contract if the Contractor dies, the Engineer-in-Charge on behalf of the Employer shall have the option of terminating the Contract without compensation to the Contractor. CLAUSE 40 If a relative working in the Employer's Organisation then the Contractor not allowed to tender The Contractor shall not be permitted to tender for works in the Employer' s RITES concerned SBU Unit (responsible for award and execution of Contracts) in which his near relative is posted as Associated Finance Officer between the grades of AGM(F) and JM (F) or as an officer in any capacity between the grades of the GGM/GM and Engineer or equivalent (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted Officer or equivalent officers in the Employer' s organization. Any breach of this condition by the Contractor would render him liable to be removed from the approved list of Contractors if any of this Employer. NOTE : By the term "near relatives" is meant wife, husband, parents and grand parents, children and grand children, brothers and sisters, uncles, aunts and cousins and their corresponding in-laws. CLAUSE 41 No Gazetted Engineer to work as Contractor within one year of retirement No engineer of gazetted rank or other gazetted officer employed in engineering or administrative duties in an engineering department of the Employer shall work as a Contractor or employee of 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. This Contract is liable to be cancelled if either the Contractor or any of his employees is found at 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, as the case may be. CLAUSE 42 Return of material and recovery for excess material issued i) After completion of the work and also at any intermediate stage in the event of nonreconciliation of materials issued, consumed and in balance - (see Clause 10), theoretical quantity of materials issued by the Employer for use in the work shall be calculated on the basis and method given herein under : a) Quantity of cement & bitumen shall be calculated on the basis of quantity of cement & bitumen required for different items of work as shown in the Schedule of Rates mentioned in Schedule 'F'. In case any item is executed for which standard constants for the consumption of cement or bitumen are not available in the above mentioned schedule/ statement or cannot be derived from the same shall be calculated on the basis of standard formula to be laid down by the Engineer-inCharge. b) Theoretical quantity of steel reinforcement or structural steel sections shall be taken as the quantity required as per design or as authorized by Engineer-in-Charge, including authorized lappages, chairs etc. plus 3% wastage due to cutting into pieces, such theoretical quantity being determined and compared with the actual issues each diameter wise, section wise and category wise separately. c) Theoretical quantity of GI & CI or other pipes, conduits, wires and cables, pig lead and GI/ MS sheets shall be taken as quantity actually required and measured plus 5% for wastage due to cutting into pieces (except in the case of GI/ MS sheets it shall be 10%) such determination and comparison being made diameter wise & category wise. d) For any other material as per actual requirements. ii) iii) Over the theoretical quantities of materials so computed a variation shall be allowed as specified in Schedule 'F'. The difference in the net quantities of material actually issued to the Contractor and the theoretical quantities including such authorized variation, if not returned by the Contractor or if not fully reconciled to the satisfaction of the Engineer-in- Charge within fifteen days of the issue of written notice by the Engineerin-Charge to this effect shall be recovered at the rates specified in Schedule 'F' , without prejudice to the provision of the relevant conditions regarding return of materials governing the Contract. Decision of Engineer-in-Charge in regard to theoretical quantities of materials, which should have been actually used as per the Annexure of the Standard Schedule of R ates of CPWD and recovery at rates specified in Schedule 'F' , shall be final and binding on the Contractor. For non scheduled items, the decision of the Engineer-in-Charge regarding theoretical quantities of materials which should have been actually used, shall be final and binding on the Contractor. The said action under this clause is without prejudice to the right of the Employer to take action against the Contractor under any other conditions of Contract for not doing the work according to the prescribed specifications. CLAUSE 43 Compensation during warlike situations The work (whether fully constructed or not) and all materials, machines, tools and plants, scaffolding, temporary buildings and other things connected therewith shall be at the risk of the Contractor until the work has been delivered to the Engineer-in-Charge and a certificate from him to that effect obtained. In the event of the work or any materials properly brought to the site for incorporation in the work being damaged or destroyed in consequence of hostilities or warlike operation, the Contractor shall when ordered (in writing) by the Engineer-in-Charge to remove any debris from the site, collect and properly stack or remove in store all serviceable materials salvaged from the damaged work and shall be paid at the Contract rates in accordance with the provision of this agreement for the work of clearing the site of debris, stacking or removal of serviceable material and for reconstruction of all works ordered by the Engineer-in-Charge, such payment being in addition to compensation upto the value of the work originally executed before being damaged or destroyed and not paid for. In case of works damaged or destroyed but not already measured and paid for, the compensation shall be assessed by the Engineer-in-Charge. The Contractor shall be paid for the damages/ destruction suffered and for restoring the material at the rate based on analysis of rates tendered for in accordance with the provision of the Contract. The certificate of the Engineer-inCharge regarding the quality and quantity of materials and the purpose for which they were collected shall be final and binding on all parties to this Contract. Provided always that no compensation shall be payable for any loss in consequence of hostilities or warlike operations (a) unless the Contractor had taken all such precautions against air raid as are deemed necessary by the ARP Officer or the Engineer-in-Charge (b) for any material etc. not on the site of the work or for any tools, plant, machinery, scaffolding, temporary building and other things not intended for the work. In the event of the Contractor having to carry out reconstruction as aforesaid, he shall be allowed such extension of time for its completion as is considered reasonable by the Engineer-in-Charge. CLAUSE 44 Apprentices Act provisions to be complied with The Contractor shall comply with the provisions of the Apprentices Act, 1961 and the rules and orders issued thereunder from time to time. If he fails to do so, his failure will be a breach of the Contract and the Engineer-in-Charge may, in his discretion, cancel the Contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act. CLAUSE 45 Release of Security Deposit after Labour Officer clearance Security Deposit of the work shall not be refunded till the Contractor produces a clearance certificate from the Labour Officer. As soon as the work is virtually complete the Contractor shall apply for the clearance certificate to the Labour Officer under intimation to the Engineer-in-Charge. The Engineer-in-Charge, on receipt of the said communication, shall write to the Labour Officer to intimate if any complaint is pending against the Contractor in respect of the work. If no complaint is pending, on record till after 3 months after completion of the work and/or no communication is received from the Labour Officer to this effect till six months after the date of completion, it will be deemed to have received the clearance certificate and the Security Deposit will be released if otherwise due. ADDITIONAL CLAUSES OF CONTRACT CLAUSE 45 A Release of Security Deposit after clearance by State Government Authority for Mineral Extraction. Security Deposit of the work shall not be refunded till the Contractor produces a Clearance Certificate from the State Government Department responsible for collection of royalty on extraction of minor minerals like red bajri, stone, kankar etc., in confirmation that royalty as due has been paid for the minor minerals used in the works. As soon as the Provisional Certificate of Physical Completion is issued, unless the Contractor has already obtained the Royalty Clearance Certificate and submitted to the Engineer-inCharge, he shall apply for the Clearance Certificate to the Department concerned under intimation to the Engineer-in-Charge. The Engineer-in-Charge, on receipt of the said communication, shall write to the Department concerned to intimate if any complaint is pending against the contractor on non-payment of royalty charges for the minerals used on the works. If no complaint is pending on record till after 3 months after completion of the works and/or no communication is received from the Department concerned to the effect till Four months after the date of reference to the Department it will be deemed to have received the Clearance Certificate and the Security Deposit will be released if otherwise due. CLAUSE 46 GENERAL OBLIGATIONS OF THE CONTRACTOR 46.1 Contractor's General Responsibilities a) The Contractor shall, subject to the provisions of the Contract and with due care and diligence, execute and maintain the Works and provide all labour, including the supervision thereof, materials, constructional plant and all other things, whether of a temporary or permanent nature, required in and for such execution and maintenance, so far as the necessity for providing the same is specified in or is reasonably to be inferred from the Contract. b) The Contractor shall take full responsibility for the adequacy, stability and safety of all site operations and methods of construction, provided that the Contractor shall not be responsible, except as may be expressly provided in the Contract, for the design or specification of the permanent works, or for the design or specification of any temporary works prepared by the Employer. c) The Contractor shall carry out all the works strictly in accordance with the drawings, details and instructions of the Engineer-in-Charge. In the opinion of the Engineer-inCharge if any changes are to be made, the same shall be intimated in writing to the Contractor and the Contractor shall carry out the same. The Engineer-in-Charge' s decision in this regard shall be final and not open to arbitration. 46.2 Giving Notices and Payment of Fees This Contract shall, in all respects, be construed and operated as an Indian Contract and shall be subject to Indian laws in force from time to time. The Contractor should conform to all laws of the land and the regulations and bye-laws of any local authority and of any water or lighting companies with whose systems the structure is proposed to be connected. The Contractor shall give all notices required by the said acts, regulations or bye-laws and pay all fees in connection therewith. The Contractor shall protect and indemnify the Employer against all claims or liabilities arising from his actions in violation of such laws, ordinances, regulations and bye- laws by him. The Engineer will repay or allow to the Contractor all such sums as the Engineer-in-Charge shall certify to have been properly payable by the Employer and paid by the Contractor in respect of such fees. 46.3 Compliance with Statutes, Regulations, etc. The Contractor shall conform in all respects with the provisions of any such Statute, Ordinance or Law as aforesaid and the regulations or byelaws of any local or other duly constituted authority, which may be applicable to the Works and with such rules and regulations of public bodies and companies as aforesaid and shall keep the Employer indemnified against all penalties and liabilities of every kind for breach of any such Statute, Ordinance or Law, Regulation or Bye-Laws. 46.4 Fossils etc. All fossils, coins, articles of value or antiquity and structures and other remains or things of geological or archeological interest discovered on the site of the Works shall, as between the Employer and the Contractor, be deemed to be the absolute property of the Employer. The Contractor shall take reasonable precautions to prevent his workmen or any other persons from removing or damaging any such article or thing and shall immediately upon discovery thereof, and, before removal, acquaint the Engineer of such discovery and carry out, at the expense of the Employer, the Engineer-in-Charge' s orders as to the disposal of the same. 46.5 Opportunities for other Contractors The Contractor shall, in accordance with the requirements of the Engineer, afford all reasonable opportunities for carrying out their work to any other Contractors employed by the Employer and their workmen and to the workmen of the Employer and of any other duly constituted authorities, who may be employed in the execution on or near the site of any work not included in the Contract or of any Contract which the Employer may enter into in connection with or ancillary to the Works. 46.6 Interference with Traffic and adjoining properties All operations necessary for the execution of the Works shall, so far as compliance with the requirements of the Contract permits, be carried on so as not to interfere unnecessarily or improperly with the convenience of the public, or the access to use and occupation of public or private roads and footpaths to or of properties whether in the possession of the Employer or of any other person. The Contractor shall save harmless and indemnify the Employer in respect of all claims, proceedings, damages, costs, charges and expenses whatsoever arising out of, or in relation to, any such matters in so far as the Contractor is responsible therefore. 46.7 Highways Traffic 46.7.1 Extraordinary Traffic The Contractor shall use every reasonable means to prevent any of the highways or bridges communicating with or on the routes to the Site from being damaged or injured by any traffic of the Contractor or any of his Sub-Contractors and, in particular, shall select routes, choose and use vehicles and restrict and distribute loads so that any such extraordinary traffic as will inevitably arise from the moving of plant and materials from and to the Site shall be limited, as far as reasonably possible, and so that no unnecessary damage or injury may be occasioned to such highways and bridges. 46.7.2 Special Loads Should it be found necessary for the Contractor to move one or more loads of constructional plants, machinery or pre-constructed units or parts of units of work over part of a highway or bridge, the moving whereof is likely to damage any highway or bridge unless special protection or strengthening is carried out, then the Contractor shall, before moving the load on to such a highway or bridge, give notice to the Engineer of the weight and other particulars of the load to be moved and his proposals for protecting or strengthening the said highway or bridge. Thereafter, within fourteen days, the Engineer shall direct, in writing the course of action for the Contractor. The Contractor shall be paid for the cost of the necessary modifications only if the specific items requiring such modification are provided in the Bills of quantities. 46.7.3 Settlement of Extraordinary Traffic Claims If during the execution of the works or at anytime thereafter, the Contractor shall receive any claim arising out of the execution of the Works, in respect of damage or injury to highways or bridges, he shall immediately report the same to the Engineer. The Contractor shall negotiate the settlement of and pay all sums due in respect of such claim and shall indemnify the Employer in respect thereof and in respect of all claims, proceedings, damages, costs, charges and expenses in relation thereto. 46.8 Watching and Lighting The Contractor shall in connection with the Works, provide and maintain at his own cost all lights, guards, fencing and watching when and where necessary or as required by the Engineer or by any duly constituted authority, for the protection of the Works, or for the safety and convenience of the public or others. 46.9 Way leaves etc. The Contractor shall bear all costs and charges for special or temporary way leaves required by him in connection with access to the Site. The Contractor shall also provide at his own cost any additional accommodation outside the Site required by him for the purposes of the Works. 46.10 Site Office for the Employer The Contractor will provide free of cost temporary furnished accommodation as detailed in Schedule ‘F’ for the Engineer and his staff, at the site of work. On expiry of the maintenance period, the Site Office shall be dismantled and site cleared unless the Employer directs otherwise. The furniture will be returned to the Contractor at whatever conditions they are an expiry of maintenance period. 46.11 Electricity Supply required at the works 46.11.1 Arrangement The Contractor shall make his own arrangement for Electricity required for the work and nothing extra will be paid for the same. OR 46.11.1AElectric power, if available, may be made available for the work by the Employer at one or more points within the site or near the site on specified terms and conditions.The Contractor shall arrange at his own cost the necessary cabling/wiring, Switch Board and the switch gear etc and shall be responsible for their safe maintenance. Cost of Electricity supplied shall be fixed by the Employer from time to time. (Clasue 46.11.1.A will be applicably only if so stipulated in Schedule ‘F’). 46.11.2 Conditions a) Distribution arrangements shall be done by the Contractor at his cost as per approved layout. He shall provide required clearances for overhead lines to facilitate easy movement of machinery. These overhead lines shall be shifted and rerouted at the Contractor' s cost during execution of work if the same are found to obstruct any other work of any agency working at site or requires to be shifted due to unforeseen reasons. b) On completion of the Work, the Contractor shall, to the satisfaction of the Engineer, remove all wiring installed by him and make good, any disturbance or damage done. c) The Contractor shall employ a certified and licenced Electrician for carrying out this work. 46.12 Land for Contractor's Offices, Godown, Workshop a) Subject to the availability, the Employer may allot at his own discretion and convenience land for the construction of the Contractor' s site office, godowns, workshop and assembly yard near the site. Allotment of such land shall not confer any tenancy rights to the Contractor. The Contractor shall construct and maintain the same at his cost. All these temporary works shall be well ventilated, lighted and provided with water, electricity and sanitary arrangement to the approval of the Engineer. b) The Contractor shall remove immediately on completion of the work such buildings and make good, to the satisfaction of the Engineer, all the damages sustained. c) The Contractor shall not use the land for any purpose other than that for or in connection with the Contract. d) In case the Contractor requires any land additional to what is made available/allotted to him, the Contractor shall make arrangements for the same at his own cost. 46.13 Land for Labour Accommodation The Employer shall not provide any land for setting up of the Labour Camp and the Contractor shall make his own arrangements. OR 46.13.A Subject to availability, on specific request of the Contractor, space for labour accommodation at site may be provided free of rent to the extent possible. However it will be the responsibility of the Contractor to look after all the requirements of the labour camp such as water, sanitation, health, lighting, general living condition and welfare. In case the Contractor requires any land additional to what is made available/ allotted to him, the Contractor shall make arrangements for the same at his own cost. (Clasue 46.13.A will be applicably only if so stipulated in Schedule ‘F’). 46.14 Excavated Material The Contractor shall not sell or otherwise dispose of or remove except for the purpose of this Contract, the sand, store, clay, ballast, earth, rock or other substances or materials which may be obtained from any excavations made for the purpose of the works or any building or produce upon the site at the time of delivery of the possession thereof but all the substances, materials, buildings and produce shall be the property of the Employer. All such material which in the opinion of the Engineer-in-Charge is useful shall be stacked separately in regular stacks as directed by the Engineer-in-Charge. The Contractor may be permitted by the Engineer-in-Charge to use the same on mutually agreed payment terms. 46.15 Production Of vouchers etc by the Contractor i) The Contractor shall, whenever required produce or cause to be produced for examination by the Engineer-in-Charge any quotation, invoice, cost or other account, book of accounts, voucher, receipt, letter, memorandum, paper of writing or any copy of or extract from any such document and also furnish information and returns verified in such manner as may be required in any way relating to the execution of this Contract or relevant for verifying or ascertaining cost of execution of this Contract and the decision of the Engineer-in-Charge on the question of relevancy of any documents, information or return being final and binding on the parties. The Contractor shall similarly produce vouchers etc. if required to prove to the Engineer-in-Charge that the materials supplied by him, are in accordance with the specifications laid down in the Contract. ii) If any portion of the work in a Contract is being carried out by a Sub Contractor or any subsidiary or allied firm or Company in terms of permission granted under Clause 21 of Contract, the Engineer-in-Charge shall have power to secure the book of such sub Contractor or any subsidiary or allied firm or company through the Contractor and such book shall be open to the Engineer-in-Charge' s inspection. iii) The obligations imposed by sub clause (i) and (ii) above are without prejudice to the obligations of the Contractor under any statute, rules or orders binding on the Contractor. 46.16 Law governing the Contract The Contract shall be governed by the law for the time being in force in the Republic of India. 46.17 Court Jurisdiction The Courts in the City as specified in ‘Schedule F'alone shall have the jurisdiction to entertain any application or other proceedings in respect of anything arising under this Agreement and any award or awards made by the Arbitrator where Arbitration & Conciliation Act 1996 is applicable shall be filed in the concerned Courts in the aforesaid City only. CLAUSE 47 INSURANCES TO BE TAKEN BY THE CONTRACTOR & EMPLOYER TO BE INDEMNIFIED 47.1 Insurance of Works etc 47.1.1. The Contractor shall effect Contractor' s all risk insurance policy (CAR policy) in the joint names of the Employer and the Contractor, the name of the former being placed first in the policy, covering the following: a) The works at the Contract price together with the materials for incorporation in the Works at their replacement value. b) All plants and equipments and other things brought to the site by the Contractor at their replacement value. c) Employer' s building rented to the Contractor if the building or part thereof is used by the Contractor for the purpose of storing or using materials of combustible nature, on which the decision of the Engineer-in-Charge shall be final and binding. 47.1.2 The insurance shall be against all losses or damages from whatever causes, other than excepted risks, as defined in Clause 2 of Conditions of Contract, for which the Contractor is responsible under the Contract. The insurance cover shall be for the period of Contract stipulated in Clause 47.7 below and also for the period of maintenance, for loss or damage arising from a cause prior to commencement of the period of maintenance, and for any loss or damage, occasioned by the Contractor in the course of any operations carried out for the purpose of complying with his obligations during Maintenance Period under Clause 17 of Clauses of Contract. 47.1.3 Such insurance shall be effected with an insurer and with terms approved by the Employer. The Contractor shall, whenever required, produce the policy or policies and the receipts for payment of the current premiums. 47.2 Third Party Insurance 47.2.1 Before commencing the execution of the Works from the date specified in Clause 5 above the Contractor shall insure against the liability for any material or physical damage, loss injury or death which may occur to any property or life including that of the Employer or to any person, including any employee of the Employer, by or arising out of the execution of the Works or in the carrying out of the Contract. The sum insured will be for an amount specified in Schedule ‘ F' . After each occurance, Contractor shall pay additional premium necessary to make insurance valid for four occurences always The Insurance Policy should cover this amount at all times till issue of Completion Certificate by the Engineer-in-Charge. 47.2.2 Such insurance shall be effected with an insurer and its terms approved by the Employer. The Contractor shall, whenever required, produce before Engineer the policy or policies of insurance and the receipts of payment of the current premiums. 47.3 Workmen's Insurance The Employer shall not be liable for any payment in respect of any damages or compensation payable according to law in respect or in consequence of any accident or injury or loss of life to any workman or other person in the employment of the Contractor or any sub-Contractor, except an accident or injury resulting from any act or default of the Employer, his agents or servants. The Contractor shall insure against such liability with an insurer approved by the Employer for a sum as per established norms during the entire period stipulated in Clause 47.7 below. 47.4 47.5 Recovery from the Contractor Without prejudice to the other rights of the Employer against the Contractor in respect of such default, the Employer shall be entitled to deduct from any sums payable to the Contractor the amount of any damages, compensation costs, charges and other expenses paid by the Employer and which are payable by the Contractor under this clause. Shortfall in payment to Contractor by the Insurance Company In all cases where the Contractor has taken any insurances, he shall not be entitled to reimbursement by the Employer of any shortfall or deficiency in the amount payable by the Contractor towards settlement of claims and that paid by the insurer in settlement of same claim. 47.6 Insurance by Sub-Contractors Without prejudice to his liability under this clause the Contractor shall also cause all Sub-Contractors to effect, for their respective portions of the works, similar policies of insurance in accordance with the provisions of this clause and shall produce or cause to produce to the Employer such policies. The Contractor shall not permit a SubContractor to commence work at the site unless the said insurance Policies are submitted. In the event of failure of the Sub-Contractor to take out such a policy of Insurance before commencing the works at the site, the Contractor shall be responsible for any claim or damage attributable to the said Sub-Contractor. 47.7 Period of Policies All the insurance covers mentioned above shall be kept alive during the period of the Contract from the date specified for start of the work in terms of Clause 5 above until the Contractor obtains a Maintenance Certificate from the Employer as explained in Clause 17. 47.8 Remedy on Contractor' s Failure to Insure If the Contractor shall fail to effect and keep in force the insurances referred to above, or any other insurance which he may be required to effect under the terms of the Contract, then and in any such case the Employer on advice of the Engineer-in-Charge may effect and keep in force any such insurance and pay such premium or premiums as may be necessary for that purpose and from time to time deduct the amount so paid by the Employer as aforesaid from any moneys due or which may become due to the Contractor, or recover the same as debt due from the Contractor. 47.9 Damage to Persons and Property - Employer to be indemnified The Contractor shall indemnify the Employer against all losses and claims in respect of injuries or damages to any person or material or physical damage to any property whatsoever which may arise out of or in consequence of the execution and maintenance of the works and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto, except any compensation or damages for or with respect to : a) The permanent use or occupation of land by the works or any part thereof. b) The right of the Employer to execute the works or any part thereof on, over, under, in or through any land. c) Injuries or damage to persons or property caused by Excepted risks or resulting from any act or neglect of the Employer, his agents, servants or other Contractors, not being employed by the Contractor or for or in respect of any claims, proceedings, damages, costs, charges and expenses in respect thereof or in relation thereto. Where the injury or damage was contributed to by the Contractor, his servants or agents, such part of the compensation as may be just and equitable having regard to the extent of the responsibility of the Employer, his servant or agent or other Contractors, for the damage or injury. A copy of the Format for Indemnity Bond is at Annexure ‘H’. CLAUSE 48 SAFETY AND SECURITY 48.1 Codes etc to be complied with The Contractor shall ensure and arrange at his cost fire and the safety provisions, as per safety code of RITES. (Refer Section No. 9 of General Conditions of Contract), Indian Standards Institution, safety manuals of the Employer, if any, and such provisions as are locally in force from time to time for all labour, directly or indirectly employed in the works for performance of this Contract. The Contractor will indemnify the Employer from any consequence arising due to Contractor' s failure in respect of safety provisions. Following Codes may be referred to in this connection: IS 5916 Safety code for construction involving use of hot bituminous materials. IS 7293 Safety code for working with construction machinery IS 7969 Safety code for handling and storage of building materials. IS 8989 Safety code for erection of concrete framed structures. IS 13415 Protective barriers in and around buildings - Code of Safety IS 13416 Preventive measures against hazards at work places - Recommendations (Parts - 1 to 5) 48.2 First Aid & Industrial Injuries 48.2.1 First aid facilities at easily accessible place shall be provided by the Contractor as per provisions of Labour Act or Rules of the Authority controlling the area where work is carried out. 48.2.2. The Contractor shall make arrangements with hospitals for ambulance service and for treatment of industrial injuries to meet eventualities leading to the need for such facilities. The Engineer shall be informed of their telephone numbers and addresses of the Hospitals. 48.2.3 Details of all critical industrial injuries shall be reported promptly to the Engineer. 48.2.4 Report shall cover type, nature, cause, physician' s report and action for prevention of those types again. 48.3 General Safety Rules 48.3.1 Smoking within plant, restricted areas, closed areas, near storage place of lubricant oil and fuel etc. is strictly prohibited. 48.3.2 The Contractor shall erect and maintain barricades required in connection with his operation to guard or protect (a) Excavation (b) Hoisting/lifting (c) Slab openings (d) Hazardous areas (e) Employer' s existing property likely to be subjected to damage by the Contractor' s operations (f) Unloading spots 48.4 Accidents - Precautions at Worksite No materials on the sites shall be so stacked or placed as to cause danger or inconveniences to any person or to the public. The Contractor shall provide all necessary fencing and lights to protect the public from accidents and shall be bound to bear expenses of defense of every suit, action or other proceedings at law, that may be brought by any person, for injury sustained, owing to neglect of the above precautions and to pay any damages and costs which may be awarded in any such suit, action or proceeding, to any such person or which may, with the consent of the Contractor be paid to compromise any claim by any such person. 48.5 Electrical Equipments - Precautions All temporary and permanent electrical installations, power distribution and supply required for execution of Work shall be carried out conforming to existing industrial and domestic safety rules and regulations. Important specific points to be noted are as under, (i) Meter room and main switches should be freely accessible at all times and fully protected against all weather conditions. (ii) Power distribution system shall be identifiable with display marking on switches. (iii) All power distribution shall be carried out with coated, adequately insulated and of appropriate current/load rating cables. It shall be securely routed for this purpose. No loose, naked, hanging wires shall be permitted. (iv) Over load protection devices shall be installed whenever and wherever heavy current/load consuming construction plant or machinery susceptible to hazard is in use and as directed by the Engineer-in-charge. (v) Metallic plugs and sockets shall be used in field work. Switch board shall be in close proximity so as to have quick control over the supply. (vi) Proper and adequate earthing connection should be provided for all installations, plant and machinery and distribution system. (vii) Hand lamps and inspection lamps shall be adequately insulated and guarded with wire mesh and should have proper plugs for use. (viii) Security and illuminatory light shall be secured firmly and protected to withstand all weather conditions. 48.6 Maintenance of Safety Devices All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in a safe condition and no scaffold, ladder or equipment shall be altered or removed while it is in use. Adequate washing and maintenance facilities shall be provided at or near places at work. 48.7 Personal Safety All necessary personal safety equipment as considered adequate by the Engineer shall be available for use of persons employed on the Site and maintained in a condition suitable for immediate use and the Contractor shall take adequate steps to ensure proper use of equipment by those concerned. (b) Workers employed on mixing asphaltic materials, cement, and lime mortars/concrete shall be provided with protective footwear and protective gloves. (c) Those engaged in handling any materials which are injurious to eyes shall be provided with protective goggles. (d) Workers employed on erection works, etc. shall be provided with helmets, safety belts etc. (e) Workers employed on concrete finishing, welding, painting and other works above 2 metres height shall be provided with a suitable safety belt, as per Factory Rules of the locality. 48.8 Storing Fuel, Oil and Lubricant The Contractor shall take approval from the Safety Officer of the Employer for storing the lubricants, oil and fuel at site for running the machinery required for the construction. 48.9 Fire Extinguishing Suitable, sufficient number of fire extinguishers for all types of fire, shall be provided at work site. In addition, sufficient number of fire buckets filled with water and sand shall also be provided. The fire fighting equipment as outlined above shall be dispersed in a suitable and purposeful manner. 48.10 Fire Precautions The Contractor shall comply with regulations of the controlling authority in force at the site of the works relating to the precautions to be taken against fire hazards. 48.11 Protection arrangements at work site Adequate protection against any form of damage or deterioration shall be provided for in all sections of the works. This shall include protective tapes, casings, guard rails and the likes, which shall be provided as necessary. Particular care shall be taken to protect finished surfaces during the execution of adjacent in-situ work. The Contractor shall carryout all steps necessary and comply with the directions and instructions of the Engineer to his satisfaction. 48.12 Safety Arrangements for labour The Contractor shall, at his own expense, arrange for the safety provisions as given above and as required by the Engineer, in respect of all labour directly or indirectly employed for performance of the work and shall provide all facilities in connection therewith. In case the Contractor fails to make arrangements to provide necessary facilities as aforesaid, the Engineer shall be entitled to do so and recover the cost thereof, from the Contractor. 48.13 Safety Manual The Contractor shall submit a Safety Manual indicating the safety measures proposed to be adopted in light of above provisions, for approval of the Engineer-in-Charge. 48.14 Accidents - Reporting The Contractor shall, within twenty four (24) hours of the occurrence of any accident on, or about the Site, or in connection with the execution of the Works, report such accident to the Engineer and to the appropriate authority wherever such report is required by law. The Contractor will indemnify the Employer from all accident cases. 48.15 Security Measures The Contractor shall be responsible at his cost for security of Works for the duration of the Contract and shall provide and maintain continuously adequate security personnel to fulfill these obligations. The requirements of security measures shall include, but not limited to, maintenance of Law and order at site, provision of all lighting, guard, flagmen, and other measures necessary for protection of Works within the camps and elsewhere at site, for all materials delivered to the site and all persons employed in connection with the Works continuously throughout working and non-working periods including nights, Sundays, holidays, for the duration of the Contract. At work sites in close proximity of traffic corridors where public are likely to come close to the work area, suitable fencing as directed by the Engineer should be provided. CLAUSE 49 QUALITY ASSURANCE 49.1 Submission of Quality Assurance Manual The Contractor shall on receipt of Letter of Acceptance, or as soon thereafter as possible, but not later than one month, submit to the Engineer-in-Charge for his approval a Quality Assurance Manual for the Contract works involved. The Manual should cover the following items as minimum: i) Q.A. Plan for Basic Construction Materials indicating the details of tests to be undergone before use in works. ii) Q.A. Plan for site activities indicating the details of tests to be conducted at the various stages of construction for various activities. iii) In house/on site testing facilities to be developed for materials, site activities and calibration of equipments. iv) Site documents to be maintained including records of results of tests for materials and workmanship, inventory record on availability of vital materials and their consumption vis-à-vis design requirements, site inspection records, quality audit record, safety audit record, site progress record, etc. v) Check lists for source approval of materials etc., check lists for site activities and proforma for recording results of tests. vi) Method statements for important construction activities. 49.2 Guidance in preparation For guidance in the preparation of the Manual, the following printed Publications may be referred to : i) Quality Assurance Manual for Construction of Concrete Structures (Bridges & Flyovers) by C.P.W.D. ii) Compilation of Quality Assurance Circulars of C.P.W.D. CLAUSE 50 ECOLOGICAL BALANCE The Contractor shall maintain ecological balance by preventing deforestation, water pollution and defacing of natural landscape. The Contractor shall so conduct his construction operations as to prevent any avoidable destruction, scarring or defacing of natural surrounding in the vicinity of work. In respect of ecological balance, the Contractor shall observe the following instructions for which no extra payments will be made. (a) Where destruction, scarring, damage or defacing may occur as a result of operations relating to Permanent or Temporary Works, the same shall be repaired, replanted or other wise corrected at Contractor' s expense. All work areas shall be smoothened and graded in a manner to conform to natural appearance of the landscape as directed by the Engineer. (b) All trees and shrubbery, which are not specifically required to be cleared or removed for construction purposes, shall be preserved and shall be protected s construction operations and from any damage that may be caused by Contractor' equipment or by their Employees/Workers. The removal of trees or shrubs will be permitted only after prior approval of the Engineer. Special care shall be exercised where trees or shrubs are exposed to injuries by construction equipment, blasting, excavating, dumping, chemical damage or other operation and the Contractor shall adequately protect such trees by use of protective barriers or other methods approved by the Engineer. Trees shall not be used for anchorage. The Contractor shall be responsible for injuries to trees and shrubs caused by his operations and Employees/Workers. The terms "injury" shall include, without limitation, bruising, scarring, tearing and breaking of roots, trunks or branches. All injured trees and shrubs shall be restored as nearly practicable, without delay, to their original condition at Contractor' s expense. (c) Where trees have to be necessarily cut for progressing temporary or permanent works, the Contractor shall arrange for compensatory afforestation as may be required by Environmental Rules and Regulations. (d) In the conduct of construction activities and operation of equipments, the Contractor shall utilize such practicable methods and devices as are reasonably available to control, prevent and otherwise minimize air/ noise pollution. (e) Excessive emission of dust into the atmosphere will not be permitted during manufacture, handling and storage of concrete aggregates/fly ash/ earth/building materials and the Contractor shall use such methods and equipment as are necessary for collection and disposal or prevention of dust during these operations. The Contractor' s method of storing and handling cement shall also include means of eliminating atmospheric discharge of dust. Equipment and vehicles that give objectionable emission of exhaust gases shall not be operated. Burning of materials resulting from cleaning of trees branches, combustible construction materials and rubbish may be permitted only when atmospheric conditions for burning are considered favourable. (f) Special care must be exercised in ensuring that the labour housed in labour camp within the work site area do not indulge in any activity like drinking alcohol, taking drugs etc and other activities that may affect the ecological balance such as cutting of shrubs for fuel, creating open air nuisance etc. CLAUSE 51 EXECUTION OF WORKS 51.1 Mobilisation Period of Mobilisation shall be 15 days counting from the stipulated date of start of work as mentioned in Letter of Acceptance by the Engineer-in-Charge. The Contractor shall carry out following activities within this period stated. He shall submit to the Engineer within 4 days of stipulated date of start, the proposed layout of locating offices, stores, godowns, yards, water, electric network etc. for approval of the Engineer. Minimum following activities shall be completed within the mobilization period of 15 days or such extended period as approved by the Engineer. 51.2 z Site office of the Contractor z Line out including establishing of grid line levels and its approval from the Engineer. z Submitting list of proposed specialized sub-Contractors as may be required for approval of the Engineer. z Tapping electric and water connections z One cement godown and steel yard z Obtaining insurance policies as per the Contract z Obtaining labour licences, as required z Obtaining approval of local authorities and complying with any statutory requirements prior to actual start of work. z Establishing water and electric network within site. z Submitting construction programme as detailed in Clause 5 of Contract and its approval by the Engineer-in-Charge. Setting out of Works The Contractor shall be responsible for the true and proper setting-out of the Works in relating to original points, lines and levels of reference given by the Engineer in writing and for the correctness, subject as above mentioned, of the position, levels, dimension and alignment of all parts of the Works and for the provision of all necessary instruments, appliances and labour in connection therewith. If, at any time during the progress of the Works, any error shall appear or arise in the position, levels, dimensions or alignment of any part of the Works, the Contractor, on being required so to do by the Engineer shall, at his own cost, rectify such error to the satisfaction of the Engineer. The checking of any setting-out or of any line or level by the Engineer shall not in any way relieve the Contractor of his responsibility for the correctness thereof and the Contractor shall carefully protect and preserve all bench-marks, sight-rails, pegs and other things used in setting-out the works. The Contractor shall use latest equipments like Total Station/Theodolite and Auto level etc for setting out the works. 51.3 Boreholes and Explanatory Excavation If, at any time during the execution of the Works, the Engineer shall require the Contractor to make boreholes or to carry out exploratory excavation, such requirement shall be ordered in writing and shall be deemed to be an Extra item for which payment shall be made by the Engineer in terms of Clause 12 of Contract. 51.4 Temporary Works 51.4.1 The Contractor is entirely responsible for the design, construction, maintenance and removal of all temporary works employed in carrying out the Contract. Within a reasonable time (and in any case not less than fifteen days) before he intends to commence construction of any temporary works, the Contractor shall submit full particulars including drawings of the same, for the approval of the Engineer. The Engineer' s approval will in no way relieve the Contractor of his responsibility for the safety of the Works, operators, adjoining property, structures or services and compliance with appropriate regulations and codes of practice. Documents for Temporary works supporting adjoining buildings, property and public utilities and roads shall also be submitted to the appropriate authority for their approval if requested/required. 51.4.2 The temporary works shall be designed and constructed in such a manner as to enable the permanent structures to be built around them without detriment to their effectiveness and due allowance will be deemed to have been made for all necessary adjustments thereto to enable the Works to proceed. 51.4.3 Timber shoring, boards, struts or similar items shall not be left in position upon completion of the Works without the written consent of the Engineer. 51.4.4 All services or utilities on or adjoining the site which are required to be maintained operational shall be protected from movement, subsidence or damage from any cause whatsoever by adequate temporary props, struts, shores and protective screens to the approval of the Engineer and the agent of the service or utility. 51.4.5 The Contractor shall make safe and reinstate all areas affected by temporary works. 51.4.6 The Contractor shall use properly designed and manufactured steel staging platforms for carrying out work above 3.0m height. All required staging for supporting, centering, shuttering of beams, slab, masonry work, etc. shall be carried out strictly as per the Supplier’s instructions or approved arrangement. It is to be noted that designing of such work shall be carried out by the Contractor and shall be submitted for approval of the Engineer. No work above 3.0 m shall be permitted without compliance of this condition. 51.5 Plant, Temporary Works & Materials - Exclusive use All constructional plants, temporary works and materials provided by the Contractor shall, when brought on to the site, be deemed to be exclusively intended for the execution of the Works and the Contractor shall not remove the same or any part thereof, except for the purpose of moving it from one part of the site to another, without the consent, in writing, of the Engineer, which shall not be unreasonably withheld. 51.6 Use of Site only for Works The Contractor shall not use any portion of the Site for purpose not connected with the works without the prior written approval of the Engineer. He shall maintain permanent and Site access roads free of spillage and shall not interfere with the flow of traffic. Also same shall apply to terraces and other developed areas. 51.7 51.8 Name Board at Site The Contractor shall prepare and display name board at site as per design approved by the Engineer. It shall have z Name of Project z Name of Employer z Name of Consulting Architect (if any) z Name of Project Management Consultant (if any) z Name of Contractor Site Drainage/Cleaning/Nuisance 51.8.1 All water which may accumulate on the Site during the progress of the works or in trenches and excavation, shall be removed from the site to the satisfaction of the Engineer at the Contractor' s cost. 51.8.2 The Site shall be maintained free from rubbish. Proper stacking of scaffolding materials, shuttering material, bricks/brick bats, steel pieces, etc. needed for work on day to day basis shall be organized, Heaps in unplanned manner and disorderly fashion shall not be permitted. The Engineer' s decision in this matter shall be final. 51.8.3 The Contractor shall not, at any time, cause or permit any nuisance on the site or do anything which shall cause unnecessary disturbance or inconvenience to the Employer, tenants or occupants of other properties near the site and to the public in general. 51.9 Disposal of Rubbish (i) The Contractor shall cart away from site and deposit where directed by the Engineer all refuse, etc. arising from the Works both as it accumulates and at completion of the Works at the direction of the Engineer. (ii) It is the responsibility of the Contractor to obtain a certificate from the local authorities concerned to the effect that all rubbish arising out of Contractor' s activities at the construction site or any other offsite activities borrow pits and/or disposal area (s) has been properly disposed off. 51.10 Shift Working The Contractor shall be allowed to work in three shifts with prior approval of the Engineer. 51.11 Urgent Repairs If, by reason of any accident or failure, or other event occurring to, in, or in connection with the Works or any part thereof, either during the execution of the Works or during the period of Maintenance, any remedial or other Work or repair shall, in the opinion of the Engineer, be urgently necessary for the safety of the Works and the Contractor is unable or unwilling at once to do such work or repair, the Employer may employ and pay other persons to carry out such work or repair as the Engineer may consider necessary. If the Work or repair so done by the Employer is work which, in the opinion of the Engineer, the Contractor was liable to do at his own expense under the Contract, all expenses properly incurred by the Employer in so doing shall be recoverable from the Contractor by the Employer or may be deducted by the Employer from any moneys due or which may become due to the Contractor. Provided always that the Engineer, shall, as soon after the occurrence of any such emergency as may be reasonably practicable, notify the Contractor thereof in writing. 51.12 Contractor to search The Contractor shall, if required by the Engineer in writing, search under the directions of the Engineer for the cause of any defect, imperfection or fault appearing during the progress of the Works or within the Period of Maintenance (Defect Liability period). If such defect, imperfection or fault shall be one for which the Contractor is liable, the cost of the work carried out in searching as aforesaid shall be borne by the Contractor and he shall in such case repair, rectify and make good such defect, imperfection or fault at his own expense in accordance with the provisions of Clause 17 of Clauses of Contract. CLAUSE 52 PROGRAMME AND PERFORMANCE 52.1 Review of Programme If at any time it should appear to the Engineer that the actual progress of work does not conform to the approved programme the Contractor shall produce at the request of the Engineer, a revised programme showing modifications to the approved programme, necessary to ensure completion of the work within the time for completion stipulated in the Contract. The submission to and approval by the Engineer-in-Charge of such programme or the furnishing of such particulars shall not relieve the Contractor of any of his duties or responsibilities or obligations under the Contract. The Engineer-in- Charge shall have full power and authority during progress of work, to issue such instructions as may be necessary for the proper and adequate execution and maintenance of the Work. The Contractor shall carry out and be bound by the same. 52.2 Progress Reports The Contractor shall submit periodic Progress Reports including coloured progress photographs as per the frequency and in the Proforma laid down by the Engineer indicating the details of actual Progress vis-à-vis planned progress of various components of work, for the period and up to end of the period, slippage if any, action proposed to be taken to pull back the arrears, deployment of machinery and plant, statement showing extra and substituted items submitted by Contractor and of any other item stipulated by the Engineer. 52.3 Maintenance of Records & Registers The Contractor shall maintain Registers and Records in the format laid down by the Engineer. These Registers and Records shall be open for inspection by the Employer/ Engineer-in-charge and Engineer at all times. An important Register to be maintained is the Hindrance Register which will be an essential document for dealing with applications for extension of time by the Contractor. 52.4 Site Co-ordination Meetings The Contractor will attend the Site Co-ordination Meetings with Engineer, the Consultant and other Contractors as fixed by the Engineer from time to time to discuss all issues relating to the works in general and progress and quality in particular. All costs incidental to such interaction shall be borne by the Contractor. 52.5 Site Order Book A site order book shall be kept at the site of the work. As far as possible, all orders regarding the works are to be entered in this book. All entries therein shall be signed by the Engineer or his representative and the Contractor or his representative. In important cases, the Engineer-in-charge will countersign the entries, which have been made. The site order book shall not be removed from the work site except with written permission of the Engineer and the Contractor or his representative shall be bound to take note of all instructions and directions meant for the Contractor as entered in the site order book without having to be called on separately to note them. The Contractor shall ensure compliance of the noting in site order book within three days of the noting. In case of failure to do so, the corresponding work shall be stopped and work already done shall not be accepted. 52.6 Progress Photographs During the Construction stage the Contractor shall take adequate number of coloured photographs showing the progress of various stages of the Work as directed by the Engineer. Size of photographs will be 125mm x 250 mm. Photographs shall be supplied with negatives to the Engineer. Each photograph shall be attested with date of photograph, location of work and brief description of what it shows. These photographs shall be from locations as fixed by the Engineer at start of work. 52.7 Poor Performance and consequences Thereof The engineer in charge, without prejudice to his other rights against the contractor, may declare the contractor to be a poor performer after giving him written notice of seven days in any of the following cases : i. The contractor abandons the work for 30 days or more without valid reasons. ii. Progress on the work is behind schedule by 25% or more of the stipulated contract. period for reasons solely attributed to the contractor. iii. Completion of work is delayed by 25% or more of the stipulated contract period for reasons solely attributed to the contractor. iv. The contractor repeatedly (twice or more) makes claims on frivolous grounds or goes to court or seeks arbitration for such claims. v. The contractor repeatedly (twice or more) seeks extra-contractual financial support from RITES for completing the work. vi. If there are more than two instances of financial failure of contractor in making timely payments to his labour or sub contractors or to suppliers of materials. Upon declaration of the contractor as ‘poor performer’, his name will be placed in RITES ‘Negative List of Contractors’ and he will not be eligible for a period of upto two years, to participate in tenders of other works which may be invited by RITES. CLAUSE 53 INSPECTION OF WORK 53.1 Site Access 53.1.1 It is for the Contractor to provide safe and guarded access for the Engineer as detailed in the safety code, For inspection of works, the Contractor shall arrange at his cost required ladders, scaffolding materials, steel measuring tapes, plumb levels, theodolite or any other instrument required by the Engineer for his use at site. 53.1.2 The Engineer and any person authorized by him shall at all times have access to the Works and to all workshops and places where work is being prepared or from where materials, manufactured articles or machinery are being obtained for the Works and the Contractor shall afford every facility for and every assistance in or in obtaining the right to such access. 53.2 Examination of Work before covering up No works shall be covered up or put out of view without the approval of the Engineer and the Contractor shall afford full opportunity for the Engineer to examine and measure any Work which is about to be covered up or put out of view and to examine foundations before Permanent Work is placed thereon. The Contractor shall give due notice to the Engineer whenever any such Works or foundations are ready or about to be ready for examination and the Engineer shall, without unreasonable delay, unless he considers it unnecessary and advises the Contractor accordingly, attend for the purpose of examining and measuring such works or of examining such foundations. 53.3 Uncovering and Making Opening The Contractor shall uncover any part or parts of the Works or make openings in or through the same as the Engineer may from time to time direct and shall reinstate and make good such part or parts to the satisfaction of the Engineer. If any such part or parts have been covered up or put out of view after compliance with the requirement in Clause 53.2 above and are found to be executed in accordance with the Contract, the expenses of uncovering, making openings in or through, reinstating and making good the same shall be borne by the Employer, but in any other case all costs shall be borne by the Contractor. CLAUSE 54 QUALITY AUDIT The Employer may decide to conduct quality audit at regular intervals on the works done by the Contractor by way of Rebound hammer tests, etc. The Contractor will be required to provide logistic supports for such activities by way of arranging approaches, ladders, scaffoldings, manpower, etc. to the Employer for conducting such audits. No extra payment will be made on this account. CLAUSE 55 SAMPLE FLOOR The Contractor shall construct one sample floor/ unit in each type of flats/ nonresidential building and get the same approved from Employer including approval of fittings, fixture, finishing items and colour scheme. Employer shall give approval for sample floor/ unit within fifteen days from the date of its completion in all respects including rectification of defects, if any. a) All fitments and fixtures used, such as electrical fittings, water supply items, sanitary fittings, woodwork and joinery will be as per Contract agreement. b) The sample floor/unit shall act as a guideline for the construction and finishes of all other flats/floors/units. c) The sample floor/unit shall be completed in all respects including all fittings and fixtures within a period as specified in `Schedule F'from the date of start, failing which a penalty of Rs. 2000/- (Rupees Two Thousand Only) per day of delay shall be levied. Provided always that provision of Clause 55 shall be applicable only when so provided in Schedule ‘F’. ANNEXURE A (REFER CLAUSE 1 i) Form of Performance Security Bank Guarantee Bond In consideration of the Employer having agreed under the terms and conditions of contract made vide his Letter of Acceptance (LOA) No-----------------------------dated -----between --------------( the Employer ) represented by RITES Ltd for and on behalf of the Employer as an Agent/Power of Attorney Holder and --------------------- (hereinafter called "the said Contractor) for the work --------------------------(herein after called the said Agreement") the Contractor having agreed to production of a irrevocable Bank Guarantee for Rs. - - - - - - - - - - - - - - - - - - - (Rupees - - - - - - - - - - - - - - - - - - - Only) as a Security/Guarantee for compliance of his obligations in accordance with the terms and conditions in the said Agreement, 1. We ----------------------- (indicate the name of the Bank) (hereinafter referred to as " the Bank” hereby undertake to pay to the RITES LTD acting for and on behalf of the Employer as an A gent/Power of Attorney Holder, an amount not exceeding Rs. ------------------------------- (Rupees ------------------------------------only) on demand by RITES Ltd for and on behalf of the Employer as an Agent/Power of Attorney Holder. 2. We ------------------(indicate the name of the Bank) do hereby undertake to pay the amounts due and payable under this Guarantee without any demur, merely on a demand from by RITES Ltd for and on behalf of the Employer as an Agent/Power of Attorney Holder stating that the amount claimed is required to meet the recoveries due or likely to be due from the said Contractor. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs.------------------- (Rupees -----------------------------------only). 3. We, the said Bank further under take to pay to the Employer represented by RITES Ltd. for and on behalf of the E mployer as an A gent/Power of Attorney Holder any money so demanded not withstanding any dispute or disputes raised by the Contractor in any suit or proceeding pending before any court or Tribunal relating there to, our liabilities under this present being absolute and unequivocal. The payment so made by us under this B ond shall be a valid discharge of our liability for payment thereunder and the Contractor shall have no claim against us for making such payment. 4. We - - - - - - - - - (Indicate the name of the Bank) further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all dues of the E mployer represented by RITES Ltd for and on behalf of the E mployer as an A g e n t / Power of Attorney Holder under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-Charge on behalf of the Employer represented by RITES Ltd for and on behalf of the E mployer as an A gent/Power of Attorney Holder certified that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor and accordingly discharges this Guarantee. 5 We ------------------------- (indicate the name of the Bank) further agree with the Employer presented by RITES Ltd for and on behalf of the Employer as an Agent/Power of Attorney Holder that the Employer shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by the Employer against the said Contractor (s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor or for any forbearance, act of omission on the part of the Employer or any indulgence by the Employer to the said Contractor or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor . 7. This G uarantee will neither be cancelled nor revoked by the bank without the written authorization of the beneficiary (RITES Ltd.). For this purpose the beneficiary would inform the Bank of their authorized signatories together with the specimen signatures. 8. This Guarantee shall be valid up to ------------------unless extended on demand by the Employer represented by RITES Ltd for and on behalf of the Employer as an Agent/Power of Attorney Holder. Not withstanding anything mentioned above, our liability against this guarantee is restricted to Rs… -----------------------(Rupees --------------------------------------- Only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this Guarantee, all our liabilities under this Guarantee shall stand discharged. Dated the -------------------- day of ------------------ for ------------------ (indicate the name of the Bank)". Note : To be put in sealed cover by Bank and addressed to the concerned officer of RITES Ltd. ANNEXURE B-1 (REFER CLAUSE 10 A) FIELD LABORATORY AND FIELD TESTING INSTRUMENTS LIST OF EQUIPMENTS FOR FIELD TESTING LABORATORY For Building Works 1. Balances (i) 7 kg. to 10 kg. capacity, Semi-Self indicating type-Accuracy 10 gm. (ii) 500 gm. Capacity, Semi-Self indicating type-Accuracy 1 gm. (iii) Pan Balance - 5 kg. capacity, accuracy 10 gm. (iv) Platform Balance - 100 kg capacity 2. Ovens-Electricity operated, thermostatically controlled upto 110o C- Sensitivity 1oC. 3. Sieves : as per IS 460-1962. (i) I.S. Sieves - 450 mm internal dia of sizes 100mm, 80mm, 63mm, 50mm, 40mm, 25mm, 20mm, 12.5mm, 10mm, 6.3mm, 4.75mm complete with lid and pan. (ii) I.S. Sieves - 200mm internal dia (brass frame) consisting of 2.36mm, 1.18mm, 600 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan. 4. Sieve shaker capable of shaking 200 mm and 300 mm dia sieves, manually operated with timing switch assembly. 5. Equipment for slump test-Slump Cone, Steel Plate, tamping rod, steel scale, scoop all as per IS : 7320. 6. Dial gauges 25mm travel - 0.01 mm/ division. Least count - 2 nos. 7. 100 tonnes compression testing machine, electrical-cum manually operated. 8. Graduated measuring cylinders 200ml capacity - 3 Nos. 9. Enamel trays (for efflorosence test for bricks) 10. (i) 300 mm x 250 mm x 40 mm - 2 nos. (ii) Circular plates of 250 mm dia - 4 nos. Cube moulds for concrete 150 mm x 150 mm x 150 mm with Base plate as per IS: 516 Cube moulds for cement 7.06 cm x 7.06 cm x 7.06 cm - 24 Nos. - 6 nos. 11. Cube Vibrating Table Electricity operated with Table size 50 cm x 50 cm and 150 kg load carrying capacity - 1 No. 12. Unit weight measure IS:1199 - 1 No. 13. Pycnometer 1 litre capacity with 6mm dia at Apex - 2 Nos. ½ litre capacity - 2 Nos. 14. Vicat Apparatus with Dashpot complete as per IS : 5313 - 1 No. 15. Blaines'Air Permeability Apparatus Complete as per IS : 5516 - 1 No. 16. Tools for non-destructive testing of concrete. 17. Soil Testing equipment for Sieve Analysis and determination of C.B.R.Value. FIELD TESTING INSTRUMENTS 1. Steel tapes - 3m 2. Vernier Calipers 3. 4. Micrometer Screw 25mm gauge A good quality plumb bob 5. Spirit minimum 30 cms long with 3 bubbles for horizontal / vertical measurement 6. Wire gauge (circular type) disc 7. Foot rule 8. Long nylon thread 9. Rebound hammer for testing concrete 10. Dynamic penetrometer 11. Magnifying glass 12. Screw driver 30 cms long 13. Ball pen hammer, 100 gms. 14. Plastic bags for taking samples 15. Moisture meter for timber 16. Earth resistance tests : for Electrical Divisions 17. Meggar 18. Glass Beaker 100 cc ANNEXURE B-2 (REFER CLAUSE 10A) In all contracts where issue of cement and steel by the Employer is not stipulated, the following special conditions shall be applicable. 1. Special conditions for cement (1) The contractor shall procure 43 grade (conforming to IS 8112) ordinary Portland cement, as required in the work, from reputed manufacturers of cement having a production capacity not less than one million tones or more per annum, such as ACC, Ultra Tech, J.P. Rewa, Vikram, Shri Cement, Birla Jute & Cement Corporation of India etc., as approved by the Ministry of Industry, Government of India, and holding license to use ISI certification mark for their product. The tenderers may also submit a list of names of cement manufacturers which they propose to use in the work in case there is any difficulty in getting supplies from any of the Brands specified in the Tender Document. The Engineer-in-Charge reserves right to accept or reject name(s) of cement manufacturer(s) which the tenderer proposes to use in the work. No change in the tendered rates will be accepted if the Engineer-in-Charge does not accept the list of cement manufacturers, given by the tenderer, fully or partially. The supply of cement shall be taken in 50 kg. bags bearing manufacturer’s name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and got tested in accordance with provisions of relevant BIS codes. In case the test results indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the same shall stand rejected, and it shall be removed from the site by the contractor at his own cost within a week’s time of written order from the Engineer-in-Charge to do so. (2) The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer-in-Charge. Unless otherwise directed by the Engineer-in-Charge, the cement godown of the capacity to store a minimum of 2000 bags of cement shall be constructed by the contractor at site of work for which no extra payment shall be made. (3) Double look provision shall be made to the cement godown. The keys of one lock shall remain with the Engineer-in-Charge or his authorized representative and the keys of the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-inCharge. (4) The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only after satisfactory test results have been received. The contractor shall supply free of charge the cement required for testing including its transportation cost to testing laboratories. The cost of tests shall be borne by the contractor/Employer in the manner indicated below: for Non Mandatory Tests. In case of Mandatory Tests the cost will be borne only by the Contractor. (a) (b) By the contractor, if the results show that the cement does not conform to relevant BIS codes. By the Employer, if the results show that the cement conforms to relevant BIS codes. (5) The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. In case the cement consumption is less than theoretical consumption including permissible variation, recovery at the rate so prescribed shall be made. In case of excess consumption no adjustment need to be made. (6) The cement brought to the site and the cement remaining unused after completion of the work shall not be removed from site without the written permission of the Engineer-in-Charge. (7) The damaged cement shall be removed from the site immediately by the contractor on receipt of a notice in writing from the Engineer-in-Charge. If he does not do so within 3 days of receipt of such notice, the Engineer-in-Charge shall get it removed at the cost of the contractor. Similar conditions for cement of other types like slag cement etc., will apply. 2. Special Conditions for Steel (1)The Contractor shall procure TMT bars of Fe415 /Fe500 /Fe550 grade (the grade to be procured is to be specified) from primary producers such as SAIL or TISCO or RINL as approved by Ministry of Steel. In case of nonavailability of steel from primary producers as stipulated in the Tender Document, the Engineer-in-Charge may permit use of TMT reinforcement bars procured from secondary producers. In such cases following conditions will apply. (a) The grade of the steel such as Fe415 / Fe500 / Fe550 or other grade to be procured shall be as per BIS 1786 – 2008. (b) The secondary producers must have valid BIS licence to produce HSD bars conforming to IS 1786: 2008. In addition to BIS licence, the secondary producer must have valid licence from either of the firms Tempcore, Thermex, Evcon Turbo & Turbo Quench to produce TMT Bars. (c) The TMT bars procured from primary producers shall conform to manufacturer’s specifications. (d) The TMT bars procured from secondary producers shall conform to the specifications as laid by Tempcore, Thermex, Evcon Turbo & Turbo Quench as the case may be. (e) For TMT bars procured either from primary producers or secondary producers, the specifications shall meet the provisions of IS: 1786 : 2008 pertaining to Fe 415D or Fe 500D or Fe 550D grade of steel as specified in the tender. (2) The contractor shall have to obtain and furnish test certificates to the Engineerin-Charge in respect of all supplies of steel brought by him to the site of work. (3) Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform to the specifications as defined under para (1) (d) & (1) (e) above, the same shall stand rejected, and it shall be removed from the site of work by the contractor at his cost within a week time or written orders from the Engineer-in-Charge to do so. (4) The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more, or as decided by the Engineer-in-Charge. (5) The steel reinforcement bars shall be stored by the contractor at site of work in such a way as to prevent distortion and corrosion, and nothing extra shall be paid on this account. Bars of different sizes and lengths shall be stored separately to facilitate easy counting and checking. (6) For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of sufficient length shall be cut from each size of the bar at random, a n d at frequency not less than that specified below : Size of bar For consignment below For consignment above 100 tonnes 100 tonnes Under 10mm dia bars One sample for each tonnes or part thereof 25 One sample for each tonnes or part thereof 40 10 mm to 16 mm dia bars One sample for each tonnes or part thereof 35 One sample for each tonnes or part thereof 45 Over 16 mm dia bars One sample for each tonnes or part thereof 45 One sample for each tonnes or part thereof 50 (7) The contractor shall supply free of charge the steel required for testing including its transportation to testing laboratories. The cost of tests shall be borne by the Contractor/Employer In the manner indicated below for Non Mandatory Tests. In case of Mandatory Tests the cost will be borne only by the Contractor. (c) (d) (8) By the contractor, if the results show that the steel does not conform to relevant BIS codes. By the Employer, if the results show that the steel conforms to relevant BIS codes. The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as provided in clause 10 of he contract. The theoretical consumption of steel shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. In case the consumption is less than theoretical consumption including permissible variations recovery at the rate so prescribed shall be made. In case of excess consumption no adjustment need to be made. (9) The steel brought to site and the steel remaining unused shall not be removed from site without the written permission of the Engineer-in-Charge. (10) In case the contractor is permitted to use TMT reinforcement bars procured from secondary producers then: (i) (ii) In case the BOQ item is for supply of TMT bars, the Contractor will be paid at the Tender rate less the difference in market rates between supply by main Producers and that by Secondary Producers as ascertained by the Engineer-in-Charge, whose decision will be final and binding on the Contractor. In case the BOQ item is for supply and laying TMT reinforcement, reduction is rates per tonne will be as indicated in (i) above enhanced by 15% being the element of Contractor’s Profit and Overheads. ANNEXURE ‘C’ (REFER CLAUSE 10 B ii) PROFORMA FOR BANK GUARANTEE FOR MOBILIZATION ADVANCE (On Non-Judicial Stamp Paper of Appropriate Value) To, RITES LTD. __________ 1. In consideration of, RITES Ltd. Acting for and on behalf of as Agent/Power of Attorney Holder of ________ (hereinafter called “The Employer”) (which expression shall unless repugnant to the subject or context include its successors and assigns) having agreed under the terms and conditions of the Contract Agreement No. ______ dated _________ with* ________ in _ connection with the work of _________________ (hereinafter called "the said Contract") to make at the request of the Contractor’ a lumpsum advance of Rs. ______/- (Rupees __ only) for utilizing it for the purpose of the Contract on his furnishing a Guarantee acceptable to the Employer, we, _______Bank incorporated under ____and having one of our branches at ________ (hereinafter referred to as "the said Bank") do hereby guarantee the due recovery by the Employer of this said advance with interest thereon as provided according to the terms and conditions of the Contract. If the said Contractor fails to utilize the said advance for the purpose of the Contract and / or the said advance together with Interest thereon as aforesaid is not fully recovered by the Employer, we, Bank hereby unconditionally and irrevocably undertake to pay to RITES Ltd. on demand and without demur to the extent of the said sum of Rs. ___________ /(Rupees ___________ only), any claim made by the Employer on us for the loss or damage caused to or suffered by the Employer by reason of the Employer not being able to recover in full the said sum of Rs. /- (Rupees _ _ _ _ only) with interest as aforesaid. 2. We, Bank further agree that the Employer shall be the sole judge of and as to whether the said Contractor has not utilized the said advance or any part thereof for the purpose of the Contract and the extent of loss or damage caused to or suffered by the Employer on account of the said advance together with interest not being recovered in full and the decision of the Employer that the said Contractor has not utilized the said advance or any part thereof for the purpose of the Contract and as to the amount or amounts of loss or damage caused to or suffered by the Employer shall be final and binding on us. 3. We, the said Bank, further agree that the Guarantee herein contained shall remain in force and effect during the period that would be taken for the performance of the said Contract and till the said advance with interest has been fully recovered and its claims satisfied or discharged and till the Employer certifies that the said advance with interest has been fully recovered from the said Contractor, and accordingly shall have no claim under this Guarantee after 30 (thirty) days from the date of satisfactory completion of the said Contract (as per the mutually agreed Work Schedule) i.e. upto and inclusive of (date) unless a notice of the claim under this Guarantee has been served on the Bank before the expiry of the said period i.e. (date) in which case the same shall be enforceable against the Bank notwithstanding the fact, that the same is enforced after the expiry of the said period. 4. The Employer shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee or Indemnity, from time to time, to vary any of the terms and conditions of the said Contract or the advance or to extend time of performance by the said Contractor or to postpone for any time and from time to time any of the powers exerciseable by it against the said Contractor and either to enforce or forbear from enforcing any of the terms and conditions governing the said Contract or the advance available to the Employer and the said Bank shall not be released from its liability under these presents by any exercise by the Employer of the liberty with reference to the matters aforesaid or by reasons of time being given to the said Contractor or any other forbearance, act or omission on the part of the Employer or any indulgence by the Employer to the said Contractor on any other matter or thing whatsoever which under the law relating to sureties would, but for this provision, have the effect of so releasing the Bank from its such liability. 5. It shall not be necessary for the Employer to proceed against the Contractor before proceeding against the Bank and the Guarantee herein contained shall be enforceable against the Bank notwithstanding any security, which the Employer may have obtained or obtain from the Contractor shall at the time when proceedings are taken against the Bank hereunder, be outstanding or unrealized. 6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the Employer in writing and agree that any change in the Constitution of the said Contractor or the said Bank shall not discharge our liability hereunder. If any further extension of this Guarantee is required the same shall be extended to such required periods on receiving instructions from the Contractor M/s ________. on whose behalf this Guarantee is issued. Notwithstanding anything contained herein before our liability under this Guarantee is restricted to Rs. (Rupees only) together with interest . Our undertaking shall commence from the date of execution and shall remain in force upto Dated this day of In presence of For and on behalf of (the Bank) WITNESS Signature 1. Name 2. Designation Authorization No. Seal of the Bank The above Guarantee is accepted by the Employer For RITES Ltd. For and on behalf of (the Employer) as Agent/Power of Attorney Holder NOTES ON PARA 1 *For Proprietary Concerns Shri son of resident of carrying on business under the name and style of at ________(hereinafter called "the said Contractor" which expression shall unless the context requires otherwise include his heirs, executors, administrators and legal representatives). *For Partnership Concerns *M/s. a partnership firm with its office (hereinafter called "the said Contractor" which expression shall unless the context requires otherwise include their heirs, executors, administrators and legal representatives); the names of their partners being. (i) Shri S/o (ii) Shri S/o etc. *For Companies * M/s. ________________ a company under the Companies Act, 1956 and having its registered office at ________ in the State of __________ (hereinafter called “the said Contractor” which expression shall unless the context requires otherwise include its administrators, successors and assigns). ANNEXURE ‘D’ (REFER CLAUSE10 B iii) PROFORMA FOR HYPOTHECATION DEED FOR PLANT & MACHINERY ADVANCE (On Non-Judicial Stamp Paper of Appropriate values in the name of the Contractor) This indenture made the_______________ day of __________ BETWEEN* _________ of the one part and RITES LIMITED acting for and on behalf of as Agent/Power of Attorney Holder of ___________ (hereinafter called “the Employer” which expression shall unless the context requires otherwise include his successors and assigns) of the other part. WHEREAS under Provision in Clause 10B (iii) of the Clauses of Contract of Agreement No. dated (hereinafter called the "Contract") between the Employer and the Contractor, the Contractor has applied to the Employer for an advance of Rs._ (Rupees only) for Plant & Machinery described in the schedule hereto specifically acquired by the Contractor for the Works and brought to the site. AND WHEREAS one of the conditions on which the said Advance of Rs. is to be granted by the Employer to the Contractor is that the Contractor shall hypothecate the plant and machinery described in the Schedule hereto in favour of the Employer as security for the due repayment of the said advance along with interest as due. AND WHEREAS the Contractor has represented that he is the Owner of the Plant and Machinery described in the Schedule hereto and the same is free from encumbrances. NOW THIS INDENTURE WITNESSETH THAT in pursuance of the said Contract and in consideration of the promises the Contractor doth hereby hypothecate, assign and transfer to the Employer the Plant and Machinery described in the Schedule hereto with the intent that the same shall remain and form security for repayment to the Employer of the said advance of Rs. together with the interest thereon at 10% per annum. 1. The Contractor hereby agrees, declares and convenants with the Employer as follows:a) The Contractor shall repay to the Employer the said Advance of Rs. (Rupees only) together with Interest thereon as aforesaid by and agrees that the said Advance be recovered by the Employer by making deductions in the manner provided in Clause 10B(iv) of the Clauses of Contract. b) The Contractor has paid in full the purchase price of the Plant and Machinery described in the Schedule hereto and each and every one of them is the absolute property of the Contractor and that the same have not been sold, pledged, mortgaged or transferred or in any way dealt with by the Contractor. c) So long as any amount remains payable to the Employer by the Contractor in respect of the said Advance of Rs. and interest thereon the Contractor shall not sell, pledge, hypothecate, transfer part with or in any way deal with the Plant and Machinery described in the Schedule hereto. d) If the said advance of Rs. along with the interest as due shall not be repaid by the Contractor or recovered in the manner described above by the Employer by (due date) due to any reason whatsoever or the said Contract has been determined earlier or cancelled or if the Contractor shall sell, pledge, mortgage, transfer, par with or in any way deal with the said plant and machinery or any part thereof or the Contractor or any of the partners is adjudged insolvent or the Contractor firm is to be wound up or the Contractor makes any composition or arrangement with its creditors or the Contractor shall commit breach of any of the terms and conditions or covenants as herein contained or if any of the said plant and machinery or any other property whatsoever belonging to the Contractor has been sold or attached for a period of not less than 21 days in execution of the decree of any court for payment of money, the whole of the said advance of Rs. _______ or such part thereof as may have remained unpaid or unrecovered together with interest thereon shall forthwith become due and payable. e) The Employer may on the happening of any of the events mentioned in the preceeding clause (d) or in the event of the said advance and interest thereon or any part thereof becoming due and payable and has not been paid or recovered or cannot be recovered as provided in the said conditions, seize and take possession of the said plant and machinery (and either remain in possession thereof without removing the same or else may remove the same) and sell the said plant and machinery or any of them either by public auction or private Contract and may out of the sale proceeds retain the balance of the said advance and interest thereon remaining unpaid and unrecovered and all costs, charges and expenses and payments incurred or made in maintaining, defending or protecting the rights of the Employer hereunder and shall pay over the surplus, if any, to the Contractor. f) The Contractor shall at all times during the continuance of this security as stipulated in Para 2 below, the Contractor shall at his cost insure and keep insured the plant and machinery described in the Schedule hereto for the full value thereof in the joint names of the Contractor and the Employer with an insurance company to be approved by the Engineer-in-Charge against the risk of loss or damage from whatever cause arising other than the Excepted Risks. During the Continuance of the security the Contractor shall pay all premia and sums of money necessary for keeping such insurance alive and the insurance policy and receipts in original for premia paid shall be deposited with the Engineer-in-Charge. The Contractor shall assign all his rights, title and interest in the policy to the Employer. g) The Contractor shall not permit or suffer the said plant and machinery or any par thereof to be destroyed or damaged or used or to be used or to deteriorate in a greater degree than it would deteriorate by reasonable wear and tear thereof in the performance of the Contract. h) In the event of any damage or loss happening to the said plant and machinery or any part thereof from whatever cause other than the Excepted risks the Contractor shall forthwith have the same repaired or replaced as the case may be or arrange for payment of the entire amount recovered or to be recovered from the insurance company to the Employer towards the payment of the said advance of Rs. along with interest as due. 2. Upon repayment or recovery in full of the amount secured on account of this hypothecation deed the said plant and machinery secured hereunder shall stand released from hypothecation but this is without prejudice to the right of the Employer under any other conditions of the Contract. SCHEDULE ABOVE REFERRED TO Sl.No. Particulars New or of Plant & Machinery Second hand 2 3 1 Nos. Purchase 4 price / considered reasonable by Engineerin-Charge 5 % of Col. 5 Advance sanctioned sanctioned in (Rs.) 6 7 IN WITNESS WHEREOF the parties hereto have executed these presents on the day and year first above written. Signed and delivered By the within named Signed by Shri (Contractor) (Name & Designation) of RITES LIMITED In the presence of For and on behalf of the Employer as Agent/Power of Attorney Holder 1. in the presence of 2. 1. 2. NOTES ON PARA 1 *For Proprietary Concerns Shri son of resident of carrying on business under the name and style of at (hereinafter called "the said Contractor" which expression shall unless the context requires otherwise include his heirs, executors, administrators and legal representatives). *For Partnership Concerns M/s. a partnership firm with its office at (hereinafter called "the said Contractor" which expression shall unless the context requires otherwise include their heirs, executors, administrators and legal representatives); the names of their partners being i) Shri S/o ii) Shri S/o etc. *For Companies (*M/s. a company under the Companies Act, 1956 and having its registered office at in the State of hereinafter called the said Contractor’ which expression shall unless the context requires otherwise include its administrators, successors and assigns). .ANNEXURE ‘E-1’ (REFER CLAUE 17) GUARANTEE BOND IN RESPECT OF WATER PROOFING WOKRS (On Non Judicial Stamp Paper of Rs. 10) The Agreement made this __________ day of _______ Two thousand and ______ between _______ (hereinafter called the Guarantor of the one part) and ______ (herein after called the “Employer”) on the other part. WHEREAS THIS agreement is supplementary to a Contract (hereinafter called the Contract) dated and made between the Guarantor of the one part and the Employer acting through RITES Ltd. as Agent/Power of Attorney Holder of the other part, whereby the Contractor, inter alia, undertook to render the buildings and structures in the said Contract cited completely water and leak-proof. And whereas Guarantor agreed to give a guarantee to the effect that the said structures will remain water and leak-proof for five years from the date of giving of water proofing treatment. Now the Guarantor hereby guarantees that water proofing treatment given by him will render the structures completely leak proof and the minimum life of such water proofing treatment shall be five years to be reckoned from the date after the maintenance period prescribed in the Contract. Provided that the Guarantor will not be responsible for leakage caused by earthquake or structural defects or misuse of roof or alteration and for such purpose. a) misuse of roof shall mean any operation which will damage water-proofing treatment, like chopping of firewood and things of the same nature which might cause damage to the roof. b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to existing roof whereby water-proofing treatment is removed in parts. c) The decision of the Employer with regard to cause of leakage shall be final. During this period of Guarantee, the Guarantor shall make good all defects and in case of any defect being found, render the building water proof to the satisfaction of the Employer at his cost and shall commence the work for such rectification within seven days from the date of issue of the notice from the Employer calling upon him to rectify the defects failing which the work shall be got done by the Employer by some other Contractor at the Guarantor' s cost and risk. The decision of the Employer as to the cost, payable by the Guarantor shall be final and binding. That if Guarantor fails to execute the water proofing or commits breach there under then the Guarantor will indemnify the Employer and his successors against all loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the part of the Guarantor in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and/or cost incurred by the Employer the decision of the Employer will be final and binding on the parties. In Witness whereof these present have been executed by the Guarantor and by (Name & Designation of Officer of RITES Ltd. ) acting for and on behalf of the Employer as Agent/Power of Attorney Holder on the day, month and year first above written. SIGNED, SEALED and delivered by GUARANTOR in the presence of :1. 2. SIGNED for and on behalf of THE EMPLOYER as Agent/Power of Attorney Holder by the presence of:1. 2. Copy to the Employer in ANNEXURE ‘E-2’ (REFER CLAUSE 17) GUARANTEE BOND FOR ANTI TERMITE TREATMENT WORKS (On Non Judicial Stamp Paper of Rs. 10) The Agreement made this _______ day of Two Thousand _______ between M/s. _____ __________ (herinafter called the Guarantor of the one part) and the _____ (hereinafter called the Employer of the other part). Whereas this agreement is supplementary to the Contract (hereinafter called the Contract) dated _________ made between the Guarantor of the one part and the Employer acting through RITES Ltd. as Agent/Power of Attorney Holder of the other part, whereby the Contractor, interalia, undertook to render the Buildings and structures in the said Contract cited completely Termite proof. And whereas the Guarantor agreed to give a Guarantee to the effect that the said structures will remain Termite-proof for ten years to be reckoned from the date after the maintenance period prescribed in the Contract expires. During this period of guarantee the Guarantor shall make good all defects and for that matter, shall replace at his risk and cost, such wooden members as may be damaged by termites and in case of any other defect being found he shall render the building termite proof at his cost to the satisfaction of the Engineer-in-Charge and shall commence the works of such rectification within seven days from the date of issuing notice from the Employer calling upon him to rectify the defects failing which the work shall be got done by the Employer by some other Agency at the Guarantor' s cost and risk and in the latter case the decision of the Employer as to the cost recoverable from the Guarantor shall be final and binding. That if the Guarantor fails to execute the Anti Termite Treatment or commits breaches thereunder, then the Guarantor will indemnify the Employer and his successors against all loss, damage, cost expense or otherwise which may be incurred by him by reason of any default on the part of the Guarantor in performance and observance of this supplementary agreement. As to the amount of loss and / or damage and / or cost incurred by the Employer, the decision of the Employer will be final and binding on the parties. In witness whereof these present have been executed by the Guarantor and by (Name & Designation of Officer of RITES Ltd). for and on behalf of the Employer as Agent/Power of Attorney Holder on the day, month and year first above written.. SIGNED, SEALED and delivered by the GUARANTOR in the presence of 1. 2. SIGNED for and on behalf of the Employer as Agent/Power of Attorney by -------- ---- (RITES LTD.) in the presence of 1. 2. Copy to the Employer ANNEXURE ‘F’ (REFER CLAUSE 25 (3)) FORM OF CONTRACTOR’S NOTICE FOR APPOINTMENT OF ARBITRATOR To (Appointing Authority) RITES. Gurgaon Dear Sir, In terms of clause 25 of the agreement, particulars of which are given below, I/ We hereby give notice to you to appoint an arbitrator for settlement of disputes mentioned below: 1. Name of applicant 2. Whether applicant is Individual / Prop. Firm / Partnership Firm / Ltd. co. 3. Full address of the applicant 4. Name of the work and Contract number in which arbitration sought 5. Name of the RITES Office which entered into Contract 6. Contracted amount of the work 7. Date of Contract 8. Date of start of work 9. Stipulated date of completion of work 10. Actual date of completion of work (if completed) 11. Total number of claims made 12. Total amount claimed 13. Date of intimation of Final Bill being ready (if work is completed) 14. Date of payment of Final Bill (if work is completed) 15. Amount of Final Bill (if work is completed) 16. Date of request made to Engineer- in-Charge’s for decision 17. Date of receipt of Engineer-in-Charge’s decision 18. Date of appeal to Appelate Authority. 19. Date of receipt of Appelate Authority”s decision Specimen signature of the applicant (only the person/authority who signed the Contract should sign) I/We certify that the information given above is true to the best of my/our knowledge. I/We enclose following documents. 1. Statement of claims with amount claimed against each claim. 2. 3. 4. Yours faithfully, (Signature) Copy in duplicate to 1. _______Engineer-in-Charge, RITES ANNEXURE ‘G’ (REFER CLAUSE 37A) INDEMNITY BOND (ON NON – JUDICIAL STAMP PAPER OF APPROPRIATE VALUE) NAME OF THE WORK: _____________________ Know all men by these presents that I/We ___________ (Name of the Contractor with address) do hereby execute Indemnity Bond in favour of RITES having their office at __________________ acting for and on behalf of __________________(Employer) as Agent/Power of Attorney Holder. On this ____________ day of _________________ Whereas M/s. RITES have been appointed as the Consultant for the Project Management for and on behalf of ________________________ (the Employer) for the work of ___________________ under Contract No. _____________________ dated __________. This Deed witnesseth as follows I/We _________________ (Name of the Contractor) hereby do indemnity and save harmless RITES having its office at _________________ from any claims by the State Government Department responsible for collection of royalty for minor minerals like red bajri, stone, kankar etc., on non-payment of royalty as due for the minor minerals used in the execution of the contract, in terms of provisions of the relevant State Act and Rules made thereon. IN WITNESS WHEREOF THE __________________ HAS SET HIS/HER HANDS ON THIS DAY OF ________________ SIGNED AND DELIVERED BY THE AFORESAID IN THE PRESENCE OF WITNESSES 1) _______________________ 2) _______________________ ANNEXURE ‘H’ (REFER CLAUSE 47.9) INDEMNITY BOND (On Non-Judicial Stamp Paper of appropriate value) Name of the work ___________ KNOW all men by these presents that I/We ______________ (Name of Contractor with address)do hereby execute Indemnity Bond in favour of RITES having their office at _______________ acting for and on behalf of ____________ (the Employer) as Agent/Power of Attorney Holder. On this day of . WHEREAS M/s.RITES appointed as the Consultants for the Project Management for and on behalf of (the Employer) for the work of ________ under Contract No. -------------dated _________ with us. THIS DEED WITNESSETH AS FOLLOWS: I/We, (Name of Contractor) hereby do indemnify and save harmless RITES having their office at from 1. Any third party claims, civil or criminal complaints/liabilities site mishaps and other accidents or disputes and/or damages occurring or arising out of any mishaps at the site due to faulty work, negligence, faulty construction and/or for violating any law, rules and regulations in force, for the time being while executing/executed civil works by me/us. 2. Any damages, loss or expenses due to or resulting from any negligence or breach of duty on the part of me/us or any sub-Contractor/s if any, servants or agents. 3. Any claims by an employee of mine/ours or of sub-Contractors if any, under the workman compensation act and employers'Liability act, 1939 or any other law rules and regulations in force for the time being and any acts replacing and/or amending the same or any of the same as may be in force at the time and under any law in respect of injuries to persons or property arising out of and in the course of execution of the Contract work and/or arising out of and in the course of employment of any workman/employee. 4. Any act or omission of mine/ours or sub-Contractor/s if any, our/their servants or agent which may involve any loss, damage, liability, civil or criminal action. IN WITNESS WHEREOF THE HAS SET HIS/THEIR HANDS ON THIS DAY OF SIGNED AND DELIVERED BY THE AFORESAID IN THE PRESENCE OF WITNESSES: 1. 2. Section - 9 RITES SAFETY CODE SECTION - 9 RITES SAFETY CODE 1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done form the ground, or from solid construction except such short period work as can be done safely from ladders. When a ladder is used an extra mazdoor shall be engaged for holding the ladder and if the ladder is used, for carrying materials as well, suitable footholds and hand-hold shall be provided on the ladder and the ladder shall be given an inclination not steeper than ¼ to 1(1/4 horizontal and 1 vertical). 2. Scaffolding of staging more than 3.6 m (12 ft) above the ground or floor, swung or suspended from an overhead support or erected with stationary support shall have a guard rail properly attached or bolted, braced and otherwise secured at least 90 cm (3 ft) high above the floor or platform of such scaffolding or staging and extending along the entire length of the outside and ends there of with only such opening as may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the building or structure. 3. Working platforms, gangways and stairways should be so constructed that they should not sag unduly or unequally, and if the height of the plat form or the gangway or the stairway is more than 3.6 m (12 ft) above ground level or floor level, they should be closely boarded, should have adequate width and should be suitably fastened as described in (2) above. 4 Every opening in the floor of a building or in a working platform shall be provided with suitable means to prevent the fall of person or materials by providing suitable fencing or railing whose minimum height shall be 90 cm (3 ft). 5. Safe means of access shall be provided to all working platform and other working places. Every ladder shall be securely fixed. No portable single ladder shall be over 9m. (30 ft)in length while the width between side rails in rung ladder shall in no case be less than 29 cm. (11 1/2”) for ladder upto and including 3m. (10 ft.)in length. For longer ladders, this width should be increased at least ¼ ” for each additional 30 cm. (1 foot) of length. Uniform step spacing of not more than 30 cm shall be kept. Adequate precautions shall be taken to prevent danger from electrical equipment. No materials on any of the sites or work shall be so stacked or placed as to cause danger or inconvenience to any person or the public. The contractor shall provide all necessary fencing and lights to protect the public from accident and shall be bound to bear the expenses of defense of every suit, action or other proceedings at law that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay any damages and cost which may be awarded in any such suit, action or proceedings to any such person or which may, with the consent of the contractor, be paid to compensate any claim by any such person. 6. Excavation and Trenching – All trenches 1.2m. (4ft.) or more in depth, shall at all times be supplied thereof, with at least one ladder for each 30 m. (100 ft) in length or fraction thereof, Ladder shall extend from bottom of the trench to at least 90 cm. (3 ft) above the surface of the ground. The side of the trenches which are 1.5 m.(5 ft.) or more in depth shall be stepped back to give suitable slope or securely held by timber bracing, so as to avoid the danger of sides collapsing. The excavated materials shall not be placed within 1.5 m. (5 ft.) of the edges of the trench or half of the depth of the trench whichever is more. Cutting shall be done from top to bottom. Under no circumstances undermining or undercutting shall be done. 7. Demolition – Before any demolition work in commenced and also during the progress of the work, (i) All roads and open areas adjacent to the work site shall either be closed or suitably protected. (ii) No electric cable or apparatus which is liable to be a source of danger or a cable or apparatus used by the operator shall remain electrically charged. (iii) All practical steps shall be taken to prevent danger to persons employed from risk of fire or explosion or flooding. No floor, roof or other part of the building shall be so overloaded with debris or materials as to render it unsafe. 8. All necessary personal safety equipment as considered adequate by the engineer-inCharge should be kept available for the use of the person employed on the site and maintained in a condition suitable for immediate use, and the contractor should take adequate steps to ensure proper use of equipment by those concerned: The following safely equipment shall invariably be provided. (i) Workers employed on mixing asphaltic materials, cement and lime mortars shall be provided with protective footwear and protective goggles. (ii) Those engaged in white washing and mixing or stacking of cement bags or any material which is injurious for the eyes, shall be provided with protective goggles. (iii) Those engaged in welding works shall be provided with welder’s protective eyeshields. (iv) Stone breaker shall be provided with protective goggles and protective clothing and seated at sufficiently safe intervals. (v) When workers are employed in sewers and manholes, which are in active use, the contractors shall ensure that the manhole covers are opened and ventilated atleast for an hour before the workers are allowed to get into the manholes, and the manholes so opened shall be cordoned off with suitable railing and provided with warning signals or boards to prevent accident to the public. In addition, the contractor shall ensure that the following safety measure are adhered to: (a) Entry for workers into the line shall not be allowed except under supervision of the JE or any other higher officer. (b) At least 5 to 6 manholes upstream and downstream should be kept open for at least 2 to 3 hours before any man is allowed to enter into the manhole for working inside. (c) Before entry, presence of Toxic gases should be tested by inserting wet lead acetate paper which changes colour in the presence of such gases and gives indication of their presence. (d) Presence of Oxygen should be verified by lowering a detector lamp into the manhole. In case, no Oxygen is found inside the sewer line, workers should be sent only with Oxygen kit. (e) Safety belt with rope should be provided to the workers. While working inside the manhole, such rope should be handled by two men standing outside to enable him to be pulled out during emergency. (f) The area should be barricaded or cordoned off by suitable means to avoid mishaps of any kind. Proper warning signs should be displayed for the safely of the public whenever cleaning works are undertaken during night or day. (g) No smoking or open flames shall be allowed near the blocked manhole being cleaned. (h) The malba obtained on account of cleaning of blocked manholes and sewer lines should be immediately removed to avoid accidents on account of slippery nature of the malba. (i) Workers should not be allowed to work inside the manhole continuously. He should be given rest intermittently. The Engineer-in-Charge may decide the time up to which a worker may be allowed to work continuously inside the manhole. (j) Gas masks with Oxygen Cylinder should be kept at site for use in emergency. (k) Air-blowers should be used for flow of fresh air through the manholes. Whenever called for portable air blowers are recommended for ventilating the manholes. The motors for these shall be vapour proof and of totally enclosed type. Non sparking gas engines also could be used but they should be placed at least 2 meters away from the opening and on the leeward side protected from wind so that they will not be a source of friction on any inflammable gas that might be present. (l) The workers engaged for cleaning the manholes/sewers should be properly trained before allowing to work in the manhole. (m) The workers shall be provided with Gumboots or non sparking shoes bump helmets and gloves non sparking tools safely lights and gas masks and portable air blowers (when necessary). They must be supplied with barrier cream for anointing the limbs before working inside the sewer lines. (n) Workmen descending manhole shall try each ladder stop or rung carefully before putting his full weight on it to guard against insecure fastening due to corrosion of the rung fixed to manhole well. (o) If a man has received a physical injury, he should be brought out of the sewer immediately and adequate medical aid should be provided to him. (p) The extent to which these precautions are to be taken will depend on individual situation but the decision of the Engineer-in-Charge regarding the steps to be taken in this regard in an individual case will be final. 9. The Contractor shall not employ women and men below the age of 18 years on the work of painting with product containing lead in any form. Wherever men above the age of 18 are employed on the work of lead painting, the following principles must be observed for such use. (i) White lead, sulphate of lead or product containing this pigments, shall not be used in painting operations. (II) Measures shall be taken, wherever required in order to prevent danger arising from the application of paint in the form of spray. (iii) Measures shall be taken, wherever practicable, to prevent danger arising out of or from dust caused by dry rubbing down and scraping. (iv) Adequate facilities shall be provided to enable working painters to wash during and on cessation of work. (v) Overall shall be worn by working painters during the whole of working period. (vi) Suitable arrangement shall be made to prevent clothing put off during working hours being spoiled by painting materials. (vii) Cases of lead poisonings and suspected lead poisoning shall be notified and shall be subsequently verified by medical man appointed by competent authority of RITES. (viii) RITES may require, when necessary medical examination of workers. (ix) Instructions with regard to special hygienic precautions to be taken in the painting trade shall be distributed to working painters. (x) No paint containing lead or lead products shall be used except in the form of paste or ready made paint. (xi) Suitable face masks should be supplied for use by the workers when paint is applied in the form of spray or a surface having lead paint is dry rubbed and scraped. (xii) Overall shall be supplied by the contractors in the workmen and adequate facilities shall be provided to enable the working painters to wash during and on the cessation of work. 10. When the work is done near any place where there is risk of drowning, all necessary equipments should be provided and kept ready for use and all necessary steps taken for prompt rescue of any person in danger and adequate provision should be made for prompt first aid treatment of all injuries likely to be sustained during the course of the work. 11. Use of hoisting machines and tackle including their attachments, anchorage and supports shall conform to the following standards for conditions: (i) (a) These shall be of good mechanical construction, sound materials and adequate strength and free from patent defects and shall be kept repaired and in good working order. (b) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable quality and adequate strength, and free from patent defects. (ii) Every crane driver or hoisting appliance operator, shall be properly qualified and no person under the age of 21 years should be in charge of any hoisting machine including any scaffolding winch or give signals to operator. (iii) In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley block used in hoisting or as means of suspension the safe working load shall be ascertained by adequate means. Every hoisting machine and all gear referred to above shall be plainly marked with the safe working load. In case of a hoisting machine having a variable safe working load each safe working load and the condition under which it is applicable shall be clearly indicated. No part of any machine or any gear referred to above in this paragraph shall be loaded beyond the safe working load except for the purpose of testing. (iv) In case of the Employer’s machines, the safe working load shall be notified by the Electrical Engineer-in-Charge. As regards contractor’s machines the contractors shall notify the safe working load of the machine to the Engineer-in-Charge whenever he brings any machinery to site of work and get it verified by the Electrical Engineer concerned. 12. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances should be provided with efficient safeguards. Hoisting appliances should be provided with such means as will reduce to the minimum the risk of accidental decent of the load. Adequate precautions should be taken to reduce to the minimum the risk of any part of a suspended load becoming accidentally displaced. When workers are employed on electrical installations which are already energized, insulating mats, wearing apparel, such as gloves sleeves and boots as may be necessary should be provided. The worker should not wear any rings, watches and carry keys or other materials which are good conductor of electricity. 13. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in safe condition and no scaffold, ladder or equipment shall be altered or removed while it is in use. Adequate washing facilities should be provided at or near places of work. 14. These safely provisions should be brought to the notice of all concerned by display on a notice board at a prominent place at work spot. The person responsible for compliance of the safety code shall be named therein by the contractor. 15. To ensure effective enforcement of the rules and regulations relating to safety precautions the arrangements made by the contractor shall be open to inspection by the Labour Officer or Engineer-in-Charge of the department or their representatives. 16. Notwithstanding the above clauses from (1) to (15) there is nothing in these to exempt the contractor from the operations of any other Act or Rule in force in the Republic of India. Section - 10 RITES MODEL RULES FOR PROTECTION OF HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS EMPLOYED BY RITES OR ITS CONTRACTORS SECTION – 10 MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS EMPLOYED BY RITES OR ITS CONTRACTORS 1. APPLICATION These rules shall apply to all buildings and construction works in charge of RITES in which twenty or more workers are ordinarily employed or are proposed to be employed in any day during the period during which the contract work is in progress. 2. DEFINITION Work place means a place where twenty or more workers are ordinarily employed in connection with construction work on any day during the period during which the contract work is in progress. 3. FIRST-AID FACILITIES (i) At every work place there shall be provided and maintained, so as to be easily accessible during working hours, first aid boxes at the rate of not less than one box for 150 contract labour or part there of ordinarily employed. (ii) The first-aid box shall be distinctly marked with a red cross on white back ground and shall contain the following equipment: 50– (a) For work places in which the number of contract labour employed does not exceed Each first-aid box shall contain the following equipments: 1. 6 small sterilized dressings. 2. 3 medium size sterlised dressings. 3. 3 large size strelised dressings. 4. 3 large sterilized burn dressings. 5. 1(30 ml). bottle containing a two percent alcoholic solution of iodine. 6. 1(30 ml.) bottle containing salvolatile having the dose and mode of administration indicated on the label. 7. 1 snakebite lancet. 8. 1 (930 gms) bottle of potassium permanganate crystals. 9. 1 pair scissors. 10. 1 copy of the fist-aid leaflet issued by the Director General. Factory Advice Service and Labour Institutes, Government of India. 11. 1 bottle containing 100 tablets (each of 5 gms) of aspirin. 12. Ointment for burns. 13. A bottle of suitable surgical antiseptic solution. (b) For work places in which the number of contract labour exceed 50. Each first-aid box shall contain the following equipments. 1. 12 small sterilised dressings. 2. 6 medium size sterilized dressings. 3. 6 large size streilised dressings. 4. 6 large size sterilised burn dressings. 5. 6 (15 gms) packets sterilized cotton wool. 6. 1 (60 ml.) bottle containing a two per cent alcoholic solution iodine. 7. 1 (60 ml.) bottle containing salvolatile having the dose and mode of administration indicated on the label. 8. 1 roll of adhesive plaster. 9. 1 snake bite lancet. 10. 1 (30 ml.) bottle of potassium permanganate crystals. 11. 1 pair scissors. 12. 1 copy of the first-aid leaflet issued by the Director General Factory Advice Service and Labour Institutes/Government of India. 13. A bottle containing 100 tablets (each of 5 gms.) of aspirin. 14. Ointment for burns. 15. A bottle of suitable surgical antiseptic solution. (iii) Adequate arrangements shall be made for immediate recoupment of the equipment when necessary. (iv) Nothing except the prescribed contents shall be kept in the First-aid box. (v) The first-aid box shall be kept in charge of a responsible person who shall always be readily available during the working hours of the work place. (vi) A person in charge of the First-aid box shall be a person trained in First-aid treatment, in the work places where the number of contract labour employed is 150 or more. (vii) In work places where the number of contract labour employed is 500 or more and hospital facilities are not available within easy distance from the works, First-aid posts shall be established and run by a trained compounder. The compounder shall be on duty and shall be available at all hours when the workers are at work. (viii) Where work places are situated in places which are not towns or cities, a suitable motor transport shall be kept readily available to carry injured person or person suddenly taken ill to the nearest hospital. 4. DRINKING WATER (i) In every work place, there shall be provided and maintained at suitable places, easily accessible to labour, a sufficient supply of cold water fit for drinking (ii) Where drinking water is obtained from an intermittent public water supply, each work place shall be provided with storage where such drinking water shall be stored. (iii) Every water supply or storage shall be at a distance of not less than 50 feet from any latrine drain or other source of pollution. Where water has to be drawn from anexisting well which is within such proximity of latrine, drain or any other source of pollution, the well shall be properly chlorinated before water is drawn from it for drinking. All such wells shall be entirely closed in and be provided with a provided with a trap door which shall be dust and waterproof. (iv) A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and opened only for cleaning or inspection which shall be done at least once a month. 5. WASHING FACILITIES (i) In every work place adequate and suitable facilities for washing shall provided and maintained for the use of contract labour employed therein. (ii) Separate and adequate cleaning facilities shall be provided for the use of male and female workers. (iii) Such facilities shall be conveniently accessible and shall be kept in clean and hygienic condition. 6. LATRINES AND URINALS (i) Latrines shall be provided in every work place on the following scale namely: females. (a) Where female are employed there shall be at least one latrine for every 25 (b) Where males are employed, there shall be at least one latrine for every 25 males. Provided that where the number of males or females exceeds 100, it shall be sufficient if there is one latrine for 25 males or females as the case may be upto the first 100, and one for every 50 thereafter. (ii) Every latrine shall be under cover and so partitioned off as to secure privacy, and shall have a proper door and fastenings. (iii) Construction of latrines: The inside walls shall be constructed of masonry or some suitable heat-resisting non absorbent materials and shall be cement washed inside and outside at least once a year. Latrines shall not be of a standard lower than borehole system. (iv) (a) Where workers of both sexes are employed, there shall be displayed outside each block of latrine and urinal a notice in the language understood by the majority of the works “for men only” or “for women only” as the case may be. (b) The notice shall also bear the figure of a man or of a woman, as the case may be. (v) There shall be at least one urinal for male workers upto 50 and one for female workers upto fifty employed at a time, provided that where the number of male or female workmen, as the case may be exceeds 500, it shall be a sufficient if there is one urinal for every 50 males or females upto the first 500 and one for every 100 or part thereafter. (vi) (a) The latrines and urinals shall be adequately lighted and shall be maintained in a clean and sanitary condition at all times. (b) Latrines and urinals other than those connected with a flush sewage system shall comply with the requirement of the Public Health Authorities. (vii) Water shall be provided by means of tap or otherwise so as to be conveniently accessible in or near the latrines and urinals. (viii) Disposal of excreta: Unless otherwise arranged for by the local sanitary authority, arrangements for proper disposal of excreta by incineration at the work place shall be made by means of a suitable incinerator. Alternately excreta may be disposed of by putting a layer of night soil at the bottom of a pucca tank prepared for the purpose and covering it with a 15 cm layer of waste or refuse and then covering it with a layer of earth for a fortnight (when it will manure). (ix) The contractor shall at this own expense, carry out all instructions issued to him by the Engineer-in-Charge to effect proper disposal of night soil and other conservancy work in respect of the contractor’s workmen or employees on the site. The contractor shall be responsible for payment of any charges which may be leveled by Municipal of Cantonment Authority for execution of such on his behalf. 7. PROVISION OF SHELTER DURING REST At every place there shall be provided, free of cost, four suitable sheds, two for meals and the other two for rest separately for the use of men and women labour. The height of each shelter shall not be less than 3 meters (10 ft.) from the floor level to the lowest part of the roof. These shall be kept clean and the space provided shall be on the basis of 0.6 sq.m. (6 ft.) per head. Provided that the Engineer-in-Charge may permit subject to his satisfaction, a portion of the building under construction or other alternative accommodation to be used for the purpose. 8. CRECHES (i) At every work place, at which 20 or more women workers are ordinarily employed, there shall be provided two rooms of reasonable dimensions for the use of their children under the age of six years. One room shall be used as a play room for the children and the other as their bedroom. The rooms shall be constructed with specifications as per clause 19H (ii) a, b, & c. (ii) The rooms shall be provided with suitable and sufficient openings for light and ventilation. There shall be adequate provision of sweepers to keep the places clean. (iii) The contractor shall supply adequate number of toys and games in the play room and sufficient number of cots and beddings in the bed room. (iv) The contractor shall provide one ayaa to look after the children in the creche when the number of women workers does not exceed 50 and 2 when the number of women workers exceed 50. (v) The use of the rooms earmarked as creches shall be restricted to children, their attendants and mothers of the children. 9. CANTEENS (i) In every work place where the work regarding the employment of contract labour is likely to continue for six months and where in contract labour numbering one hundred or more are ordinarily employed an adequate canteen shall be provided by the contractor for the use of such contract labour. (ii) The canteen shall be maintained by the contractor in an efficient manner. (iii) The canteen shall consist of at least a dining hall, kitchen, storeroom, pantry and washing places separately for workers and utensils. (iv) The canteen shall be sufficiently lighted at all times when any person has access to it. (v) The floor shall be made of smooth and impervious materials and inside walls shall be lime-washed or colour washed at least once in each year. Provided that the inside walls of the kitchen shall be lime-washed every four months. (vi) The premises of the canteen shall be maintained in a clean and sanitary condition. (vii) Waste water shall be carried away in suitable covered drains and shall not be allowed to accumulate so as to cause a nuisance. (viii) Suitable arrangements shall be made for the collection and disposal for garbage. (ix) The dining hall shall accommodate at a time 30 per cent of the contract labour working at a time. (x) The floor area of the dining hall, excluding the area occupied by the service counter and any furniture except tables and chairs shall not be less than one square meter (10 Sft.) per diner to be accommodated as prescribed in sub-Rule 9. (xi) (a) A portion of the dining hall and service counter shall be partitioned off and reserved for women workers in proportion to their number. (b) Washing places for women shall be separate and screened to secure privacy. (xii) Sufficient tables stools, chair or benches shall be available for the number of diners to be accommodated as prescribed in sub-Rule 9. (xiii) (a) 1. There shall be provided and maintained sufficient utensils crockery, furniture and any other equipments necessary for the efficient running of the canteen. 2. The furniture utensils and other equipment shall be maintained in a clean and hygienic condition. (b) 1. Suitable clean clothes for the employees serving in the canteen shall be provided and maintained. 2. A service counter, if provided, shall have top of smooth and impervious materials. 3. Suitable facilities including an adequate supply of hot water shall be provided for the cleaning of utensils and equipments. (xiv) The food stuffs and other items to be served in the canteen shall be in conformity with the normal habits of the contract labour. (xv) The charges for food stuffs, beverages and any other items served in the canteen shall be based on ‘No profit, No loss’ and shall be conspicuously displayed in the canteen. (xvi) In arriving at the price of food stuffs, and other article served in the canteen, the following items shall not be taken into consideration as expenditure namely: (a) The rent of land and building. (b) The depreciation and maintenance charges for the building and equipments provided for the canteen. (c) The cost of purchase, repairs and replacement of equipments including furniture, crockery, cutlery and utensils. (d) The water charges and other charges incurred for lighting and ventilation. (e) The interest and amounts spent on the provision and maintenance of equipments provided for the canteen. (xvii) The accounts pertaining to the canteen shall be audited once every 12 months by registered accountants and auditors. 10. ANTI MALARIAL PRECAUTIONS The contractor shall at his own expense, conform to all anti-malaria instructions given to him by the Engineer-in-Charge including the filling up of any borrow pits which may have been dug by him. 11. The above rules shall be incorporated in the contracts and in notices inviting tenders and shall form an integral part of the contracts. 12. AMENDMENTS RITES may, from time to time, add to or amend rules and issue directions, it may consider necessary for the purpose of removing any difficulty which may arise in the administration thereof. Section - 11 RITES CONTRACTOR’S LABOUR REGULATIONS SECTION – 11 RITIES CONTRACTOR’S LABOUR REGULATIONS 1. SHORT TITLE These regulations may be called RITIES Contractor’s Labour Regulations 2. DEFINITIONS (i) Workman means any person employed by RITES or its contractor directly or indirectly through a sub contractor with or without the knowledge of RITES to do any skilled, semiskilled or unskilled manual supervisory, technical or clerical work for hire or reward, whether the terms of employment are expressed or implied but does not include any person :– (a) Who is employed mainly in a managerial or administrative capacity; or (b) Who, being employed in a supervisory capacity draws wages exceeding five hundred rupees per mensem or exercises either by the nature of the duties attached to the office or by reason of powers vested in him, functions mainly of managerial nature ; or (c) Who is an out worker, that is to say, person to whom any article or materials are given out by or on behalf of the principal employers to be made up cleaned, washed, altered, ornamental finished, repaired adopted or otherwise processed for sale for the purpose of the trade or business of the principal employers and the process is to be carried out either in the home of the out worker or in some other premises, not being premises under the control and management of the principal employer. No person below the age of 14 years shall be employed to act as a workman. (ii) Fair Wages means whether for time or piece work fixed and notified under the provisions of the Minimum Wages Act 1948 from time to time. (iii) Contractors shall include every person who undertakes to produce a given result other than a mere supply of goods or articles of manufacture through contract labour or who supplies contract labour for any work and includes a subcontractor. (iv) Wages shall have the same meaning as defined in the Payment of Wages Act. 3. (i) Normally working hours of an adult employee should not exceed 9 hours a day. The working day shall be so arranged that inclusive of interval for rest, if any, it shall not spread over more than 12 hours on any day. (ii) When an adult worker is made to work for more than 9 hours on any day or for more than 48 hours in any week he shall be paid over time for the extra hours put in by him at double the ordinary rate of wages. (iii) (a) Every worker shall be given a weekly holiday normally on a Sunday, in accordance with the provisions of the Minimum Wages (Central) Rules 1960 as amended from time to time irrespective of whether such worker is governed by the Minimum Wages Act or not. (b) Where the minimum wages prescribed by the Government under the Minimum Wages Act are not inclusive of the wages for the weekly day of rest, the worker shall be entitled to rest day wages at the rate applicable to the next preceding day, provided he has worked under the same contractor for a continuous period of not less than 6 days. (c) Where contractor is permitted by the Engineer-in-Charge to allow a worker to work on a normal weekly holiday, he shall grant a substituted holiday to him for the whole day on one of the five days immediately before or after the normal weekly holiday and pay wages to such workers for the work preformed on the normal weekly holiday at overtime rate. 4. DISPLAY OF NOTICE REGARDING WAGES ETC. The contractor shall before he commences his work on contract, display and correctly maintain and continue to display and correctly maintain in a clear and legible condition in conspicuous places on the work, notices in English and in the local Indian languages spoken by the majority of the workers giving the minimum rates of wages fixed under Minimum Wages Act, the actual wages being paid, the hours of work for which such wage are earned, wages periods, dates of payments of wages and other relevant information as per Appendix ‘III’. 5. PAYMENT OF WAGES (i) The contractor shall fix wage periods in respect of which wages shall be payable. (ii) No wage period shall exceed one month. (iii) The wages of every person employed as contract labour in an establishment or by a contractor where less than one thousand such persons are employed shall be paid before the expiry of seventh day and in other cases before the expiry of tenth day after the last day of the wage period in respect of which the wages are payable. (iv) Where the employment of any worker is terminated by or on behalf of the contractor the wages earned by him shall be paid before the expiry of the second working day form the day on which his employment is terminated. (v) All payment of wages shall be made on a working day at the work premises and during the working time and on a date notified in advance and in case the work is completed before the expiry of the wages period, final payment shall be made within 48 hours of the last working day. (vi) Wages due to every worker shall be paid to him direct or to other person authorised by him in this behalf. (vii) All wages shall be paid in current coin or currency or in both. (viii) Wages shall be paid without any deductions of any kind except those specified by the Central Government by general or special order in this behalf or permissible under the Payment of Wages Act 1956. (ix) A notice showing the wages period and the place and time of disbursement of wages shall be displayed at the place of work and a copy sent by the contractor to the Engineer-in-Charge under acknowledgement. (x) It shall be the duty of the contractor to ensure the disbursement of wages in the presence of the Junior Engineer or any other authorized representative of the Engineer-in-Charge who will be required to be present at the place and time of disbursement of wages by the contractor to workmen. (xi) The contractor shall obtain from the Junior Engineer or any other authorised representative of the Engineer-in-Charge as the case may be a certificate under his signature at the end of the entries in the “Register of Wages” or the “Wage-cumMuster Roll” as the case be in the following form: “Certified that the amount shown in column No. ................................... has been paid to the workman concerned in my presence on ................. at ................ . 6. FINES AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES (i) The wages of a worker shall be paid to him without any deduction of any kind except the following: (a) Fines. (b) Deductions for absence from duty i.e. from the place or the places where by the terms of his employment he is required to work. The amount of deduction shall be in proportion to the period for which he was absent. (c) Deduction for damage to or loss of goods expressly entrusted to the employed person for custody, or for loss of money or any other deduction which he is required to account, where such damage or loss is directly attributable to his neglect or default. (d) Deduction for recovery of advances or for adjustment of overpayment of wages, advances granted shall be entered in a register. (e) Any other deduction which the Central Government may from time to time allow. (ii) No fines should be imposed on any worker save in respect of such acts and omissions on his part as have been approved of by the Chief Labour Commissioner. Note : An approved list of Acts and Omissions for which fines can be imposed is enclosed as Appendix – X. (iii) No fines shall be imposed on a worker and no deduction for damage or loss shall be made for his wages until the worker has been given an opportunity of showing cause against such fines or deductions. (iv) The total amount of fine which may be imposed in any one wage period on a worker shall not exceed an amount equal to three praise in a rupee of the total wages, payable to him in respect of that wage period. (v) No fine imposed on any worker shall be recovered from him by installment, or after the expiry of sixty days from the date on which it was imposed. (vi) Every fine shall be deemed to have been imposed on the day of the act or omission in respect of which it was imposed. 7. LABOUR RECORDS (i) The contractor shall maintain a Register of persons employed on work on contract in Form XIII of CL (R & A) Central Rules 1971 (Appendix IV). (ii) The contractor shall maintain in Muster Roll register in respect of all workmen employed by him on the work under Contract in Form XVI of CL (R & A) Rules 1971 (Appendix V). (iii) The contractor shall maintain a Wage Register in respect of all workmen employed by him on the work under contract in Form XVII of the CL (R & A) Rules 1971 (Appendix VI). (iv) Register of accident – The contractor shall maintain a register of accidents in such form as may be convenient at the work place but the same shall include the following particulars. (a) Full particulars of the labourer who met with accident (b) Rate of wages (c) Sex (d) Age (e) Nature of accident and cause of accident (f) Time and date of accident (g) Date and time when admitted in Hospital (h) Date of discharge from the Hospital (i) Period of treatment and result of treatment (j) Percentage of loss of earning capacity and disability as assessed by Medical Officer (k) Claim required to be paid under Workmen’s Compensation Act (l) Date of payment of compensation (m) Amount paid with details of the person to whom the same was paid (n) Authority by whom the compensation was assessed (o) Remarks (v) The contractor shall maintain a Register of fines in the Form XII of the CL (R & A) Rule 1971 (Appendix - XI). The contractor shall display in a good condition and in a conspicuous place of work the approved list of acts and omissions for which fines can be imposed (Appendix- X). (vi) The contactor shall maintain a Register of deductions for damage or loss in Form XX of the CL (R & A) Rules 1971 (Appendix - XII). (vii) The contactor shall maintain a Register of deductions for damages or loss in Form XXIII of the CL (R & A) Rules 1971 (Appendix - XIII). (viii) The contractor shall maintain a Register of Overtime in From XXIII if the CL (R & A) Rules 1971 (Appendix - XIV). 8. ATTENDANCE CARD-CUM WAGE SLIP (i) The contractor shall issue an Attendance card-cum-wage slip to each workman employed by him in the specimen form at Appendix-VII. (ii) The card shall be valid for each wage period. (iii) The contractor shall mark the attendance of each workman on the card twice each day, once at the commencement of the day and again after the rest interval, before he actually starts work. (iv) The card shall remain in possession of the worker during the wages period under reference. (v) The contractor shall complete the wage slip portion on the reverse of the card at least a day prior to the disbursement of wages in respect of the wages period under reference. (vi) The contractor shall obtain the signature or thumb impression of the worker on the wage slip at the time of disbursement of wages and retain the card with himself. 9. EMPLOYMENT CARD The contractor shall issue an Employment Card in Form XIV of the CL (R & A) Central Rules 1971 to each worker within three days of the employment of the worker (Appendix VIII). 10. SERVICE CERTIFICATE On termination of employment for any reason whatsoever the contractor shall issue to the workman whose services have been terminated, a Service certificate in Form XV of the CL (R & A) Central Rules 1971 (Appendix - IX). 11. PRESERVATION OF LABOUR RECORDS All records required to be maintained under Regulations Nos. 6 & 7 shall be preserved in original for a period of three years from the date of last entries made in them and shall be made available for inspection by the Engineer-in-Charge or labour Officer or any other officers authorized by the Central Government or RITES in this behalf. 12. POWER OF LABOUR OFFICER TO MAKE INVESTIGATIONS OR ENQUIRY The labour officer or any person authorized by central Government on their behalf shall have power to make enquires with a view to ascertaining and enforcing due and proper observance of Fair Wage Clause and the Provisions of these Regulations. He shall investigate into any complaint regarding the default made by the contractor or subcontractor in regard to such provision. 13. REPORT OF LABOUR OFFICER The Labour officer or other persons authorised shall submit a report of result of his investigation or enquiry to the Site Engineer concerned indicating the extent, if any, to which the default has been committed with a note that necessary deductions from the contractor’s bill be made and the wages and other dues be paid to the labourers concerned. In case an appeal is made by the contractor under Clause 14 of these regulations, actual payment to labourers will be made by the Site Engineer after the Engineer-in-Charge has given his decision on such appeal. (i) The Site Engineer shall arrange payments to the labour concerned within 45 days from the receipt of the report from the Labour Officer or the Engineer-in-Charge as the case may be. 14. APPEAL AGAINST THE DECISION OF LABOUR OFFICER Any person aggrieved by the decision and recommendations of the Labour Officer or other person so authorised may appeal against such decision to the Engineer-in-Charge concerned within 30 days from the date of decision, forwarding simultaneously a copy of his appeal to the Site Engineer concerned, but subject to such appeal, the decision of the officer shall be final and binding upon the contractor. 15. PROHIBITION REGARDING REPRESENTATION THROUGH LAWYER (i) A workman shall be entitled to be represented in any investigation or enquiry under these regulations by: (a)An officer of a registered trade union of which he is a a member (b) An officer of a federation of trade unions to which the trade union referred to in clause (a) is affiliated. (c) Where the employers is not a member of any registered trade union, by an officer of a registered trade union, connected with the industry in which the worker is employed or by any other workman employed in the industry in which the worker is employed. (ii) An employer shall be entitled to be represented in any investigation or enquiry under these regulations by: (a) An officer of an association of employers of which he is a member (b) An officer of a federation of associations of employers to which association referred to in clause (a) is affiliated. (c) Where the employer is not a member of any association of employers, by an officer of association of employers connected with the industry in which the employer is engaged or by any other employer, engaged in the industry in which the employer is engaged. (iii) No party shall be entitled to be represented by a legal practitioner in any investigation or enquiry under these regulations. 16. INSPECTION OF BOOKS AND SLIPS The contractor shall allow inspection of all the prescribed labour records to any of his workers or to his agent at a convenient time and place after due notice is received to the Labour Officer or any other person, authorized by the Central Government on his behalf. 17. SUBMISSIONS OF RETURNS The contractors shall submit periodical returns as may be specified from time to time. 18. AMENDMENTS PROFORMA OF REGISTER RITES RITES may from time to time add to or amend the regulations and on any question as to the application/interpretation or effect of those regulations the decision of the Engineerin-Charge concerned shall be final. RITES PROFORMA OF REGISTER Appendix ‘I’ REGISTER OF MATERNITY BENEFITS (Clause 19 F) Name and address of the contractor …………………………………………………………… Name and location of the work ……………………………………………………………….. Name of the employee Father’s/husband’s name Nature of employment Period of actual employment Date on which notice of confinement given 1 2 3 4 5 Date on which maternity leave commenced and ended Date of delivery/miscar riage In case of delivery In case of miscarriage` Commenced Ended Commenced Ended 6 7 8 9 10 Leave pay paid to the employee In case of delivery In case of miscarriage Rate of leave pay Amount paid Rate of leave pay Amount paid 11 12 13 14 Remarks 15 PROFORMA OF REGISTER RITES Appendix ‘ II’ SPECIMEN FORM OF THE REGISTER, REGARDING MATERNITY BENEFIT ADMISSIBLE TO THE CONTRACTOR’S LABOUR Name and address of the contractor …………………………………………… Name and location of the work ………………………………………………….. 1. Name of the woman and her husband’s name. 2. Designation 3. 4. 5. Date of appointment. Date with months and years in which she is employed. Date of discharged/dismissal, if any. 6. 7. Date of production of certificates in respect of pregnancy. Date on which the women Informs about the expected delivery. 8. 9. Date of delivery/miscarriage/death. Date of production of certificates in respect of delivery/miscarriage. 10. Date with the amount of maternity/death benefit paid in advance of expected delivery. 11. 12. Date with amount of subsequent payment of maternity benefit. Name of the person nominated by the woman to receive the payment of the maternity benefit 13. after her death. If the woman, dies, the date of her death, the name of the person to whom maternity benefit 14. amount was paid. The month thereof and the date of payment. Signature of the contractor authenticating entries in the register. 15. Remarks column for the use of Inspecting Officer. RITES PROFORMA OF REGISTER Appendix ‘III’ Labour Board Name of work ……………………………………………………………… Name of Contractor ……………………………………………………………… Address of Contractor ……………………………………………………………… Name and address of Employer ……………………………………………………………… Name of RITES’ Engineer in Charge ……………………………………………………………… Address of RITES’ Engineer in Charge ……………………………………………………………… Name of Labour Enforcement Officer ……………………………………………………………… Address of Labour Enforcement Officer ……………………………………………………………… Sl. No. Category Weekly holiday Wage period Date of payment of wages Working hours Rest interval Minimum wage fixed Actual wage paid Number present Remarks ……………………………………………………………… ……………………………………………………………… ……………………………………………………………… ……………………………………………………………… ……………………………………………………………… RITES PROFORMA OF REGISTER Appendix ‘IV’ Form-XIII (See Rule 75) Register of workmen Employed by Contractor Name and address of contractor ………………………………………… Name and address of establishment under which contract is carried on ………………………………………………………………….. Nature and location of work ………………………………………………………….. Name and address of Principal Employer ……………………………………………………………….. Sl. No. Name and Surname of workman Age and Sex Father’s/Husband’s name Nature of employment/designation Permanent home address of the workman (Village and Tehsil, Tulak and District) Local Address Date of commencement of employment Signature or thumb impression of the workman Date of termination of employment Reasons for terminations Remarks 1 2 3 4 5 6 7 8 9 10 11 12 Form-XVI (See Rule 78 (2) (a)) Muster Roll Appendix ‘V’ RITES PROFORMA OF REGISTER Name and address of contractor ………………………………….…………………………… Name and address of establishment under which contract is carried on ………………………………………………………………….. Nature and location of work ………………………………………………………….. Name and address of Principal Employer ………………………………………………… For the Month of fortnight ………………………………….. Sl. No. Name of workman Sex Father’s/ husband’s name Dates Remarks 1 2 3 4 5 6 1 2 3 4 5 RITES PROFORMA OF REGISTER Appendix ‘VI’ Form –XVII (See Rule 78(2) (a) Register of wages Name and address of Contractor ………………………………………………………………….. Name and address of establishment under which contract is carried on ………………………………………………………………….. Name and location of work ………………………………………………………………….. Name and address Principal Employer ………………………………………………………………….. wages period Monthly Fortnight Deductions if any (indicate nature) Net amount paid Signature of thub impression of the workman Initial of contractor or his representative Daily rate of wages/piece rate 7 Total Units of work done 6 Other cash payment indicate nature No. of days work done 5 Overtime Designation / nature of work done 4 8 9 10 11 12 13 14 15 16 Amount of wages earned Serial No.in the register of workman 3 Dearness allowance Name of Workman 2 Basic wages Sl. No. 1 Appendix ‘VII’ Wage Card No ……………………………………………………. Wage card RITES PROFORMA OF REGISTER Name and address of contractor ……………………………………………….……. Date of issue ………………………………….……………………. Name and location of work ……………………………………………………………. Designation …………………………..……………………………. Name of workman ……………………………………………………………………… Month/fortnight ……………………………………………………. Rate of Wages ……………………………………………………. 1 2 3 4 5 6 7 8 9 10 11 12 14 15 16 17 18 19 20 21 22 23 24 25 26 27 29 30 31 Rate Morning Amount Evening Initial ……………………………………………………. the sum Rs. ……………………………………………………. on account of my wages Received from The Wages Card is valid for on the date of issue 28 Signature RITES PROFORMA OF REGISTER Appendix ‘VIII’ Form –XIV [See rule 76] Employment Card Name and address of Contractor …………………………………………………..…….. Name and address of establishment under which contract is carried on ……………………………………………… Name and location of work …………………………………………………..……..……………………………………… Name and address Principal Employer …………………………………………………..……..………………………. 1. Name of the workman …………………………………………………..…….. 2. Sl. No. in the register of workman employed …………………………………………………..…….. 3. Nature of employment/ designation …………………………………………………..…….. 4. Wage rate (with particulars of unit in case of piece work) …………………………………………………..…….. 5. wage period …………………………………………………..…….. 6. Tenure of employment …………………………………………………..…….. 7. Remarks …………………………………………………..…….. Signature of contractor RITES PROFORMA OF REGISTER Appendix ‘IX’ Form –XV (See Rule 77) Service Certification Name and address of Contractor …………………………………………………..……. Nature and Location of work ………………………………………………………..……. Name address of workman ………………………………………………………....…….. Age or date of birth ……………………………………………………………….…..…….. Identification marks …………………………………………………………………..…….. Father’s Husband’s Name …………………………………………………………..…….. Name and address of establishment in under which contract is carried on …………………………………………………..…….. Name and address of Principal Employed …………………………………………………..……..………………………………………… Rate of wages (with Sl. No. Total Period for which employed Nature of Work done particulars of unit in case of piece work) 1 Form To 2 3 4 5 Remarks 6 PROFORMA OF REGISTER RITES Appendix ‘X’ LIST OF ACTS AND OMISSINS FOR WHICH FINE CAN BE IMPOSED In accordance with rule 7 (v) of the CPWD Contractor’s Labour Regulations of Regulations to be displayed prominently at the site of work both in English and local Language. 1. Withful insubordination or disobedience, whether alone or in combination with other. 2. Theft fraud or dishonesty in connection with the contractors besides a business or property of CPWD. 3 Taking or giving bribes or any illegal gratification. 4. Habitual late attendance. 5 Drunkenness lighting, riotous or disorderly or indifferent behavior. 6 Habitual negligence. 7. Smoking near or around the area where combustible or other materials are locked. 8 Habitual indiscipline. 9 Causing damage to work in the progress or th property of the CPWD or of the contractor. 10. Sleeping on duty. 11. Malingering or slowing down work. 12. Giving of false information regarding name, age father’s name, etc. 13 Habitual loss of wage cards supplied by the employers. 14 Unauthorised use of employer’s property of manufacturing or making of unauthorized particles at the work place. 15 Bad workmanship in construction and maintenance by skilled workers which is not approved by the department and for which the contractors are compelled to undertake rectifications. 16 Making false complaints and/or misleading statements. 17 Engaging on trade within the premises of the establishments. 18 Any unauthorized divulgence of the collection of any money authorized by the employer. 19 Holding meeting inside the premises without previous sanction of the employers. 20 Threatening or intimidating any workman or employer during the working hours within the premises. 21. Threatening or Intimidating any workman or employer during the working hours within the premises. RITES PROFORMA OF REGISTER Appendix ‘XI’ Form-XV (See Rule 77) Form-XII (See Rule 78(2) (d)) Register of Fines Name and Address of contractor ……………………………………………………………. Name and Address of establishment in under which contract is carried on ……………………………………………… Nature and location of work …………………………………………………………………………………………………... Name and address of Principal Employer ……………………………………………… Name of workman Father’s/Husband’s name Designation/Nature of employment Act/Omission for which fine imposed Date of Offence Whether workman showed cause against fine Name of person in whose presence employee’s explanation was heard Wage period and wages payable Amount of fine imposed Date of which fine ralised 2 3 4 5 6 7 8 9 10 11 RITES PROFORMA OF REGISTER Appendix ‘XII’ Form-XX (See Rule 78(2) (d)) Register of Deduction for Damage of Loss Name and Address of contractor ……………………………………………………………. Name and Address of establishment in ……………………………………………… under which contract is carried Nature and location of …………………………………………………………………………………………………... on work Name and address of Principal Employer ……………………………………………… Designation/Nature of employment Particulars of damage or loss Date of Offence Whether workman showed cause against deduction Name of person in whose presence employee’s explanation was heard Amount of fine imposed No. of Installments 4 5 6 7 8 9 10 Last Instalments Father’s/Husband’s name 3 First Instalment Name of workman 2 Date of recovery 11 12 Appendix ‘XIII’ Form-XXII (See Rule 78(2) (d)) Register of Advances Name and Address of contractor ……………………………………………………………. Name and Address of establishment in under which contract is carried on ……………………………………………… Nature and location of work …………………………………………………………………………………………………... Name and address of Principal Employer ……………………………………………… Name of workman Father’s/Husband’s name Designation/Nature of employment Wage Period and wages payble Date and amount of advance given Purpose (s) for which advance made Number of instalments by which advance to be repaid Date and amount of each instalment repaid Date and which last instalment was repaid 1 RITES PROFORMA OF REGISTER 2 3 4 5 6 7 8 9 10 RITES PROFORMA OF REGISTER Appendix ‘XIV’ Form-XXIII (See Rule 78(2) (e)) Register of Overtime Name and Address of contractor ……………………………………………………………. Name and Address of establishment in under which contract is carried on ……………………………………………… Nature and location of work …………………………………………………………………………………………………... Name and address of Principal Employer ……………………………………………… Name of workman Father’s/Husband’s name Sex Designation/Nature of employment Date on which Overtime worked Total overtime worked or production in case of piece rated Normal rate of wages Overtime rate of wages Overtime earning Rate on which overtime paid 2 3 4 5 6 7 8 9 10 11 PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES PROFORMA OF REGISTER RITES TENDER NOTICE Tender Notice No. 80/OT/R/BCCL-PATHERDIH/Rly-Siding/2015, Dated 25.02.2015 1. Sealed tenders are invited from reputed and experienced contractors for the following work. Location Estimated value Renovation/Streghthening of existing Railway Siding for Patherdih Coal Washery of BCCL, Dist.Dhanbad, Jharkhand Patherdih Coal Washery of BCCL, Rs 36,51,62,173.59 Dist.-Dhanbad, Jharkhand Near Patherdih Rly. Stn. of EC Rly. Cost of tender document Earnest Money Rs 10000/- Rs.3651622/- Contract Period 18 (Eighteen) Months Description of work 2. Earnest Money / Bid Security Rs 36,51,622/- (Rupees Thirty Six Lakhs Fifty One Thousand Six Hundred Twenty Two) only as Earnest Money / Bid security is to be deposited in the form of irrevocable Bank Guarantee from any Scheduled Bank payable at its branch at Dhanbad / Kolkata with validity 28 (Twenty Eight) days beyond the validity of the Bid in the format given in the Bid Document. Certified Cheques and Demand Drafts will also be acceptable as Earnest Money / Bid Security drawn in favour of Bharat Coking Coal Limited on any scheduled Bank payable at its branch at Dhanbad. The Earnest Money / Bid Security of the unsuccessful bidders shall be refunded as promptly as possible after finalization of the tender and shall bear no interest. 3. Eligibility Criteria: a) 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 40% of the estimated cost of work OR at least TWO similar works each of minimum value of 25% of the estimated cost of work during the last 5 (Five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered. Similar work means: Similar Works Similar Works shall mean the following work with or without supply of P. Way materials carried out in India. – “Any Civil work containing Laying & Linking of Track/Laying & Linking of Points & Crossing/Renovation of track/Complete track renewal work/Through Rail renewal work/Through Sleeper renewal work/Gauge conversion work of Railway track/Complete Points & Crossing renewal work”. b) The bidder should have achieved a minimum Annual Financial Turnover of Rs.24,34,41,450/- (Twenty Four Crores Thirty Four Lakhs Forty One Thousand Four Hundred Fifty only) in any one of the last 3 Financial Years. Notes : i) The financial turnover will be taken as given under the head “Income” in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit. - 1 - ii) Closing stocks in whatsoever manner should not form part of turnover. iii) Weightage of 7% (compounded annually) shall be given for equating the financial turnover of the previous years to the current year. iii) For considering the Financial Years, for example for a work for which the Tender is being opened in Financial Year 2014-15, the last five Financial Years will be 2013-14, 2012-13 and 2011-12. For a Tender opened 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; and F.Y 2011-12 = 1.225; iv) 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. v) 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. vi) If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the three Financial Years immediately preceding the previous Financial Year may be adopted for evaluating the credentials of the Bidder. vii) c) In case JV is permitted the following provisions will apply. Large Works: NOT APPLICABLE Normal Works: The Partner-in-charge/Lead Member shall singly meet this criterion. Bidders who meet the minimum qualifications criteria will be qualified only if their available bid capacity is more than the updated estimated value. The available bid capacity will be calculated as under: Assessed Available Bid capacity= (A x N x 2 – B), where, A= Maximum value of Civil Engineering Works executed in any one year during the last five years (updated to present level @ 5% per calendar year) taking into account the completed as well as works in progress. N= Number of years prescribed for completion of the works for which bids are invited. B= Value at present price level, of existing commitments and ongoing works to be completed during the next 18 months excluding monsoon period (period of completion of works for which bids are invited). The intending tenderer must submit documentary evidence in support of (3) (a), (b) & (c) above in the form of certified copy of work order, completion certificate, payment certificates/ vouchers etc. indicating the period of work for which the payment has been made, duly signed by him/them. Note:(i) Provision under eligibility criteria 3(a) shall also include those similar work “while considering the value of completed works, the full value of completed works be considered whether or not the date of commencement is within the said seven years period.” (ii) As per eligibility criteria specified under Sl.No.3 (a). Pre-qualification shall be done based on experience of successfully completed works and not on experience of work in progress. - 2 - d) SOLVENCY CERTIFICATE AND SERVICING OF LOAN / CREDIT LIMIT (APPLICABLE) A Solvency Certificate of minimum solvency of Rs. 1460.65 Lakh (suggested format at Proforma 2) from a Scheduled Bank issued not earlier then 6 months from the last date of submission of tender is required to be submitted by the bidder. Notes: (i) The certificate so produced by the Bidder may be got verified from the issuing Bank. (ii) The bidder should furnish a declaration that he has 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. Notes: In case a bidder has defaulted in servicing his loan / credit limit during the past one year, he shall be disqualified. The Partner-in-charge/Lead Member shall sign the declaration. e) 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 deadline for submission of bids. If the audit Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th September, Audited Balance Sheet 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. f) NET WORTH The bidder should have positive Net Worth of at least 30% of the estimated cost. Notes: - Average Net Worth of the past three financial years shall be considered. 4. Cost of Tender documents: Cost of one set of tender document is Rs 10000/- (Rs. Ten Thousand) only. One set of Tender Document may be purchased from the office of Group General Manager (Project), RITES Ltd, Regional Project Office, 56, C.R.Avenue, 2nd floor, Kolkata 700012 for a non refundable cost per set of Rs.10,000/- (Rupees Ten Thousand) Only in the form of Demand Draft/ Pay Order/ Banker’s cheque drawn on any Scheduled Bank payable at Dhanbad in favour of Bharat Coking Coal Limited. 5. Availability of Tender Documents: Tender documents including Terms and Conditions of Work shall be available on payment from the following places during the period as stated below: Date: From 09.03.2015 to 27.03.2015 Time: 11.00 AM to 04.00 PM (every day except on Saturdays, Sundays & public holidays on submission of an application)) - 3 - Place : Office of the Group General Manager (Project), RITES Ltd, Regional Project Office, 56, C. R. Avenue, 2nd floor, Kolkata 700012. Tender documents including drawings can also be downloaded from website (www.rites.com) or www.bccl.gov.in or www.tenders.gov.in and in such a case, the tenderer shall deposit the cost of tender documents along with submission of tender, failing which his tender shall not be opened. The cost of tender document in the shape demand draft/pay order should be enclosed in a separate envelope not in the envelope containing earnest money. The tenderer should also enclose an under taking in this envelope that they have not made any alteration in the down loaded tender document. The amendments/clarifications to the Tender Documents will also be available on the above website. Tender Documents requested by mail/Courier/Speed Post/Registered Post will not be entertained. 6. General instruction for submission of tender: (a) Two Packet System : The tenderer shall submit the Tender in original in two packets as under:PACKET A :- TECHNICAL BID Envelope 1: Earnest Money. Envelope 2: Cost of Tender document & under taking (in case of Tender Document downloaded from the website by the tenderer) Envelope 3: “Authority to Sign”, ‘Integrity Pact’ and Qualification Information along with all enclosures /documents as per Letter of Transmittal/ Checklist given in Annexure II A. As regards “Authority to Sign” Para 11.2 below may be referred to. As regards ‘Integrity Pact’, Para 11.7 below may be referred to. Technical Bid including signature on Tender Form (Section 2) duly witnessed after filling up blanks therein. GCC document including signature on all pages as acceptance of Terms & Clauses. Each page of the above documents including all Drawings should bear the dated initials of the tenderer along with seal of the company, in token of confirmation of having understood the Contents. PACKET B :- FINANCIAL BID Envelope 4: Schedule/Bill of Quantities. Each page of the Financial Bid should be signed by the tenderer. In the last page of Financial Bid, at the end, the tenderer should sign in full with the name of the Company, Seal of the Company and Date. All rates and amounts, whether in figures and words, must be written in indelible ink. Each Correction, Cutting, Addition and overwriting should be initialed by the Tenderer. The rates must be quoted in decimal coinage & the amount derived also. If the same item figures in more than one section/part of Schedule of Quantities, the Tenderer should quote - 4 - 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. 7. Pre-Bid Meeting: APPLICABLE i) The tenderer or his official representative is invited to attend a pre-bid meeting which will take place at the office of Group General Manager (Projects), RITES Ltd, Regional Project Office, 56 C R Avenue (2nd floor) , Kolkata – 700 012 on 19.03.2015 at 13:00 Hrs. ii) The purpose of the pre-bid meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. No change/deviation in NIT will be permitted. iii) Not attendance at the Pre-bid meeting will not be a cause for disqualification of a tenderer. 8. Tender Validity period of Offer: i) The Tender shall be valid for a period of 04(four) months from the date of submission of Tender or any extended date as indicated in sub Para below. ii) In exceptional circumstances, prior to the expiry of the original time limit for Tender Validity, the Employer may request that the tenderers may extend the period of validity for a specified additional period. The request and the tenderer’s response shall be made in writing. A tenderer may refuse the request without forfeiting his Earnest Money. A tenderer agreeing to the request will not be required or permitted to modify his Financial Bid but will be required to extend the validity of the Earnest Money for the period of the extension. 9. Receipt of the Tender: Tenders must be received by the Employer at the following address not later than 14.00 Hrs. on 30.03.2015. In the event of the specified date for the submission of the Tender being declared a holiday by the Employer/Strike/Bandh or on any account the office being closed, the Tenders will be received up to the appointed time on the next working day Address for submission of Tender: Office of the Group General Manager (Projects), RITES Ltd, Regional Project Office, 56,C.R.Avenue, 2nd floor, Kolkata 700012 10. Opening of Tenders Tenders will be opened at 14.30 Hrs. on 30.03.2015 in the office of Office of the Group General Manager (Projects), RITES Ltd, Regional Project Office, 56,C.R.Avenue, 2nd Floor, Kolkata 700012 11. The Bidders are required to furnish PAN based Registration No. of Service Tax. In case of Joint Venture all the partners should submit the certificate with undertaking that the certificates in the name of JV will be submitted if work is awarded 12. The bidders are required to sign the Integrity Pact as per format given in Tender Document (Part-I). Name and address of Independent External Monitor: - 5 - Name Sri. Naresh Chaturvedi, IAS(Rtd.) Address CL-14, Sector-II, Salt Lake, Kolkata-700091 Group General Manager (P) RITES LTD. For and on behalf of BCCL CC : CC : CC : CC : CC : Sri. Naresh Chaturvedi, IAS(Rtd.), CL-14, Sector-II, Salt Lake, Kolkata-700091. ……………………… ……………………… ……………………… ……………………… Group General Manager (P) RITES LTD. For and on behalf of BCCL - 6 - BHARAT COKING COAL LTD. NOTICE INVITING TENDER NO. 80/OT/R/BCCLPATHERDIH/Rly.-Siding/2015, Dated 25.02.2015 Tender Document for Renovation/Strengthening of existing Railway Siding for Patherdih Coal Washery of BCCL, Dist.-Dhanbad, Jharkhand PART – 1 TECHNICAL BID CONTENTS Section-1 : Notice Inviting Tender and Instructions to Tenderers Section-2 : Tender and Contract Form Section-3 : Special Conditions of Contract Section-4 : Schedule A to F Section-5: Technical Specifications & QAP Section-6: Drawings, if any Issued to (Name of Tenderer):________________________________________ Address of tenderer:_________________________________________________ Signature of officer issuing the documents___________________ Designation _______________________________ Date of Issue___________________ (A Govt. of India Enterprise) Regional Project Office, KOLKATA 56 C R Avenue, 2nd floor, Kolkata – 700 012 e.mail : [email protected] Phone No: (033) 22367118/7146/7162/7143(Fax) 1 Signature of the tenderer Under seal of the firm PART - 1 TECHNICAL BID Section – 1 TENDER NOTICE & INSTRUCTIONS TO TENDERERS 2 Signature of the tenderer Under seal of the firm SECTION 1 INSTRUCTIONS TO TENDERERS Tender No.80/OT/R/BCCL-PATERDIH/Rly.-Siding/2015 Dated 25.02.2015 1.0 GENERAL 1.1 Tender Notice Sealed Percentage Rate Tenders are invited by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, acting for and on behalf of Bharat Coking Coal Limited (Employer) as an Agent/Power of Attorney Holder, from reputed and experienced contractor ( including contractors who have executed works within the last seven years ending last day of month previous to the one in which bid applications are invited) for the work of ‘‘Renovation/Strengthening of existing Railway Siding for Patherdih Coal Washery of BCCL, Dist.-Dhanbad, Jharkhand. Location : Patherdih Coal Washery, BCCL, Near Patherdih, Distt. Dhanbad, Jharkhand 1.2 Estimated Cost of Work The work is estimated to cost Rs 36,51,62,173.59 1.3 Time for Completion The time allowed for completion of the work will be 18(Eighteen) months from the 15th day after the date of issue of Letter of Acceptance or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the Tender Documents. 1.4 Brief Scope of Work i) ii) iii) 1.5 Civil & P. Way work Supply of Machine crushed Track ballast Supply of PSC Sleepers, Points & Crossings & P. way fittings. Availability of Site : The site for the work is available. 2.0 QUALIFICATION CRITERIA TO BE SATISFIED 2.1 The Qualification Criteria to be satisfied is given at Annexure I enclosed. 2.2 Information whether Joint Ventures are allowed and whether category of work is Normal or Large, is given in Annexure I enclosed. 3 Signature of the tenderer Under seal of the firm 2.3 In this Tender Joint Venture is allowed (a) In case Joint Venture is allowed the following will apply: Joint Venture Two or three companies/ contractors participating in the tender as Joint Venture should submit Firm-wise participation details, Banker’s name, execution of work with details of contribution of each and all other relevant details. Notes: Joint ventures must comply the following requirements: i) Following are the minimum qualification requirements for joint ventures: a) The qualifying criteria parameter i.e. experience, financial resources etc. of the individual partners of the J.V. will be added together and the total criteria should not be less than as spelt out in qualification criteria. b) Minimum share of Work to a JV partner shall not be less than 30% and eligibility criteria for a JV partner cannot be less than 30% of the stipulated conditions. ii) The formation of joint venture or change in the joint venture character/ partners after submission of the bid and any change in the bidding regarding joint venture will not be permitted. iii) Any bid shall be signed so as to legally bind all partners jointly and severally and any bid shall be submitted with a copy of the Joint Venture Agreement (JV Agreement) providing the joint and several liabilities with respect to the contract. iv) The pre-qualification of a joint venture does not necessarily pre-qualify any of its partners individually or as a partner in any other joint venture or association. In case of dissolution of a joint venture, each one of the constituent firms may pre-qualify if they meet all the pre-qualification requirements, subject to written approval of the employer. v) The bid submission must include documentary evidence to the relationship between joint venture partners in the form of JV Agreement to legally bind all partners jointly and severally for the proposed agreement which should set out the principles for the constitution, operation, responsibilities regarding work and financial arrangements, participation (percentage share in the total) and liabilities (joint and several) in respect of each and all of the firms in the joint venture. Such JV Agreement must evidence the commitment of the parties to bid for the facilities applied for (if pre-qualified) and to execute the contract for the facilities if their bid is successful. vi) One of the partners responsible for performing a key component of the contract shall be designated as Lead Partner. This authorization shall be evidenced by submitting with the bid a Power of Attorney signed by legally authorized signatories of all the partners. vii) The JV Agreement must provide that the Lead Partner shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the Joint Venture and the entire execution of the contract shall be done with active participation of the Lead Partner. 4 Signature of the tenderer Under seal of the firm viii) The contract agreement should be signed jointly by each Joint Venture Partners. ix) An entity can be a partner in only one Joint Venture. Bid submitted by Joint Ventures including the same entity as partner will be rejected. x) The J. V. agreement may specify the share of each individual partner for the purpose of execution of this contract. (b) Power of Attorney in favour of Member.(Suggested format at Annexure V). the Partner-in-charge/Lead 3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON QUALIFICATION CRITERIA 3.1 Other than Joint Ventures : The tenderer shall furnish a Letter of Transmittal as given in ANNEXURE II A enclosing the documents mentioned therein/listed in Para 7(a) of Annexure I 3.2 Joint Ventures (For Large Works): NOT APPLICABLE. 3.3 Joint ventures (For Normal Works): APPLICABLE. The Partner in charge / Lead Member shall furnish a Letter of Transmittal as given in Anneuxre II B (N) enclosing the documents mentioned therein/listed in para 7(c) of Annexure I A. 4.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise the Documents listed below and addenda issued in accordance with Para 7 : PART – 1 :- Technical Bid Packet Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Notice Inviting Tender and Instructions to Tenderers. Tender and Contract Form. Special Conditions Schedules A to F Technical Specifications Drawings, if any PART – 2 :- Financial Bid Packet Schedule of Quantities (Bill of Quantities) 5 Signature of the tenderer Under seal of the firm PART – 3:- General Conditions of Contract (Read with up to date correction Slip) Section 7 Section 8 Section 9 Section 10 for Section 11 Conditions of Contract. Clauses of Contract. RITES Safety Code. RITES Model Rules for protection of Health and Sanitary arrangement Workers. RITES Contractor’s Labour Regulations. 4.2 General Conditions of Contract (Compilation of Sections 7 to 11) with upto date correction slips is also available in RITES website <www.rites.com> 5.0 5.1 ISSUE OF TENDER DOCUMENT A complete set of Tender Document (Technical, Financial Bid and General Condition of Contract) described in Para 4.1 above can be seen in the office of the Group General Manager (Project),RITES Ltd, Regional Project Office, 56,C.R.Avenue, 2nd floor, Kolkata 700012 between hours of 11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public Holidays. 5.2 One set of Tender Document may be purchased from the office of Group General Manager (Project),RITES Ltd, Regional Project Office, 56,C.R.Avenue, 2nd floor, Kolkata 700012 from 09.03.2015 to 27.03.2015 for a non refundable fee per set of Rs.10,000/- (Rupees Ten Thousand only) in the form of Demand Draft/ Pay Order/ Banker’s cheque drawn on any Scheduled Bank payable at Dhanbad in favour of Bharat Coking Coal Limited, between hours of 11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public Holidays on submission of an application. 5.3 Tender documents including drawings can also be downloaded from website (www.rites.com) or www.bccl.gov.in or www.tenders.gov.in and in such a case, the tenderer shall deposit the cost of tender documents along with submission of tender, failing which his tender shall not be opened. The cost of tender document in the shape demand draft/pay order/Banker’s Cheque should be enclosed in a separate envelope not in the envelope containing earnest money. The tenderer should also enclose an under taking as per the format given in the tender document, in this envelope that they have not made any alteration in the down loaded tender document. The amendments/clarifications to the Tender Documents will also be available on the above website. Tender Documents requested by mail/Courier/Speed Post/Registered Post will not be entertained. 5.4 Tender documents downloaded from website shall be considered valid for participating in the tender process. During the scrutiny of downloaded tender document, if any modification/correction etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a tenderer is liable to be rejected. In case the bid of a tenderer who has downloaded the document from website is accepted, the contract shall be executed in the original/manual tender document issued by concerned RITES office. 6 Signature of the tenderer Under seal of the firm 5.5 Clarifications on Tender Documents A prospective tenderer requiring any clarification on the Tender Document may notify Md. Nadim Ahmad, Sr. Dy. General Manager(C), Dhanbad in writing at the address RITES Ltd, C-III/39, Karmik Nagar, Dhanbad-826004, Jharkhand e-mail [email protected] In case no pre-bid meeting is to be held, then request for clarification must be received not later than 10(ten) days prior to the deadline for submission of tenders. Detailed of such questions raised and clarifications furnished will be uploaded in RITES website without identifying the names of the bidders who had raised the questions. Any modification of the tender document arising out of such clarifications will also be uploaded on RITES website only. In cases where pre-bid meeting is proposed to be held, provisions in Para 6 below may be referred to. 6 PRE-BID MEETING: APPLICABLE 6.1 The tenderer or his official representative is invited to attend a pre-bid meeting which will take place at the office of Group General Manager (Projects), RITES Ltd, Regional Project Office, 56 C R Avenue (2nd floor) , Kolkata – 700 012 on 19.03.2015 at 13:00 Hrs. 6.2 The purpose of the pre bid meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. No change/deviation in NIT will be permitted. 6.3 The tenderers are required to submit any questions/query in writing or by cable so as to reach Md. Nadim Ahmad, Sr. Dy. General Manager (C), Dhanbad in writing at the address RITES Ltd, C-III/39, Karmik Nagar, Dhanbad-826004 , Jharkhand e-mail [email protected] 6.4 Minutes of the meeting including the text of the questions raised (without identifying the source of enquiry) and the responses given will be transmitted without delay to all purchasers of the Tender Documents. Any notifications of the tender document listed in para 4.1 which may become necessary as a result of the Pre-bid meeting shall be made exclusively through the issue of an addendum / corrigendum pursuant to para 7.2 and not through the Minutes of the Pre-bid Meeting. 6.5 Not attendance at the Pre-bid meeting will not be a cause for disqualification of a tenderer. 7 AMENDMENT OF TENDER DOCUMENT 7.1 Before the deadline for submission of tenders, the Tender Document may be modified by RITES Ltd. by issue of addenda/corrigendum. 7.2 Addendum/corrigendum, if any, will be hoisted on website only and shall become a part of tender document. All tenderers are advised to see website for addendum/corrigendum to the tender document before submission of their tender. 7 Signature of the tenderer Under seal of the firm 7.3 To give prospective tenderers reasonable time in which to take the addenda/ corrigenda into account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by RITES. 8 TENDER VALIDITY 8.1 The Tender shall be valid for a period of 04(four) months from the date of submission of Tender or any extended date as indicated in sub Para below. 8.2 In exceptional circumstances, prior to the expiry of the original time limit for Tender Validity, the Employer may request that the tenderers may extend the period of validity for a specified additional period. The request and the tenderer’s response shall be made in writing. A tenderer may refuse the request without forfeiting his Earnest Money. A tenderer agreeing to the request will not be required or permitted to modify his Financial Bid but will be required to extend the validity of the Earnest Money for the period of the extension. 9 EARNEST MONEY 9.1 Rs 36,51,622/- (Rupees Thirty Six Lakhs Fifty One Thousand Six Hundred Twenty Two) only as Earnest Money/Bid Security is to be deposited in the form of irrevocable Bank Guarantee from any scheduled Bank payable at its branch at Dhanbad/Kolkata with validity 28 (Twenty Eight) days beyond the validity of the bid in the format given in the Bid Document. Certified Cheques and Demand Drafts will also be acceptable as Earnest Money / Bid Security drawn in favour of Bharat Coking Coal Limited on any scheduled Bank payable at its branch at Dhanbad. 9.2 Any Tender not accompanied by Earnest Money or the Tender accompanied by Earnest Money not in an acceptable form shall be rejected by the Employer as nonresponsive. 9.3 Refund of Earnest Money a) Two Packet System The Earnest Money / Bid Security of the unsuccessful bidders shall be refunded as promptly as possible after finalization of the tender and shall bear no interest. b) Single Packet System: 9.4 NOT APPLICABLE The Earnest Money is liable to be forfeited a) if after bid opening during the period of bid validity or issue of Letter of Acceptance, whichever is earlier, any tenderer i) withdraws his tender or ii) makes any modification in the terms and conditions of the tender which are not acceptable to the Employer. 8 Signature of the tenderer Under seal of the firm b) in case any statement/information/document furnished by the tenderer is found to be incorrect or false. c) in the case of a successful tenderer, if the tenderer i) fails to furnish the Performance Guarantee within the period specified under Clause 1 of “Clauses of Contract”. ii) fails to commence the work without valid reasons within 15 days after the date of issue of Letter of Acceptance or from the date of handing over of the site, whichever is later. In case of forfeiture of E.M.D. as prescribed hereinabove, the tenderer shall not be allowed to participate in the retendering process of the work. 10 ALTERNATIVE PROPOSALS BY THE TENDERERS The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document. Alternatives or any modifications shall render the Tender invalid. 11 SUBMISSION OF TENDER 11.1 (a) Two Packet System Two Packet System: APPLICABLE The tenderer shall submit the Tender in original in two packets as under:PACKET A: - TECHNICAL BID Envelope 1: Earnest Money. Envelope 2: Cost of Tender document and undertaking (in case of Tender Document downloaded from the website by the tenderer) Envelope 3: “Authority to Sign”, ‘Integrity Pact’ and Qualification Information along with all enclosures /documents as per Letter of Transmittal/ Checklist given in Annexure II A & II B (N). As regards “Authority to Sign” Para 11.2 below may be referred to. As regards ‘Integrity Pact’, Para 11.7 below may be referred to. Technical Bid including signature on Tender Form (Section 2) duly witnessed after filling up blanks therein. GCC document including signature on all pages as acceptance of Terms & Clauses. Each page of the above documents including all Drawings should bear the dated initials of the tenderer along with seal of the company, in token of confirmation of having understood the Contents. 9 Signature of the tenderer Under seal of the firm PACKET B: - FINANCIAL BID Envelope 4: Schedule/Bill of Quantities. Each page of the Financial Bid should be signed by the tenderer. In the last page of Financial Bid, at the end, the tenderer should sign in full with the name of the Company, Seal of the Company and Date. All rates and amounts, whether in figures and words, must be written in indelible ink. Each Correction, Cutting, Addition and overwriting should be initialed by the Tenderer. The rates must be quoted in decimal coinage and the amounts derived also. 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. b) Single Packet System: 11.2 Authority to Sign a) If the applicant is an individual, he should sign above his full type written name and current address. 11.3 NOT APPLICABLE 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 a partner holding Power of Attorney for the firm in the Format at Annexure IV. d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure IV. e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure V. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure IV. Items to be kept in mind while furnishing details While filling in Qualification Information documents and the Financial Bid, following should be kept in mind: i) There shall be no additions or alterations except those to comply with the instructions issued by the Employer or as necessary to correct errors, if any, made by the tenderers. 10 Signature of the tenderer Under seal of the firm ii) 11.4 Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the Financial offer will however be accepted. Sealing and Marking of Tenders 11.4.1 Two Packet System: APPLICABLE (a) PACKET A – TECHNICAL BID Envelopes 1,2 & 3 as described in Para 11.1 (a) above should be sealed separately superscribing “Technical Bid” with Envelope Number, Name of the work and Name of the tenderer. In addition, the following should also be superscribed on the respective envelopes. Envelope 1: Earnest Money. Envelope 2: Cost of Tender document and undertaking if the document is downloaded from website. Envelope 3: i) Authority to Sign, ‘Integrity Pact’ and Qualification Information/ documents as per checklist in Annexure IIA./ IIB(N) ii) Technical Bid including Drawings iii) General Condition of Contract. Both the envelopes should be put in a packet (Packet A) which should be sealed. The following should be superscribed on the packet: i) Packet A – Technical Bid ii) Name of the Work iii) Name of the Tenderer iv) (b) PACKET B – FINANCIAL BID Envelope 4 – Financial Bid should be put in Packet B which should be sealed. The following should be superscribed on the packet. i) ii) iii) (c) Packet B (Envelope 3) – Financial Bid Name of the work Name of the tenderer Both packets A and B should be put inside an outer envelope and sealed. This envelope should be superscribed with the following details: i) ii) iii) iv) v) Tender for (Name of work) Tender Notice Number Date and time of opening of Tender From (Name of tenderer) Addressed to 11 Signature of the tenderer Under seal of the firm 11.4.2 Single Packet System: NOT APPLICABLE 11.4.3 If the envelopes and packets are not superscribed and sealed as indicated in Paras 11.4.1 above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender. 11.5 Deadline for submission of Tender 11.5.1 Tenders must be received by the Employer at the following address not later than 14.00 Hrs. on 30.03.2015. In the event of the specified date for the submission of the Tender being declared a holiday by the Employer/Strike/Bandh or on any account the office being closed, the Tenders will be received up to the appointed time on the next working day. Address for submission of Tender: Office of the Group General Manager (Projects), RITES Ltd, Regional Project Office, 56,C.R.Avenue, 2nd floor, Kolkata 700012 11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Para 7.3 in which case all rights and obligations of the Employer and the tenderer previously subject to the original deadline will be subject to new deadline. 11.6 11.7 Late Tender / Delayed Tender Any Tender received by the Employer after the specified date and time of receipt of tender will be returned unopened to the tenderer. Integrity Pact (i) The bidder/contractor is required to enter into an Integrity Pact with the Employer, in the Format at Annexure VIII. While submitting the bid, the Integrity Pact shall also be signed by the duly authorized signatory of the Bidder/Lead Member of JV. In case of failure to submit the Integrity Pact duly singed and witnessed, along with the bid, the bid is likely to be rejected. The name and address of the Independent External Monitors is given below:Name and Address of Independent External Monitor : Sri. Naresh Chaturvedi, IAS (Rtd.) CL-14, Sector II, Salt Lake Kolkata-700091 11.7A Whether Para 11.7 (Integrity Pact) shall be applicable 11.8 APPLICABLE Modification and Withdrawal of Bids : 11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the deadline prescribed in Para 11.5 for submission of Bids. 12 Signature of the tenderer Under seal of the firm 11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with Paras 11.1, 11.2 and 11.4 with the outer envelopes additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate. The envelopes for modifications on ‘Technical Bid’ and Financial Bid’ shall be submitted in separate sealed envelopes and marked as ‘Modifications of Technical Bid’ or ‘Modifications of Financial Bid’ as the case may be. 11.8.3 No bid may be modified after the deadline for submission of Bids except as indicated below. If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid after the deadline for submission of Bids, such offer will not be considered for Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on his original offer without considering the suo moto offer, the rebate / discount offered will be taken into account for incorporation in the Contract Agreement. 11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above, after the deadline for submission of bids shall result in forfeiture of the Earnest Money. 12 TENDER OPENING, APPLICATIONS 12.1 AND CLARIFICATIONS OF The Employer will open all the Tenders received (except those received late or delayed) as described in Para 12.2/12.3 below, in the presence of the tenderers or their representatives who choose to attend at 14.30 Hrs. on 30.03.2015 in the office of Group Genaral Manager (Project), RITES Ltd, Regional Project Office, 56,C.R.Avenue, 2nd floor, Kolkata 700012 . In the event of the specified date of the opening being declared a holiday by the Employer /Strike/Bandh or on any account the office being closed, the Tenders will be opened at the appointed time and location on the next working day. 12.2 Two Packet System : (a) EVALUATION (i) APPLICABLE The PACKET A will be opened and Envelope 1 containing Earnest Money and Envelope 2 containing Cost of Tender Document and undertaking (where Bid is submitted in the document downloaded from website) of all the tenderers will be opened first and checked. If the Earnest Money furnished is not for the stipulated amount or is not in an acceptable form and where applicable, the Cost of Tender Document and undertaking has not been enclosed for the correct amount and in an acceptable form the Envelopes 3 of PACKET A (TECHNICAL BID) of tenderers will not be opened. The Envelopes 3 of PACKET A (TECHNICAL BID) of tenderers who have furnished Earnest Money of correct amount in acceptable form and where applicable the cost of Tender Document for the correct amount and in an acceptable form will then be opened. The Tenderer’s name, the presence of Earnest Money and Authority to sign and such other details as the Employer may consider appropriate will be announced by the Employer at the time of opening of Packet A. PACKET B (FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted for evaluation will be checked to see if the seals are intact. All such PACKETS B will be put in an envelope and sealed. The Employer’s official opening the Tender will sign on this envelope and will also take the signatures 13 Signature of the tenderer Under seal of the firm of preferably at least two Tenderers or their representatives present. This envelope will be kept in safe custody by the Employer. (b) The Employer will scrutinize the Technical Bids accepted for evaluation to determine whether each Tenderer (i) (ii) (iii) has submitted ‘Authority to sign’ as per Para 11.2 above and Integrity Pact duly signed and witnessed as per Para 11.7 above; meets the Qualification Criteria stipulated in Para 2.0; and conforms to all terms, conditions and specifications of the Tender Document without any modifications or conditions. (c) If required, the Employer may ask any such tenderer for clarifications on his Technical Bid. The request for clarification and the response from the tenderer will be in writing. If a tenderer does not submit the clarification/document requested, by the date and time set in the Employer’s request for clarification, the bid of such tenderer is likely to be rejected.. Tenderers whose Technical Bids are found acceptable will be advised accordingly and will also be intimated in writing of the time and date and place where and when the PACKET B (Financial Bid) will be opened. (d) At the appointed place, time and date, in the presence of the tenderers or their representatives who choose to be present, the Employer will open the envelopes containing the PACKET B (FINANCIAL BID). The tenderer’s name, the tender amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer. 12.3 Single Packet System : NOT APPLICABLE 13 INSPECTION OF SITE BY THE TENDERERS Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work. 14 Signature of the tenderer Under seal of the firm 14 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER (i) If required, the Employer may ask any tenderer the breakdown of unit rates. If the tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such tender is likely to be rejected. (ii) The competent authority on behalf of the Employer does not bind himself to accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the tenderer shall be summarily rejected. 15 CANVASSING PROHIBITED Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection. 16 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rates quoted. 17 MISCELLANEOUS RULES AND DIRECTIONS 17.1 The tenderer shall not be permitted to tender for works if his near relative is posted as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the tenderer would render his Tender to be rejected. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a contractor for a period of one year after his retirement from the Employer’s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service. 17.2 If required by the Employer, the tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them. 17.3 Use of correcting fluid anywhere in tender document is not permitted. Such tender is liable for rejection. 15 Signature of the tenderer Under seal of the firm 17.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the Tenderer in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the Tenderer shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the Tenderer or it does not correspond with the rates written either in figures or in words then the rates quoted by the Tenderer in words shall be taken as correct. Where the rates quoted by the Tenderer in figures and in words tally but the amount is not worked out correctly, the rates quoted by the Tenderer will, unless otherwise provided, be taken as correct and not the amount. In the event that no rate has been quoted for any item(s), leaving space both in figure (s) or word(s) and the amount blank, it will be presumed that the Tenderer has included the cost of this/ these item (s) in other items and rate for such item (s) will be considered as zero and work will be required to be executed accordingly. b) In case of percentage Rate Tender only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the Tenderer in percentage rate tender shall be accurately filled in figures and words so that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount has been indicated by the Tenderer and if discrepancy is noticed in the percentages quoted in words and figures, then the percentage which corresponds with the total amount, shall, unless otherwise proved be taken as correct. If the total amount is not worked out or if worked out, it does not correspond with the percentages written either in figures or in words, then the percentage quoted by Tenderer in words shall be taken as correct. When the percentages quoted by the Tenderer in figures and in words tally but the total amount is not worked out correctly, the percentage quoted by the Tenderers shall be taken as correct, unless proved otherwise and the total amount worked out accordingly. 17.5 In the case of any tender where unit rate of any item/items appear unrealistic, such tender will be considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected. 17.6 (a) In Item rate Tender, all rates shall be quoted on the tender form. The amount for each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount in each Schedule should be written both in figures and in words. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line. (b) In Percentage Rate Tender, the Tenderer shall quote percentage below / above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word “Rs” should be written before the figure rupees and word ‘P’ after the 16 Signature of the tenderer Under seal of the firm decimal figures (eg.) Rs.2.15 P and in case of words the word “Rupees” should precede and the word “Paisa” should be written at the end. 17.7 Sales-tax/VAT, purchase tax, turnover tax or any other statutory levy (except Service Tax) as applicable on material, labour and works in respect of this contract shall be payable by the contractor and BCCL will not entertain any claim whatsoever in respect of the same. The quoted offer should be exclusive of Service Tax. The amount of Service Tax liability shall be borne by the company in accordance and in compliance with the relevant provisions of law as enacted from time to time by the Central Govt., in respect of the nature and type of service, service provider, point of taxation rules etc. 17.8 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such Tenders submitted as a Bidder and / or as a witness, liable to summary rejection. 17.9 The Contractor shall be fully responsible for all matters arising out of the Performance of the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of India, State Government, Local Body and any Statutory Authority. 17.10 EMPLOYMENT OF LOCAL LABOUR Contractors are to employ, to the extent possible, only local project affected people and pay wages not less than the minimum wages fixed by the Law of the Land". However minimum 20% of required unskilled workers are to employ from local project affected people of nearby villages. The list of PAPs recommended by the concerned Mukhia to be obtained by the concerned Area GM and displayed in the notice board. Any further addition to be duly certified by the Mukhiya. Authorised representative of the Contractual agency to certify regarding engagement of 20% unskilled workers from amongst the PAPs, based upon which labour payment certificate will only be issued. 17.11 All the payment will be made by ELECTRONIC MODE through bank. The intending bidders must furnish the details as per Proforma given in Annexure-XIV in triplicate as an item of requirement of the tender for e-payment and enclose with Part-I of the tender. 17.12 Settlement of Disputes with the Contractor It is incumbent upon the contractor to avoid litigation and disputes during the course of execution. However, if such disputes take place between the contractor and the department, effort shall be made first to settle the disputes at the company level. The contractor should make request in writing to the Engineer- in charge for settlement of such disputes/claim within 30 (Thirty) days of arising of the cause of disputes/claim failing which no disputes/claim of the contractor shall be entertained by the company. 17 Signature of the tenderer Under seal of the firm If differences still persist, the settlement of the dispute with Govt. Agencies shall be dealt with as per the Guidelines issued by the ministry of Finance, Govt. of India in this regard. In case of parties other than Govt. Agencies, the redressal of the dispute may be sought in the Court of Law. 18 SIGNING OF CONTRACT AGREEMENT 18.1 The tenderer whose tender has been accepted will be notified of the award by the employer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity period, in the form at Annexure VI. The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed. 18.2 Within the period as specified in Clause 1 of `Clause of Contract’, of the date of issue of Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance Guarantee and Additional Performance Guarantee (where applicable) in the format prescribed. 18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance. 18.4 At the same time the Employer notifies the successful Tenderer that his Tender has been accepted, the Employer will direct him to attend the Employer’s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the Proforma at Annexure VII. The Agreement will however be signed only after the Contractor furnishes Performance Guarantee and Additional Performance Guarantee (where applicable) and hence, where justified, the period of 28 days stipulated above will be extended suitably. 19.0 The estimate for the work is based on FSR principally approved/agreed by Railways. DPR is under consideration for approval from Railways authorities. If any changes is prescribed by the Railway Authorities, needful changes will be incorporated in the work for which contractor has to agree. 18 Signature of the tenderer Under seal of the firm ANNEXURE – I / I A QUALIFYING CRITERIA FOR WORKS CONTRACTS 1. Annual Financial Turnover The bidder should have achieved a minimum Annual Financial Turnover of Rs.24,34,41,450/- (Twenty Four Crores Thirty Four Lakhs Forty One Thousand Four Hundred Fifty only) in any one of the last 3 Financial Years. Notes : The financial turnover will be taken as given under the head “Income” in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit. Closing stocks in whatsoever manner should not form part of turnover. Weightage of 7% (compounded annually) shall be given for equating the financial turnover of the previous years to the current year. For considering the Financial Years, for example for a work for which the Tender is being opened in Financial Year 2014-15, the last five Financial Years will be 201314, 2012-13 and 2011-12. For a Tender opened 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; and F.Y 2011-12 = 1.225; 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. The Bidder should submit self attested copy of Auditor’s Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant Financial Year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted. If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the three Financial Years immediately preceding the previous Financial Year may be adopted for evaluating the credentials of the Bidder. In case JV is permitted the following provisions will apply. Large Works: Normal Works: NOT APPLICABLE The Partner-in-charge/Lead Member shall singly meet this criterion. 19 Signature of the tenderer Under seal of the firm 2. WORK EXPERIENCE a) Similar Works Experience (i) For works in Difficult Areas The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least ONE similar work of minimum value of 40% of the estimated cost of work OR at least TWO similar works each of minimum value of 25% of the estimated cost of work during the last 5 (Five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered. Similar Works Similar Works shall mean the following work with or without supply of P. Way materials carried out in India. “Any Civil work containing Laying & Linking of Track/Laying & Linking of Points & Crossing/Renovation of track/Complete track renewal work/Through Rail renewal work/Through sleeper renewal work/Gauge conversion work of Railway track/Complete Points & Crossing renewal work”. Notes : i) A weightage of 7% (compounded annually from the date of completion of the work to the submission of the bid) shall be given for equating the value of works of the previous years to the current year. ii) Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier. iii) The bidder should submit the details of such similar completed works as per the format at Proforma-1 enclosed. iv) Works carried out by another Contractor on behalf of the Bidder on a back to back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder. v) Credential certificates issued by Govt. Organizations / Semi Govt. Organizations of Central or State Government; or by Public Sector Undertakings / Autonomous bodies of Central or State Government or by Public Ltd. Companies listed in Stock Exchange in India or Abroad shall only be accepted for assessing the eligibility of a Tenderer. In case of certificate from a Public Limited Co., the bidder should also submit documentary proof that the Public Limited Co. was listed on BSE/NSE when the work was executed for it. b. Construction Experience in key activities/specified components: APPLICABLE. 20 NOT Signature of the tenderer Under seal of the firm 3. SOLVENCY CERTIFICATE AND SERVICING OF LOAN / CREDIT LIMIT (APPLICABLE) (i) A Solvency Certificate of minimum solvency of Rs. 1460.65 Lakh (suggested format at Proforma 2) from a Scheduled Bank issued not earlier then 6 months from the last date of submission of tender is required to be submitted by the bidder. Notes: The certificate so produced by the Bidder may be got verified from the issuing Bank. (ii) The bidder should furnish a declaration that he has 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. Notes: In case a bidder has defaulted in servicing his loan / credit limit during the past one year, he shall be disqualified. 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 deadline for submission of bids. If the audit Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th September, Audited Balance Sheet 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. 5. NET WORTH The bidder should have positive Net Worth of at least 30% of the estimated cost. Notes: 6. Average Net Worth of the past three financial years shall be considered. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN CASE OF BOTH LARGE AND NORMAL WORKS a) Sub-Contractor’s Experiences and Resources Sub-Contractors’ Experiences and Resources will not be taken into account in determining the Bidder’s compliance with the qualifying criteria. 21 Signature of the tenderer Under seal of the firm b) Experiences and Resources of the Parent Company and other subsidiary companies If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, the Experience and Resources of its subsidiaries will be taken into consideration. 7. DISQUALIFICATION ON CERTAIN GROUNDS Even though the Bidder may meet the above qualifying criteria, they are subject to be disqualified if they have a) Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. In such a case, besides Tenderer’s liability to action under para 9.4 of Instructions to Tenderers, the Tenderer is liable to face the penalty of banning of business dealing with him by RITES. b) Records of any contract awarded to them, having been determined during the past three years prior to the deadline for submission of bids. c) Their business banned or suspended by any Central/State Government Department/Public Undertaking or Interprise of Central/State Government and such ban is in force. d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format. A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/duly attested by Notary/Magistrate should be submitted as per format given in Proforma 3 enclosed. 8. JOINT VENTURES Whether Joint Venture allowed: 9. YES (NORMAL WORK) CHECK LIST OF DOCUMENTS TO BE SUBMITTED a) i) By Bidders other than Joint Ventures: Annual Turnover Annual financial turnover for each of the last 3 years in tabular form. - certified copy of Auditor’s Report, Balance Sheet, Profit and Loss Statement, work order, completion certificate, payment certificates/ vouchers etc. indicating the period of work for which the payment has been made, duly signed by him/them. 22 Signature of the tenderer Under seal of the firm ii) Work Experience - - iii) Similar Work Experience : Proforma 1 of Annexure I with details of 1, 2 or 3 works as the case may be, which satisfy requisite qualification criterion with self attested copies of supporting document (Refer Para 2a). Construction Experience in Key Activities/Specialised Components: Tabular Statement giving contract-wise quantities executed in last 7 years along with documentary proof in support of having met the criterion (Refer Para 2b). Solvency Certificate. Suggested format at Proforma 2 (Refer Para 3) iv) Net Worth Self attested copies of Auditor’s Report along with the Balance Sheets and Profit and Loss Statements for last 5 financial years, as the case may be (Refer Para 4). • v) Declaration by Bidder Proforma 3 vi) Integrity Pact (where applicable): duly signed and witnessed in the format at Annexure VIII (Refer Para 11.7) b) BY JOINT VENTURE PARTNERS FOR “LARGE WORKS”: NOT APPLICABLE c) BY JOINT VENTURE PARTNERS FOR “NORMAL WORKS”: APPLICABLE i) JV MOU/Agreement (Refer Para 2.3 of NIT & Instructions to Tenderers) ii) Power of Attorney (Refer Para 2.3 of NIT & Instructions to Tenderers) iii) Annual Turnover: As in 7a(i) above iv) Work Experience v) vi) vii) vii) Similar Work Experience : As in 7(a) (ii) above Construction Experience in Key activities/specialised components: As in 7(a) (ii) above. Solvency Certificate : As per 7(a) (iii) above – Networth : As in 7(a) (iv) above. Declaration by Bidder: As in 7(a) (v) above. Integrity Pact : : duly signed and witnessed, as in 7(a) (vi) above. 23 Signature of the tenderer Under seal of the firm 8. BID CAPACITY: Bidders who meet the minimum qualifications criteria will be qualified only if their available bid capacity is more than the updated estimated value. The available bid capacity will be calculated as under: Assessed Available Bid capacity= (A x N x 2 – B), where, A= Maximum value of Civil Engineering Works executed in any one year during the last five years (updated to present level @ 5% per calendar year) taking into account the completed as well as works in progress. N= Number of years prescribed for completion of the works for which bids are invited. B= Value at present price level, of existing commitments and ongoing works to be completed during the next 18 months excluding monsoon period (period of completion of works for which bids are invited). Financial turn over and cost of completed works of previous works shall be given a weightage of 5% per year (average annual rate of inflation) to bring them at current price level, while evaluating the qualification requirement and bid assessment of the bidders. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they made misleading or false representation in the forms, statement and attachment submitted in proof of qualifying requirement. Information on Bid Capacity (works for which bids have been submitted and works which are yet to be completed) as on the date of this bid.: 1 (A) Existing commitments and on going works. Description of work Place & State Contract No.& Date Name and address of Employer (1) (2) (3) (4) 24 Value of Contrac t (Rs.lak h) (5) Stipulate d period of completi on (6) Value of works remaining to be completed (7) Anticipat ed date of completi on (8) Signature of the tenderer Under seal of the firm 1 (B) Works for which bids already submitted. Description of work Place & State (1) (2) Estimated value of works (Rs.lakhs) (3) Stipulated period of completion (4) Date when decision is expected (5) Remarks if any (6) 2. Works performed as prime contractor (In the same name) on works of a similar nature over the last seven years ** Project Name Descriptio Contra Name of n of work ct empl No. oyer Value of contract (Rs.lakh) Date of issue of work order Stipulated period of completio n Actual date of completi on Remarks explaining reasons for delay and work completed 3. Quantities of work executed as prime contractor (in the same name and style) in the last seven years**: (Table given below is a typical example & the contents may vary depending upon the nature & scope of work) Remarks Year Name of the Quantity of work performed(cum) (indicate work Cement concrete Masonry contract ref.) Earth Work (Including RCC & PCC) 20… - 20…. 20… - 20…. 20… - 20…. 20… - 20…. 20… - 20…. 1. Enclose a certificate(s) from Engineer(s)-in-charge. 2. Immediately preceding the financial year in which bids are received. 25 Signature of the tenderer Under seal of the firm Proforma-1 LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERIA COMPLETED DURING THE LAST 7 YEARS S. Client's Name of Scope of No Name the Work work & carried . and Address Location out by the Bidder Agreeme Contract Value Value of Date nt / Letter (Rs. in Lakhs) Materials of of Award supplied Start No. and free by date the Client Award Actual on completi ed on Date of Completion Reasons Ref. of for delay document( in with page completi no.) in on support of if any meeting Qualificati on Criteria. As per Actu LOA/ al Agreeme nt SEAL AND SIGNATURE OF THE BIDDER Note: 1. In support of having completed above works attach self attested copies of the completion certificate from the owner/client or Executing Agency/Consultant appointed by owner/client, indicating the name of work, the description of work done by the bidder, date of start, date of completion (contractual & actual), value of contract as awarded and as executed by the bidder. “Contract Value” shall mean gross value of the completed work including cost of materials supplied by the owner/client but excluding those supplied free of cost. 2. Such Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations / Public Sector Undertakings / Autonomous bodies of Central or State Government / Municipal Bodies / Public Ltd. Co. listed on BSE/NSE shall only be accepted for assessing the eligibility of a tenderer. Certificates issued by such Public Ltd. Co. must be supported by TDS Certificates evidencing the value of work. In case of certificate from a Public Limited Co., the bidder should also submit documentary proof that the Public Limited Co. was listed on BSE/NSE when the work was executed for it. 3. Information must be furnished for works carried out by the Bidder in his own name or proportionate share as member of a Joint Venture. In the latter case details of contract value including extent of financial participation by partners in that work should be furnished. 4. If a Bidder has got a work executed through a Subcontractor on a back to back basis, the Bidder cannot include such a work for his satisfying the Qualification Criterion even if the Client has issued a Completion Certificate in favour of that Bidder. 5. Use a separate sheet for each partner in case of a Joint Venture. 6. Only similar works completed during the last 7 years which meet the Qualification Criteria need be included in this list. 26 Signature of the tenderer Under seal of the firm Proforma 2 SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK This is to certify that to the best of our knowledge and information, M/s ____________________, having their registered office at _____________, a customer of our Bank, is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. ___________. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers. Signature with date Senior Bank Manager (Name of Officer issuing the Certificate) Name, address & Seal of the Bank/ Branch Note: Banker’s Certificate should be on letter head of the Bank. 27 Signature of the tenderer Under seal of the firm Proforma 3 DECLARATION BY THE BIDDER (Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate) This is to certify that We, M/s. __________________________, in submission of this offer confirm that:i) We have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements; ii) During the past three years prior to the deadline for submission of bids, no contract awarded to us has been determined. iii) No Central / State Government Department/ Public Sector Undertaking or Enterprise of Central / State Government has banned/suspended business dealings with us as on date. iv) We have submitted all the supporting documents and furnished the relevant details as per prescribed format. v) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not include any work which has been carried out by us through a Subcontractor on a back to back basis. vi) The information and documents submitted with the Tender and those to be submitted subsequently by way of clarifications / making good deficient documents are correct and we are fully responsible for the correctness of the information and documents submitted by us. vii) We have not failed to service the principal amount or intrest 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. viii) We understand that in case any statement/information/document furnished by us or to be furnished by us in connection with this offer, is found to be incorrect or false, our EMD in full will be forfeited and business dealings will be banned. SEAL, SIGNATURE & NAME OF THE BIDDER signing this document 28 Signature of the tenderer Under seal of the firm Proforma- 4 SITE FAMILIARIZATION CERTIFICATE Certificate that I/we have visited the site of the work tendered and get acquainted with the site conditions regarding availability of materials, lead of materials, access roads etc before submission of this tender. SEAL AND SIGNATURE & NAME OF THE BIDDER Signing this document 29 Signature of the tenderer Under seal of the firm ANNEXURE II A QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS --LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES (on letter head of the Applicant) From _____________ To The Project Officer, Patherdih 5 MTPA NLW Washery BCCL. Sir, Sub: Submission of Qualification information/documents as per Checklist. 1. I/We hereby submit the following documents in support of my/our satisfying the Qualification Criteria laid down for the work:a) Self attested copy of Partnership Deed/ Memorandum and Articles of Association of the firm. b) Self attested copy of PAN/TAN issued by Income Tax Department. c) Self attested copy of a certificate showing that, 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 40% of the estimated cost of work OR at least TWO similar works each of minimum value of 25% of the estimated cost of work during the last 5 (Five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered. d) Annual Financial Turnover (i) Annual financial turnover for each of the last 3 Financial Years in tabular form. (ii) Self attested copy of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement and Schedules for the relevant financial year in which the minimum criterion is met, with calculations in support of the same. e) Work Experience i) Similar Works Experience :- In Proforma 1 with details of 1 / 2 / 3 works as applicable and self attested copies of supporting documents as mentioned therein. ii) Construction experience in key activities / specialised components: Tabular Statement giving contract wise quantities executed in last 5 years with documentary proof. f) Solvency Certificate - Proforma 2. g) Networth - Net profit of last 5 years in tabular form with self attested copies of Profit and Loss Statements for the last 5 or 3 Financial Years as applicable. h) Declaration – Proforma 3 i) Self attested copy of Works Contract Tax, Service Tax Registration Certificate (as applicable). j) Self attested copy of Registration under Labour Laws, like PF, ESI etc. k) Self attested copy of ISO 9000 Certificate (if any) l) Integrity Pact (where applicable): duly signed and witnessed. 30 Signature of the tenderer Under seal of the firm m) n) Sale tax clearance certificate should be duly attested by a Gazetted Officer (Central or State Govt.) The bidders are required to furnish PAN based Registration No. of Service Tax. In case of Joint Venture all the partners should submit the certificate with undertaking that the certificates in the name of JV will be submitted if work is awarded 2. I have furnished all the information and details necessary to prove that I satisfy all the Qualification Criteria laid down. 3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation, whether mentioned in the enclosed documents or not, to verify our competence and general reputation. 4. I have also enclosed written Power of Attorney of the signatory of the tender on behalf of the tenderer. Yours faithfully, Encl: As in Paras 1 & 4 Signature of Applicant with Name _________________ Date with seal 31 Signature of the tenderer Under seal of the firm ANNEXURE II B (L) QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS – LETTER OF TRANSMITTAL BY JOINT VENTURE (To be signed by the Lead Member for Large Works Costing over Rs.100 crores on letter head of the Partner-in-charge/Lead member) - DELETED - 32 Signature of the tenderer Under seal of the firm ANNEXURE II B (N) QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS - LETTER OF TRANSMITTAL BY JOINT VENTURE (FOR NORMAL WORKS COSTING BETWEEN Rs.3 CRORE and Rs.100 CRORES) (To be signed by the Lead Member in his Letter Head) From To ___________________________ The Project Officer, Patherdih 5 MTPA NLW Washery BCCL. Sir, Subject: Submission of Qualification Information/ documents as per Checklist. As the Lead Member of the Joint Venture, I/We hereby submit the following documents in support of our JV: Details pertaining to JV a) b) c) d) e) f) g) Self certified copy of the Joint Venture Agreement / Memorandum of Understanding. Power of Attorney in my/our favour as the Lead Member executed by the authorized representatives of all the members. Self attested copy of a certificate, that the Bidder 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 40% OR at least two similar works each of minimum value of 25% during the last 5 (five) years ending last day of month previous to the one in which bid applications are invited. Self attested copy of Sales Tax, Works Contract Tax, Service Registration Certificate (as applicable). Self attested copy of Registration under Labour Laws, like PF, ESI etc. Self attested copy of ISO 9000 Certificate ( if any) Integrity Pact (where applicable) duly signed and witnessed. Details pertaining to Members (i) Qualification Criteria a) Annual Turnover - Annual financial turnover for each of the last 3 Financial Years in a tabular form. The intending tenderer must submit documentary evidence in support of above in the form of certified copy of work order, completion certificate, payment certificates/ 33 Signature of the tenderer Under seal of the firm vouchers etc. indicating the period of work for which the payment has been made, duly signed by him/them. b) Work Experience - Similar Works Experience: - In Proforma 1 with details of 1 / 2 works as applicable and self attested copies of supporting documents as mentioned therein. - Construction experience in key activities/ specialised components:Tabular Statement giving contract wise quantities executed in last 5 years with documentary proof. c) Solvency Certificate - Proforma 2. d) Networth -Net profit of last 5 Financial years in a tabular form with self attested copies of Profit and Loss Statements for the last 5 or 3 Financial Years as applicable. ii) Other supporting documents a) b) Declaration – Proforma 3 Self attested copy of PAN/TAN issued by the Income Tax Department. 2) I/We also enclose the following documents pertaining to each of the other Partners of J.V. duly signed by the Authorized representative of each Partner/Member of J.V. 3) 4) i) Qualification Criteria - Work experience - Construction experience in key activities/ specialised components:As per para i (b) above. ii) Other Supporting Documents Self attested copy of Partnership Deed/ Memorandum and Articles of Association of the firm. I/We authorize you to approach any Bank, Individual, Employer, Firm or Corporation whether mentioned in the enclosed documents or not, to verify the competence and general reputation of each Member of our JV. I also enclose written Power of Attorney of the signatory of the Tender on behalf of the Tenderer. Yours faithfully, Encl: As in Paras 1, 2 & 4 Signature of with Name Date and Seal 34 Applicant Signature of the tenderer Under seal of the firm ANNEXURE III DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE (On each firm’s Letter Head) From _______________ _______________ To The Project Officer, Patherdih 5 MTPA NLW Washery BCCL. 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 Consortium 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 Consortium should add the following paragraph) * * The Consortium 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/Members of the Consortium. 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 Consortium should add the following paragraph)** ** In this Consortium we act as Lead Member and for the purposes of bidding for the work, represent the Consortium. 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 Consortium being awarded the contract we agree to be jointly with ________ (insert names of all other members of the Consortium) 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 Consortium. 35 Signature of the tenderer Under seal of the firm The precise responsibility of the Lead Member and other Members of the Consortium 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 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 Consortium. 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 VIII (if applicable) shall be signed by the Lead Member duly witnessed, on behalf of the Joint Venture/Consortium. 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/Consortium. Encl: Annexure. Yours faithfully, Signature ____________ (Name of Signatory)___________ (Capacity of signatory)_________ Seal Witness 1 Name Address Occupation Witness 2 Name Address Occupation Note : 1. To be executed by each Member of the Consortium individually. 36 Signature of the tenderer Under seal of the firm ANNEXURE IV FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY POWER OF ATTORNEY (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently employed with us and holding the position of ______ and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work _____ (name of work), including signing and submission of application/proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES/BCCL 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 BCCL and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us. (Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of ___________, _________ and ___________.Dated this the _____ day of ______ 20 ___________________________________ (Signature and name of authorized signatory) ___________________________________________________________________________ (Signature and name in block letters of all the remaining partners of the firm, Signatory for the Company) Seal of firm/ Company Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation: Notes: To be executed by all the members individually. In case of a Consortium/ JV, the authorized signatory has to be the one employed by the Lead Member. - The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure. 37 Signature of the tenderer Under seal of the firm ANNEXURE V FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM / JOINT VENTURE (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 company who is issuing the Power of Attorney) Whereas ______ RITES Ltd. has invited bids for _______ (Name of work) for and on behalf of ________ as an Agent /Power of Attorney Holder. Whereas, the Members of the Consortium comprising of M/s.________, M/s.______, M/s.______ and M/s._______ (the respective names and addresses of the registered offices to be given) are interested in bidding for the work and implementing the same in accordance with the terms and conditions contained in the bid documents. Whereas, it is necessary for the members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do, for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the work. NOW THIS POWER OF ATTORNEY WITNESSETH THAT We, M/s._________ , M/s ________ and M/s_________hereby designate M/s. ______ being one of the members of the Consortium, as the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium’s bid for the work, including submission of application proposal, participating in meetings, responding to queries, submission of information/documents and generally to represent the Consortium in all its dealings with RITES or any other Government Agency or any person, in connection with the work 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 and shall always be deemed to have been done by us/Consortium. Dated this the ________ day of _______ 20 _______________ (Signature and Name in Block letters of *All the Partners of the firm / * Authorised Signatory for the Company) (* Strike out whichever is not applicable) Seal of firm / Company Witness 1 Name: Address: Occupation: Witness 2 Name: Address: Occupation: 38 Signature of the tenderer Under seal of the firm Notes: - To be executed by all the members individually, in case of a Consortium. - The mode of execution of the Power of Attorney should be in accordance with the procedure, if any laid down by the applicable law and the charter documents of the executant (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure. 39 Signature of the tenderer Under seal of the firm ANNEXURE VI (FORM OF LETTER OF ACCEPTANCE) (By REGD POST / ACK.DUE) (On the letter head of BCCL) NO. : Dated : To _________________ (Name & Address of the Contractor) Dear Sirs, Sub: TENDER No. FOR THE WORK OF Ref: Your tender dated _________________ and letter dated _____________. This is to notify you that your Tender for the work under reference has been accepted by the Competent Authority of BCCL for a total Contract Price of Rs. _______ (Rupees _____________only). Pursuant to Clause 1 of the Contract (GCC), you are required to furnish irrevocable Performance Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price and an Additional Performance Guarantee for an amount of Rs…………(if applicable). The Guarantee of amount of Rs.______________ is required to be submitted within ___ days of issue of this Letter of Acceptance. The time of ________months allowed for execution of the work will be reckoned from 15 days after the date of issue of this Letter of Acceptance or from the first day of the handing over of the site, whichever is later, in accordance with phasing, if any, indicated in tender document. You are requested to contact _________ (complete designation and address of the project-incharge) or his aothorised representative for further instructions to carry out the contract. It is to be noted that RITES ltd. has been entrusted with the work of Project Management and Consultants on behalf of BCCL for this work. However, Engineer in-charge for work will be………………. The Paying Authority for the work will be_____________________________ Depot. Officer,_________________________ shall be consignee for the work. You are also requested to attend this office within Twenty Eight days from the date of issue of this letter for execution of the formal agreement. In terms of Para 18 of Section-1 of the Tender documents, you are requested to submit non judicial Stamp paper of Rs.10,000/within 15(fifteen) days of issue of this Letter of acceptance to this effect. It may be noted that 40 Signature of the tenderer Under seal of the firm no payment shall be made for any work carried out by you till the Agreement is executed and till such time the Performance Guarantee and Additional Performance Guarantee (where applicable) has/have been submitted by you. On receipt of letter of acceptance, you shall forthwith Register and obtain Licence from the competent authority under the Contact Labour (Regulation & Abolition) Act 1970, the Contact Labour (Regulation & Abolition) Central Rules,1971 and submit certified copies of the same to the execution authorities and to the undersigned. The arrangement of necessary water for construction purpose shall be your responsibility (at your own cost). However, if available and feasible, the Compony may arrange water at one point near the work of site for which recovery @ 1% of the contract value of work done will be made from your bills. The arrangement of necessary Electricity for the work will be your responsibility (at your own cost). However, if available and feasible, the Compony may arrange Electricity at one point near the work of site for which recovery of cost of energy consumed will be made at rates prescribed by the Compony time to time. You shall provide energy meter for this purpose. You have to engage minimum 20% of required unskilled workers from local project affected people of nearby villages. The list of PAPs recommended by the concerned Mukhiya is to be made available by the concerned Area GM and displayed in the Notice Board. Any further addition-deletion is to be duly certified by the Mukhya. Authorised representative of the contractual agency is to certify regarding engagement of 20% unskilled workers from amongst PAPs, based upon which labour payment certificate will only be essued. This Letter of Acceptance is being sent to you in duplicate and you are requested to return without delay one copy of the letter duly signed and stamped, as a token of your acknowledgement. Kindly note that this Letter of Acceptance shall constitute a binding Contract between us pending execution of formal Agreement. Thanking You. Yours faithfully, BCCL 41 Signature of the tenderer Under seal of the firm ANNEXURE VII FORM OF AGREEMENT (ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)(Rs.10000/-) Agreement No. ________ dated _________ THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between BHARAT COKING COAL LIMITED (a Government of India Enterprise) Koyla Nagar, Dhanbad – 826005 hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s.______ hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz.___________ (brief description of the work) and has by Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ______ (Rupees ______________ only) NOW THIS AGREEMENT WITNESSETH as follows:1. In this agreement words and expressions shall have the same meaning as are respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents in conjunction with addenda/ corrigenda to Tender Documents shall be deemed to form and be read and construed as part of this agreement viz. a) b) c) d) e) f) g) h) i) j) The Letter of Acceptance dated______. Priced Schedule (Bill) of Quantities Notice Inviting Tender and Instructions to Tenderers. RITES Tender and Contract Form Special Conditions Schedules A to F. Technical Specifications Drawings Amendments to Tender Documents General Conditions of Contract (read with upto date Correction Slip) comprising of (i) Conditions of Contract (ii) Clauses of Contract (iii) RITES Safety Code (iv) RITES –Model Rules for the protection of Health and Sanitary arrangements for Workers (v) RITES---Contractor's Labour Regulations. 42 Signature of the tenderer Under seal of the firm 3. In consideration of the payment to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract. 4. The Employer hereby covenants to pay to the Contractor in consideration of the execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract. IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written. SIGNED, SEALED AND DELIVERED BY ______________________________ representing BCC L ____________________________ In the capacity of _____ In the presence of On behalf of M/s. _________ (The Contractor) Witnesses (Signature, Name & Designation) In the presence of 1. Witnesses (Signature, Name & Designation) 2. 1. 2. 43 Signature of the tenderer Under seal of the firm ANNEXURE VIII INTEGRITY PACT Between Bharat Coking Coal Limited (BCCL) hereinafter referred to as “The Principal” And __________________________ hereinafter referred to as "The Bidder/Contractor" Preamble The Principal intends to award, under laid down organizational procedures, contract/s for ------------------------------------------. The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder/s and Contractor/s. In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organisation “Transparency International” (TI). Following TI’s national and international experience, the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section 1 – Commitments of the Principal (1) (2) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:i) No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of the contract, demand, take a promise for or accept, for him/herself or third person, any material or immaterial benefit which he/she is not legally entitled to. ii) The Principal will, during the tender process, treat all Bidders with equity and reason. The Principal 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. iii) The Principal will exclude from the process all known prejudiced persons. If the Principal obtains information on the conduct of any of his employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Officer and in addition can initiate disciplinary action. Section– 2: Commitments of the Bidder/Contractor (1) The Bidder/Contractor commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution. i) The Bidder/Contractor will not directly or through any other person or firm, offer, promise or give to any of the Principal’s employees involved in the 44 Signature of the tenderer Under seal of the firm tender process or the execution of the contract or to any third person any material or other benefit which he/she 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) ii) 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. iii) The Bidder/Contractor will not commit any offence under the relevant AntiCorruption Laws of India, further the Bidde/Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. iv) 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. 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 If the Bidder, before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or credibility as Bidder into question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such reason. 1. If the Bidder/Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question, the Principal is entitled also to exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressions within the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years. 2. The Bidder accepts and undertakes to respect and uphold the Principal’s absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice. 3. If the Bidder/Contractor can prove that he has restored/recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely. 45 Signature of the tenderer Under seal of the firm 4. A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible. Section- 4: Compensation for Damages 1. If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 % of the value of the offer or the amount equivalent to Earnest Money Deposit/Bid Security, whichever is higher. 2. If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5% of the contract value or the amount equivalent to Security Deposit/Performance Bank Guarantee, whichever is higher. 3. The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder/Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages, the Bidder/Contractor shall compensate the Principal only to the extent of the damage in the amount proved. Section -5: Previous transgression (1) The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process. (2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason. Section -6: Equal treatment of all Bidders/Contractors/Sub-Contractors (1) The Bidder/Contractor undertakes to demand from all sub-contractors a commitment in conformity with this Integrity Pact and to submit it to the Principal before contract signing. (2) The Principal will enter into agreements with identical conditions as this one with all Bidders, Contractors and Subcontractors. (3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions. Section -7: Criminal charges against violating Bidders/Contractors/Sub-Contractors If the Principal obtains knowledge of conduct of a Bidder, Contractor or Partners/SubContractor, or of an employee or a representative or an associate of a Bidder, Contractor or Sub-Contractor, which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Officer. 46 Signature of the tenderer Under seal of the firm Section 8 – External Independent Monitor/Monitors (Three in number depending on the size of the contract) (To be decided by the Chairperson of the Principal) 1. The Principal appoints competent and credible external independent Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement. 2. The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chairperson of the Board of the Principal. 3. The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Subcontractor with confidentiality. 4. The Principal 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 Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings. 5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or heal the violation, or to take 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, refrain from action or tolerate action. 6. The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the ‘Principal’ and, should the occasion arise, submit proposals for correcting problematic situations. 7. Monitor shall be entitled to compensation on the same terms as being extended to/provided to Outside Expert Committee members/Chairman as prevailing with Principal. 8. If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India. 9. The word ‘Monitor’ would include both singular and plural. 47 Signature of the tenderer Under seal of the firm Section–9: Pact Duration This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the respective contract, and for all other Bidders 6 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 Chairperson of the Principal. Section-10: Other Provisions 1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Dhanbad. 2. Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. 3. If the Contractor is a partnership or a consortium, this agreement must be, signed by all partners or consortium members. 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 intensions. -------------------------------For the Principal ------------------------------For the Bidder/Contractor Place…………………… Witness 1 : ……………………………… Date …………………… Witness 2 : ……………………………… 48 Signature of the tenderer Under seal of the firm ANNEXURE -IX Guidelines on Banning of Business Dealings 1. Introduction 1.1 BCCL, 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. BCCL has also to safeguard its commercial interests. It is not in the interest of BCCL 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 BCCL 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. 2.1 Scope The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies, has been laid down in these guidelines. 2.2 It is clarified that these guidelines do not deal with the decision of the Management not to entertain any particular Agency due to its poor/ inadequate performance or for any other reason. 2.3 The banning shall be with prospective effect, i.e., future business dealings. 3. Definitions In these Guidelines, unless the context otherwise requires: i) `Bidder / Contractor / Supplier’ in the context of these guidelines is indicated as ‘Agency’. ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following: a) b) iii) The Project Officer, Patherdih 5 MTPA NLW Washery, BCCL, shall be the ‘Competent Authority’ for the purpose of these guidelines. Director (P & P), BCCL shall be the ‘Appellate Authority’ in respect of such cases. CMD, BCCL 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. ‘Investigating Department’ shall mean any Department, Division or Unit investigating into the conduct of the Agency and shall include the Vigilance Department, Central Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate. 49 Signature of the tenderer Under seal of the firm 4. Initiation of Banning / Suspension: Action for banning / suspension business dealings with any Agency should be initiated by the department/ unit having business dealings with them after noticing the irregularities or misconduct on their part. 5. Suspension of Business Dealings 5.1 If the conduct of any Agency dealing with BCCL is under investigation by any department, the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department/Unit, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department. The Investigating Department/Unit may ensure that their investigation is completed and whole process of final order is over within such period. 5.2 As far as possible, the existing contract(s) with the Agency may be continued unless the Competent Authority, having regard to the circumstances of the case, decides otherwise. 5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage. 5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency before issuing the order of suspension. However, if investigations are not complete in six months time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed. 6. Grounds on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to the State, so warrants; 6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by a Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises or BCCL, 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; 50 Signature of the tenderer Under seal of the firm 6.4 If the Agency employs a public servant dismissed / removed or employs a person convicted for an offence involving corruption or abetment of such offence; 6.5 If business dealings with the Agency have been banned by the Govt. or any other public sector enterprise; 6.6 If the Agency has resorted misrepresentation of facts; 6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on the Company (BCCL) 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 (BCCL) or even otherwise; 6.10 Established litigant nature of the Agency to derive undue benefit; 6.11 Continued poor performance of the Agency in several contracts; to Corrupt, fraudulent practices including (Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason). 7. Banning of Business Dealings 7.1 A decision to ban business dealings with any Agency shall apply throughout the Company. 7.2 If the Competent Authority is prima-facie of view that action for banning business dealings with the Agency is called for, a show-cause notice may be issued to the Agency as per Paragraph 8.1 and an enquiry held accordingly. 8. Show-cause Notice 8.1 In case where the Competent Authority decides that action against an Agency is called for, a show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behavior 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 BCCL, necessary facility for inspection of documents may be provided. 8.3 After considering the reply of the Agency and other circumstances and facts of the case, a final decision for Company-wide banning shall be taken by the Competent 51 Signature of the tenderer Under seal of the firm Authority. The Competent Authority may consider and pass an appropriate speaking order: a) For exonerating the Agency if the charges are not established; b) For banning the business dealing with the Agency. 8.4 The decision should be communicated to the Agency concerned along with a reasoned order. If it decided to ban business dealings, the period for which the ban would be operative may be mentioned. 9. 9.1 Appeal against the Decision of the Competent Authority The Agency may file an appeal against the order of the Competent Authority banning business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc. 9.2 Appellate Authority would consider the appeal and pass appropriate order which shall be communicated to the Agency as well as the Competent Authority. 10. Review of the Decision by the Competent Authority Any petition / application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or subsequent development necessitating such review. 11. Circulation of the names of Agencies with whom Business Dealings have been banned. 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. 11.1 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. 12.1 Restoration 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. 52 Signature of the tenderer Under seal of the firm ANNEXURE -X FORMS OF BID AND QUALIFICATION INFORMATION (To be filled in by the bidder) PART-I CONTRACTOR'S BID Sub : BID for the Work_____________________________________________________________________ ________________________________________________________________________ To : The Project Officer, Patherdih 5 MTPA NLW Washery BCCL. Dear Sir, We offer to execute the Works described above in accordance with the Conditions of Contract accompanying the Bidding Document issued to us. The Bid Security/Earnest Money in accordance with the NIT and Instructions to Bidders amounting to ` ....................... ( in figures ) .......................... ....................................................... ( in words ) in the form as stipulated in Clause --- of the Instructions to Bidders is enclosed herewith( to be filled in by the Bidder ). This Bid and your written acceptance of it shall constitute a binding contract between us . We understand that you are not bound to accept the lowest or any Bid you receive. We hereby confirm that this Bid complies with the Bid validity and Bid security required by the Bidding documents. We also confirm that E.M.D. and other required documentary evidences related to this part of the Bid are enclosed ( As listed below ) herewith either in original/ copies attested by Gazetted Officer/ copies duly authenticated by us with signature and seal along with affidavit as per the format provided in the bid document.. Yours faithfully, Authorised Signature : _______________________________ Name and Title of the Signatory : ______________________ Name of the Bidder : _________________ (the Contractor ) Address : _____________________________ Date :_______________________________ (To be filled in by the Bidder ) Enclo : i) EMD of Rs. ________________________ vide __________ dt. ii) iii) iv) 53 Signature of the tenderer Under seal of the firm ANNEXURE -XI Format for Affidavit: Non-Judicial Stamp Paper. AFFIDAVIT. I, ..................................................................................., Partner/Legal Attorney/Accredited Representative of M/S. ...................................................................., solemnly declare that: 1. We are submitting Tender Work……………….................................................................... ...................................................................against Tender ......................... dated…….. of for the Notice No. 2. None of the Partners of our firm is relative ............................................... (Name of the Company) employee of 3. All information furnished by us in respect of fulfillment of eligibility criteria and qualification information of this Tender is complete, correct and true. 4. All documents / credentials submitted along with this Tender are genuine, authentic, true and valid. 5. If any information and document submitted is found to be false/ incorrect at any time, department may cancel my Tender and action as deemed fit may be taken against us, including termination of the contract, forfeiture of all dues including Earnest Money and banning/ delisting of our firm and all partners of the firm etc. Signature of the tenderer, Dated .......................... Seal of Notary 54 Signature of the tenderer Under seal of the firm ANNEXURE -XII PROFORMA OF BANK GUARANTEE FOR PERFORMANCE SECURITY Bharat Coking Coal Ltd. Koyla Bhawan, Koyla Nagar Dhanbad- 826005 Dear Sir, In consideration of M/s Bharat Coking Coal Ltd. having its registered office at Koyla Bhawan, Koyla Nagar, Dhanbad (hereinafter called “the Company” which expression shall unless repugnant to the subject or context includes its successors and assign) having agreed under the terms and conditions contained in letter No…………….dated………issued in favour of M/s. ………….. for …………(hereinafter referred to as “the contractor”) to accept the Deed of guarantee as herein provided for Rs……….. from the Schedule/Nationalised Bank in lieu of security deposit to be made by M/s…………(hereinafter called “the contractor”) or in lieu of deduction to be made from the contractor’s bill, for the due fulfillment of the terms and conditions contained in the said contract by the contractor, we the …………..Bank ( hereinafter referred to as the said Bank) having its Registered Office at…………do hereby undertake and agreed to pay the company to the extent of Rs. ……….on demand stating that the amount claimed by the company is due and payable by the contractor for the reasons of failure/negligence in performing the terms and conditions contained in the contract by the buyer and to unconditionally pay the amount claimed by the company on demand without any demur to the extent aforesaid. We, the………Bank agree that the company shall be the sole judge as to whether the said contractor has failed/neglected in performing any of the terms and conditions of the said contract and the decision of the company in this behalf shall be final and binding on us. We, the said bank further agree that the Guarantee herein contained shall remain in full force and effect upto………..and any claim received after the said date shall in no case bind the Bank. The company shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee or indemnity from time to time vary any of the terms and conditions of the said contract or to extend the time of performance by the said contractor or to postpone any time and from time to time any of the powers exercisable by it against the said contractor and either to enforce or to forebear from enforcing any of the terms and conditions governing the said contract or securities available to the company and the said Bank shall not be released from its liability under theses presents. Notwithstanding anything contained herein the liability of the said Bank under this guarantee is restricted to Rs……….and this guarantee shall come into force from the date hereof and shall remain in full force and effect till……..Unless the written demand or claim under this guarantee is made by the Company with us on or before ……….all rights of the company under this guarantee shall cease to have any effect and we shall be relieved and discharged from our liabilities hereunder. 55 Signature of the tenderer Under seal of the firm We the said Bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the company in writing and agree that any change in the constitution of the said contractor or the said bank shall not discharge our liability hereunder. This guaranteed issued by Sri…………..who is authorized by the Bank The Bank Guarantee as referred above shall be payable at Kolkata Branch/Dhanbad Branch at………………( please specify name of Branch with address) Signature of the authorised person For and on behalf of the Bank Place:……… Date… Under jurisdiction of DHANBAD court only. 56 Signature of the tenderer Under seal of the firm ANNEXURE -XIII PROFORMA OF BANK GUARANTEE IN LIEU OF BID SECURITY / EARNEST MONEY. To M/s. Bharat Coking coal Limited, Koyla Bhawan, Dist : Dhanbad- 826005. Dear Sir, In consideration of the “Bharat Coking coal Limited” having its Registered Office at Dhanbad ( hereinafter called “ the Company” which expression shall unless repugnant to the subject or context includes its successors and assigns) having agreed to accept from M/s ------------------------------- having its registered office at --------------- (herein after called ‘the said tenderer” which expression shall unless repugnant to the subject or context includes its successors and assigns) a Bank Guarantee from a Nationalised /Scheduled Bank in lieu of deposit of Bid Security/ Earnest money in Cash/Bank draft for the due fulfillment of the terms and conditions contained in the tender No---------------- dated------------------, we ------------- Bank (hereinafter referred to as the Bank) having its office ---------------- do hereby undertake to pay to the company an amount not exceeding Rs------------- on demand by the company for the reason of any breach by the tenderer of any of the terms and conditions contained in the said Tender. The decision of the company as to whether any such breach having been committed by the tenderer shall be final and binding on us. 1. We------------------------------ Bank do hereby undertake to pay an amount due and payable under this guarantee without any demur merely on a demand from the company stating that the amount claimed is due from the tenderer for the reason of breach by the said tenderer of any of the terms and conditions contained in the said tender or for the reason of the tenderer failing to keep the Tender valid. Any such demand made on the Bank shall be conclusive. As regards the amount due and payable by the Bank under this Guarantee shall be restricted to an amount not exceeding Rs------------------. 2. We, the said Bank further agree that the Guarantee herein contained shall come into force from the date hereof and shall remain in full force and effect till a demand or claim under this guarantee is made on us in writing on or before the---------------- . We shall discharge from all liability under this Guarantee thereafter. 3. We, the said Bank lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the company in writing and agree that any change in the constitution of the said tenderer or the Bank shall not discharge our liability hereunder, 4. This Guarantee is issued by Sri------------------------ who is authorised by the Bank. Dated ,this ------------------------- day of --------------------- 20-The Bank Guarantee as referred above shall be payable at Kolkata Branch/Dhanbad Branch at………………( please specify name of Branch with address) Signature of the authorised person For and on behalf of the Bank. Place: Date: Under jurisdiction of DHANBAD court only. 57 Signature of the tenderer Under seal of the firm ANNEXURE -XIV PROFORMA FOR ELECTRONIC MODE PAYMENT FOR PAYMENT TO SUPPLIERS / CONTRACTORS PROFORMA FOR COLLECTING PAYMENT THROUGH ELECTRONIC MODE INCLUDING ELECTRONIC FUND TRANSFER (EFT) & ELECTRONIC CLEARING SYSTEM (ECS) (To be submitted in triplicate) 1 VENDOR/SUPPLIER/CONTRCTOR/CUSTOMER’S NAME & ADDRESS ( With Telephone No and Fax) 2 PARTICULARS OF BANK ACCOUNT A) BANK NAME B) (i) BRANCH NAME (including RTGS code) (ii) ADDRESS (iii) TELEPHONE NO & FAX NO. C) 9 – DIGIT CODE NUMBER OF THE BANK AND BRANCH ( appearing on the MICR cheque issued on the bank) OR 5 – DIGIT CODE NO OF SBI D) ACCOUNT TYPE (S.B.Account/Current Account OR Cash Credit with code 10/11/13) E) LEDGER NO/LEDGER FOLIO NO. F) ACCOUNT NUMBER ( Core Banking) & Style of Account ( As appearing in the cheque Book) 3 DATE OF EFFECT I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge responsibility expected of me as a participant under the scheme. Any Bank charges levied by the Bank of such e- Transfer shall be borne by us. Date:( ) Signature of the CUSTOMER/ VENDOR/ SUPPLIER/CONTRCTOR Certified that the particulars furnished above are correct as per our records. ( ) Signature of the AUTHORIZED OFFICIALS FROM THE BANK 58 Signature of the tenderer Under seal of the firm ANNEXURE – XV Undertaking ( To be furnished by the bidders who has downloaded the Tender document ) I, ………………………………….………. Partner/Legal Attorney/Accredited Representative of M/s. …………………………………….. do hereby undertake that : 1. Tender document submitted by us is downloaded from website (http://www.tenders.gov.in / www.bccl.gov.in/ www.rites.com ) and is same as available in the website and their tender shall be rejected if any tempering in the tender document is found to be done at the time of opening and evaluation of tender. 2. In case of any discrepancy between the tender document downloaded from the website and the master copy available in the office, the later shall prevail and will be binding on us. I / we shall have no claim on this account. Signature of tenderer 59 Signature of the tenderer Under seal of the firm Section - 2 TENDER & CONTRACT FORM 60 Signature of the tenderer Under seal of the firm SECTION 2 TENDER AND CONTRACT FOR WORKS To Bharat Coking Coal Limited(BCCL) (The Accepting Authority) _______________________ 1. I/We have read and examined the Notice Inviting Tender and Instructions to Tenderers, Conditions of Contract, Clauses of Contract, Special Conditions/Specifications, Schedule of Rates, Schedules A to F, Specifications applicable, Drawings and Designs, Schedule of Quantities, other documents and rules referred to in the Conditions of Contract and all other contents contained in the Tender Document for the work. 2. I/We hereby tender for the execution and completion of the work and remedy any defects therein, specified in the Schedule of Quantities within the time specified in Schedule “F”, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable. 3. We agree that our tender shall remain valid for a period of 4(Four) months from the date of submission thereof and not to make any modifications in its terms and conditions. 4. A sum of Rs 36,34,025/- (Rupees Thirty Six Lakhs Thirty Four Thousand Twentyfive) only is hereby forwarded in the form of Banker’s Cheque/Demand Draft/Bank Guarantee drawn on any Schedule Bank issued in favour of “Bharat Coking Coal Limited”, payable at Dhanbad as the Earnest Money. 5. If I/We withdraw my/our tender during the period of tender validity or before issue of Letter of Acceptance whichever is earlier or make modifications in the Terms and Conditions of the Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely. 6. If I/We fail to furnish the prescribed Performance Guarantee and Additional Performance Guarantee (if applicable) within prescribed period, I/We agree that the said Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely. 7. If, I/We fail to commence the work within the specified period, I/We agree that the Employer shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money and Performance Guarantee and Additional Performance Guarantee (if applicable) absolutely. 8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both Earnest Money & Performance Guarantee and Additional Performance Guarantee (if 61 Signature of the tenderer Under seal of the firm applicable) as aforesaid in Paras 5 to 7, I/We shall be debarred for participation in retendering process of the work. 9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest Money shall be retained by the Employer towards Security Deposit, to execute all the works referred to in the Tender document upon the Terms and Conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule F, and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clause 12.2 and 12.3 of the tender form. 10. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer within 28 days from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is signed. 11. I/We hereby declare that I/We shall treat the tender documents, drawings and other records connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the Employer/State. 12. I/We hereby declare that I/We have not laid down any condition/deviation to any content of Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected. 13. I/We understand that the Employer is not bound to accept the lowest or any tender he may receive. I/We also understand that the Employer reserves the right to accept the whole or any part of the tender and I/We shall be bound to perform the same at the rates quoted. 14. Until a formal agreement is prepared and executed, this bid together with our written acceptance thereof shall constitute a binding contract between us and BCCL. 15. I am/We are signing this Tender offer in my / our capacity as one/those authorized to sign on behalf of my/our company/as one holding the Power of Attorney issued in my favour as Lead Member by the Members of the Joint Venture. Signature of Authorized Person/s Date Name/s & Title of Signatory Name of Tenderer Postal Address Seal Witness Signature Name Postal Address Occupation 62 Signature of the tenderer Under seal of the firm Section - 3 1. SPECIAL CONDITIONS OF CONTRACT 2. SPECIAL CONDITIONS FOR SUPPLY OF BALLAST 3. SPECIAL CONDITIONS OF CONTRACT FOR THERMIT WELDING 63 Signature of the tenderer Under seal of the firm Section – 3 1. SPECIAL CONDITIONS OF CONTRACT 1.1 SITE FAMILIARIZATION CERTIFICATE: - The tenderers should visit the worksite, acquaint themselves with site conditions, approach roads, availability of materials, lead of materials etc. and should submit the certificate in Proforma 4 of section 1. 1.2 The Contractor has to work along with other agencies in and around the area allotted for his works. He should execute all his works in complete co-ordination and cooperation 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 BCCL/RITES. 1.3 For work close to railway line, road, telephone line, power line (both underground and overhead) and structures, all precautions should be taken for ensuring that during the execution of the work no damage is caused to such assets and also no obstruction is caused to the live lines or movement of trains/road traffic. 1.4 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 BCCL/RITES and other bonafide contractors working at site. BCCL/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 Engineerin-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. 1.5 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 . 1.6 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. 1.7 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. 1.8 The contractor will be required to establish a field laboratory for testing of compaction of earthwork/blanketing material, aggregates, bricks, concrete, bitumen, 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 64 Signature of the tenderer Under seal of the firm 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. 1.9 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 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. 1.10 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. 1.11 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. 1.11 Contractor should be registered with the concerned department of Employees Provident Fund Organization (EPFO). No payment shall be released to the contractor until and unless the contractor submit the registration certificate and upto date deposit receipt of provident fund due to be deposited by him. 1.12.1 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. 1.12.2 Contractor shall submit to RITES/BCCL the entry challan of incoming materials like cement, steel, Admixture, P. Way fittings, welding materials etc. for verification of Stores and record. 1.12.3 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. 1.13 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. 1.14 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. 65 Signature of the tenderer Under seal of the firm 1.15 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. HANDING OVER OF SITE :- 1.16.1 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. 1.16.2 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. 1.16.3 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 plant area as per available roads at site. All drainage of works area and all other weather truckable/haulage roads as required by the Contractor shall be constructed and maintained during the construction period by the Contractor at his own cost. 1.17 The Contractor has to make temporary diversion of course of water during execution of any work conveniently free of cost. 1.18 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. 1.19 The Contractor will bear all the charges of design mix and the charges for testing of materials. 1.20 Contractor will have to arrange water supply and electricity connection at his own expenses for his own establishments. 1.21 Contractor’s rate shall be inclusive of cost of dewatering/shoring wherever required. No extra payment shall be made for any type of dewatering/shoring during execution of the work. 2. The tenderer shall hold the offer open till such date as may be specified in the tender. It is understood that the tender documents have been sold/issued to the tenderer and the tenderer is being permitted to tender in consideration of the stipulations on his part that after submitting his tender, he will not resile from his offer or modify the terms and conditions thereof, in a manner not acceptable to RITES/BCCL. 3. If a tenderer expires after the submission of his tender or after the acceptance of his tender, RITES/BCCL shall deem such tender as cancelled. If a partner of a firm expires 66 Signature of the tenderer Under seal of the firm after the submission of their tender or after the acceptance of their tender, RITES/BCCL shall deem such tender as cancelled unless the firm retains its character. 4 BCCL 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 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/BCCL 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. 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. 8. 9. If there is any conflict between description given in schedule of quantity and conditions mentioned in the special conditions, the schedule of quantity shall prevail . Deleted 10 After handing over of the existing section to the contractor, the same section will be maintained and guarded by the contractor, till all the works are completed in all respect and handed over back to the Engineer-in-charge. 11 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. 12 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/Clients 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. 13 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 67 Signature of the tenderer Under seal of the firm stores of the Clients/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". 14 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. 15 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. 16 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. 17 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. 18 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. 19 Shifting of labour camp from place to place as the work advances will be at the cost of the contractor. 20 The contractor will co-operate with the Engineer-in-Charge in maintaining various registers, charts and records etc. in connection with the works. 21 The RITES representative should 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 . 68 Signature of the tenderer Under seal of the firm 22 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. 23 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. 24 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. 25 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. 26 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. 27 No new facilities such as roads, level crossing etc, other than those already in existence will be made available to the contractor. 28 The Schedule of items of work to be carried out, provided in the SCHEDULE OF QUANTITIES” gives only brief description of each of the items. Execution of these items will be governed by the Technical specifications. For detailed specifications reference may be made to Section 5 “Technical Specifications” in general and in particular to the various Guidelines and Specifications listed in Para 1.0 “Preamble to Technical Specification” of Section 5. RITES' representative at site will be fully empowered to provide guidance in the matter of execution of the works and his instructions will be final and binding in this regard. 29 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. 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 31 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 69 Signature of the tenderer Under seal of the firm shall maintain a Site Order Book. Failure to comply with RITES'/BCCL representative's instructions shall be deemed to be a fundamental breach of contract on the part of the Contractor entitling RITES/BCCL to rescind the Contract at the Contractor's risk and cost after serving a notice of 7 days. 32 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. 33 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. Housing accommodation and watering arrangements for contractor's labour will have to be arranged by the contractor. 34 Every month the Contractor will issue a Certificate to BCCL about having made full payment to all laborers/suppliers/vendor’s under him engaged for this work. 35 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. 36 The contractor should indemnify and save harmless RITES/Client against any claims on account of accident to laborers similar occurrence for any reason whatsoever. 37 BCCL (Employer) will provide 'Way Bill' to the contractor for availing of sales tax rebate wherever applicable. In case, BCCL fails to provide 'C' form and way bill, additional sales tax as paid by the contractor on account of non issue of 'C' form, will be reimbursed to the contractor on production of full proof of payment of sales tax by the contractor. 38 The rates quoted shall be inclusive of all taxes such as sales tax , excise duty, entry tax, toll tax, turnover tax on works contract, octroi, royalty, VAT, Labour Welfare Cess and any other tax, levy, cess etc as applicable. However, sales tax/ VAT on works contract if paid by BCCL/RITES directly the same amount shall be recovered from contractor's on account bill and no exemption claims on this account shall be entertained by BCCL/RITES. Inspection charges and the charges for loading, transportation, unloading and stacking of materials at store should not be quoted separately. The quoted rates should remain firm till completion of the entire work. 39. 40. The contractor shall submit royalty clearance certificate wherever applicable along with on account bill/running account bill. If the contractor fails to submit the royalty certificate, requisite amount will be deducted as per extant Govt rule, from his bill be deposited with the concerned department. The tender is being invited for and on behalf of Bharat Coking Coal Limited (BCCL), payment will be made to the Contractor by BCCL. 70 Signature of the tenderer Under seal of the firm 41. Tenderers may please notei) ii) iii) iv) 42. 43. Client of RITES Ltd also termed as “Employer” is “Bharat Coking Coal Limited”. It should also be stated that the Client is the Principal as well as Employers for this work. In case of any dispute between RITES Ltd. and contractor, RITES Ltd. being merely an agent, client should be made first respondent and should be liable for all monetary losses. 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. No payment will be made unless copy of the current & valid S.T.C.C. or exemption Certificate is submitted prior to or along with the bills. STORES TO BE SUPPLIED BY THE CONTRACTOR a) All the P. Way items should be as per RDSO Drawing Numbers and shall comprise of all parts and accessories listed in the Drawing except where otherwise stated. All P. way fittings should be procured from RDSO approved manufacturers only. b) The quoted rates should be inclusive of Inspection Charges and all taxes and duties of Central, State, Local bodies including Loading, transportation, unloading and stacking at site store as per the direction of Engineer-in-Charge or his authorized representative of RITES Ltd. at Bhowra Site, Dist - Dhanbad, Jharkhand. The quoted rates shall remain firm during the currency of the Contract. vi) Actual quantity delivered at site will be considered for the purpose of effecting payment. d) Inspection is to be carried out by the RITES Quality Assurance (QA) Division, Kolkata/New Delhi/ Chennai/ Mumbai or Zonal Railways, as the case may be, before effecting dispatch of the materials. Inspection certificates and the original money receipt of the Inspection Wing/Zonal Railways will have to be submitted along with the bills as documentary evidence. e) Consignee: - Depo Officer, Patherdih 5 MTPA NLW Washery, BCCL, Dhanbad, Jharkhand or his authorised representative. f) RITES Ltd on behalf of Bharat Coking Coal Limited (BCCL) reserves the right to undertake any test, if required, before acceptance of the materials on contractor's cost. g) Any materials and accessories, found to be damaged at the time of receipt will not be accepted and shall have to be replaced by good ones free of cost after being duly inspected. h) Terms of payment: - 90% payment of P. Way materials will be made against delivery of materials at site and on submission of bills along with the receipt / delivery challan, Inspection Certificate. The bills in triplicate are to be raised in favour of RITES A/c, BCCL and are to be submitted to Site-In-Charge, RITES 71 Signature of the tenderer Under seal of the firm Ltd./BCCL at site office at Bhowra, Dist: Dhanbad, Jharkhand. Balance 10% payment of P. way fittings shall be released after put into on track. NOTE: In case of delay in fixing of P. Way fittings on track for the reason not attributable to the contractor, balance 10% payment will be released on receipt of the unused materials in good condition and delivery at RITES/BCCL store as per the direction of Engineer In charge. 44. 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 06(six) months from the date of issue of final completion certificate or till the final bill has been passed which ever is later. 45. APPLICATION OF PRICE VARIATION CLAUSE 10CC OF CLAUSES OF CONTRACT :- APPLICABLE For supply of P. Way Materials under Schedule C, D & E of BOQ (Part 2 – Financial Bid – Schedule of Quantities), the rates quoted will be firm for each item for entire contract period and no Price Variation under Clause 10CC of Clauses of Contract will be admissible. Thus, while applying the formula under Clause 10CC, the value of works / supply under Schedule C, D & E will not be included under total cost. 46. 47. Completion Drawing: Completion drawings for the works executed shall be prepared by the contractor at his cost on tracing paper. The contractor will supply five copies of ammonia print of completion drawing duly signed along with original tracing plan with the final bill. Secured advance, Mobilisation advance will not be paid. As such relevant GCC clauses to be treated as deleted. 72 Signature of the tenderer Under seal of the firm 2. Special conditions for supply of ballast 1.1 The rates, as per the Schedule, are inclusive of all taxes viz. commercial sales tax, octroi etc. and other charges levied by the State / Central government. The rate also includes all lead, lift, ascent, descent, loading, unloading, royalty etc. and all other incidental charges. 1.2 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 contract for the locations, inaccessible for supply of ballast. 1.3 The ballast shall be supplied as per the requirement given by the In-Charge at site. 1.4 The ballast shall be in conformity with “Specifications for Track Ballast” (Enclosed). However, the RITES administration may alter these conditions of technical nature, which do not have bearing on rates. 1.5 NOT APPLICABLE 1.6 The tenderer/contractor undertakes that the ballast supply at all times shall conform to Specifications for track ballast as specified by RITES. 1.7 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. 1.8 The contractor shall have to make necessary arrangement for leveling 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. 1.9 The contractor shall submit the name of the quarry/quarries along with the tender from where the contractor is intending to supply the ballast. 1.10 The cost of routine testing of ballast, as per RDSO guidelines shall be payable by the contractor. However RITES/BCCL is at liberty to collect the ballast sample as and when, required and send the same for testing at the cost of Contractor. 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. 1.11 1.12 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. 1.13 The ballast shall be supplied as per the requirement given by the Site Engineer. Quantity supplied extra over the required quantity may not be paid. 73 Signature of the tenderer Under seal of the firm 1.14 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. 1.15 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. 1.16 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. 1.17 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). 1.18 Attempts should be made to have ballast of the best available quality. 1.19 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 in to 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. 1.21 The rates in this schedule are entirely inclusive so as to cover any purchase and/or royalties and / or compensation for surface charges incurred by him whatsoever. The accepted rate includes all quarry charges Sales Tax monopoly fee and other charges if any and tools and plants for clearing site for stacking, test and testing screens, carriage of materials to the site of stacking and removal of any material rejected by the Engineer to any site when the rejected materials are to be thrown. 1.22 The rates quoted are inclusive of all charges including all taxes levied by Union of India or State Government or local bodies and include Sales Tax, Royalty, Octroi duties etc. 74 Signature of the tenderer Under seal of the firm 3. 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. 1. The 'portion' used for welding shall conform to the technical requirements as mentioned in IRS: T-19-1994. The suitability of the 'portion' for the welding process in respect of the type and section of rails to be welded shall be ensured before commencing welding. Only RDSO certified/passed portions should be used for welding. 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. 3. The work done shall conform to IRS Specification No. T-19-1994 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. 4. No payment will be made for the spoilt joint exceeds 2% of the total of good joints. 5. The BCCL will make available rails for making welds. 6. A guarantee as specified in clause 3.6.1/3.5.2 of Annexure A shall be furnished by the contractor for the completed weld joints against Work Order. 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. 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 plaIning equipments at his own cost and he will be paid only for the finished work at rates quoted in the Schedule of items. 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. 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. 75 Signature of the tenderer Under seal of the firm (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%. c) All other equipments & machinaries used by the contractor in grinding or plaining etc. should be worked out by him at his own cost including labour for this work. 11. The contractor shall arrange his own facilities for carrying out of all plants & equipment and materials from nearest store to site of work. 12. The Contractor shall arrange storage accommodation for his plants & equipments as close to the site of work. 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. 14. The security deposit shall be retained by the BCCL 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 rewelded free of cost by firm as per stipulations of para 3.4 of Technical Specifications for Thermit Welding. 15. Payment shall be made for acceptable joints in terms of the agreement and for the spoilt joints upto 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. 16. The rate for welding work shall bear all inclusive tax. 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 rewelded free of by the contractor in terms of clause 3.5.2 of Annex-"A". 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. 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. 76 Signature of the tenderer Under seal of the firm 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. 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. 22 Sample test joint. 22.1 One out of every 100 joints welded shall be selected at random by the purchaser or by the inspecting officer within one month of welding and subjected to hardness, transverse load/ deflection tests and porosity as per clause 4.2 of IRS:T19-1994 ( reproduced partly as Annexure 9 for ready reference) and the joint shall comply with the provisions laid downs therein. 22.2 If the sample test joint fails to satisfy any of the requirements of specification IRS-T-19-1994, 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-19-1994. Both the joints should clear all the tests. If this report is also not satisfactory, further welding of joints shall be suspended until the firm's welding technique has been examined and the same satisfies the requirements of IRS:T-19-1994. 23 23.1 Guarantee 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 rewelded free of cost by firm as per stipulations of para 3.4 23.2 In case of failure of sample test joint ( refer para 3.5), the period of guarantee for 100 joints represented by the sample joint shall be extended for a further period of one year. In case of failure of joints or joints exhibiting signs of failure by cracking within extended period of guarantee, the joints shall be rewelded free of cost by the supplier as per stipulations of para 3.4. 23.3 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. 77 Signature of the tenderer Under seal of the firm Section - 4 SCHEDULES A TO F 78 Signature of the tenderer Under seal of the firm SECTION 4 PROFORMA OF SCHEDULES (Operative Schedules to be supplied separately to each intending tenderer) SCHEDULE ‘A’ Schedule of quantities (As per Bill of Quantities attached) (BOQ to be attached with Financial Bid) 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 1 2 Quantity Rates in Figures & words at which the material will be charged to the contractor 3 4 Place of Issue 5 SCHEDULE ‘C’ –- NOT APPLICABLE Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract). S.No 1 Description SCHEDULE ‘D’ Hire charges per day 3 2 Place of Issue 4 - NOT APPLICABLE - Extra schedule for specific requirements/documents for the work, if any. SCHEDULE ‘E’ – Schedule of component of Cement, Steel, other materials, POL, Labour etc .for price escalation. (Refer Clause 10CC of Clauses of Contract). (To be worked out and filled by NIT approving authority) CLAUSE 10 CC (APPLICABLE) APPLICABLE 15% Component of Cement (Xc) expressed as percent of total value of work : 15% Component of steel (X5) expressed as percent of total value of work Component of other materials (XM) (except cement & steel) expressed as per cent of total value of work : 35% : 79 Signature of the tenderer Under seal of the firm 25% Component of labour (Y) expressed as percent of total value of work : 10% Component of P.O.L (Z) expressed as percent of total value of work : SCHEDULE ‘F’ Reference to General Conditions of contract Name of Work - : Estimated cost of work - : Renovation/Strengthening of existing Railway Siding for Patherdih Coal Washery of BCCL, Dist.-Dhanbad, Jharkhand. Rs 36,51,62,173.59 Earnest money : : Rs.36,51,622/- Performance Guarantee (Ref. Clause 1) - : 5% of Contract value. Security Deposit: (Refer clause 1A) - : 5% of Contract value Notice Inviting Tender and Instruction to Tenderers Officer inviting tender : : CONDITIONS OF CONTRACT Definitions 2 (iv) Employer 2(v) Engineer-in-Charge : : 2(vi) : Engineer 2(vii) Accepting Authority 2(ix) 2(x) : Percentage on cost of materials and : labour to cover all overheads and profits. Standard Schedule of Rates : 2(xiii) Date of commencement of work Group General Manager (Project), RITES Ltd, Regional Project Office, Kolkata, 56,C. R. Avenue , 2nd floor, Kolkata -700012 for & on behalf of Bharat Coking Coal Limited. Bharat Coking Coal Limited Project Officer, Patherdih 5 MTPA NLW Washery, BCCL, Dhanbad 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-incharge under the Contract. Bharat Coking Coal Limited (BCCL) (Tender Accepting authority) 15% ECR’s Unified Standard Schedule of rate (Works & Material) 2012, RITES/RPO P. Way Schedule 2013 & DSR 2013 15 days from the date of issue of LOA or the first date of handing over of site whichever is later 80 Signature of the tenderer Under seal of the firm 9(a)(ii) General Conditions of Contract : RITES General Conditions of Contract 2011 as modified & corrected up to date Correction Slip CLAUSES OF CONTRACT : i) Time allowed for submission of : Performance Guarantee(P.G.) from the date of issue of Letter of Acceptance (ii) Maximum allowable extension beyond the period provided in (i) above : Clause 2 Authority for fixing compensation under Clause 2 : Clause 2A Whether Clause 2A shall be applicable : 07 days. Group General Manager(Project) /RITES Ltd./ Kolkata NO Clause 5 i) Time allowed for execution of work : TABLE OF MILESTONE(S) : S.No Financial Progress 28 days : 18 (Eighteen) months from the 15th day the date of issue of Letter of Acceptance or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the Tender Documents. Time allowed in days (from day of start) Amt. to be withheld in case of non achievement of milestone NOT APPLICABLE Clause 5A Shifting of Stipulated Date of Completion Competent Authority Clause 6 A Bharat Coking Coal Limited (Tender Accepting authority) Whether Clause 6 or 6A applicable 6*/6A* (* Strike out whichever is not applicable) Clause 7 Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment Clause 10 A Whether Material Testing Laboratory to be provided at site Clause 10 B Whether Clause 10 B(ii) to (v) applicable : Rs. 50 Lakh YES : 81 NO Signature of the tenderer Under seal of the firm Clause 10 CC Clause 10 CC to be applicable in contract with stipulated period of completion exceeding the period shown in next column Clause 11 Specifications to be followed for execution of work : APPLICABLE : : : Clause 12 : Clause 12.2,12.3 & 12.5 Deviation Limit beyond which Clauses 12.2,12.3 & 12.5 shall apply : a) RDSO Guideline on earth b) RITES Technical Specification Civil work a) RITES Technical Specification b) All relevant IS codes P. Way Work a) RITES Technical Specification b) Rly. Specification for Track Ballast. i) For Non-foundation items. Plus Minus : work 25% No limit ii) For Foundation Items Plus Minus 100% No limit : Note: For Earthwork, individual classification quantity can vary to any extent but overall Deviation Limits will be as above Clause 16 Competent Authority for deciding reduced rates : Competent authority, BCCL Clause 17 Clause 18 Maintenance Period List of mandatory machinery, tools & plants to be deployed by the Contractor at site:- : : 06 Months. 1. Excavator. 2. Dumper 3. Vibro Roller 4. Dozer. 5 Concrete mixer./Mini Batching Plant. 6. Vibrators 7. Suitable Cranes if required. (as per site requirement) As per provision of Integrity pact. Clause 25 Appellate Authority: : Appointing Authority: : As per provision of Integrity pact. Clause 36 (i) 82 Signature of the tenderer Under seal of the firm Minimum Qualifications & Experience required and Discipline to which should belong Principal Technical Representative of Contractor – Designation Minimum Qualification Principal Technical BE/Civil from any Representative recognized college/ university as approved by AICTE Deputy Technical Diploma in Civil Representative engineering from any recognized college or Retd. PWI Clause 36 (iv) Recovery for non deployment of Principal Technical Representative and Deputy Technical Representative Designation Minimum working experience 1 year Discipline to which should belong Civil 03 years Civil Principal Technical Representative : Rate of recovery per month (in Rs.) for non deployment Rs. 55000.00 Deputy Technical Representative : Rs. 45000.00 Clause 42 i)(a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by CPWD ii) Variations permissible on theoretical quantities: a) Cement - for works with estimated cost put to tender not more than Rs.5 lakhs - for works with estimated cost put to tender more than Rs.5 lakhs b) Bitumen for All Works c) d) : DSR 2012 3% plus / minus : : : Steel Reinforcement and structural : steel sections for each diameter, section and category All other materials : 83 2% plus / minus 2.5% plus only & nil on minus side 2% plus / minus Nil Signature of the tenderer Under seal of the firm RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION Sl. No. Description of Item Rates in figures and words at which recovery shall be made from the Contractor. Excess beyond permissible variation 1 2 3 4 5 Cement Steel reinforcement Structural Sections Bitumen issued free Bitumen issued at stipulated fixed price Less use beyond the permissible variation NOT APPLICABLE Clause 46 Whether Clause 46.10 shall be applicable (Site Office for the Employer to be made available by the contractor to be stipulated) : NO Whether Clause 46.11.1A shall be applicable : NO Whether Clause 46.13A shall be applicable : NO Clause 46.17 : City of Jurisdiction of Court : DHANBAD City of Jurisdiction of Court for all matters. Clause 47.2.1 Sum for which Third Party Insurance to be obtained. : DHANBAD Clause 55 Whether clause 55 shall be applicable. : : NO If yes, time allowed for completion of sample floor/unit. : NO : Rs. 1.0 lakhs per occurrence with the number of occurrences limited to two. 84 Signature of the tenderer Under seal of the firm Section - 5 TECHNICAL SPECIFICATIONS AND QUALITY ASSURANCE PLAN 1. TECHNICAL SPECIFICATIONS FOR BLANKETING MATERIAL IN RAILWAY FORMATION 2. TECHNICAL SPECIFICATIONS FOR P.WAY WORKS 3. TECHNICAL BALLAST SPECIFICATIONS 4. TECHNICAL WORKS SPECIFICATIONS 5. TECHNICAL WELDING SPECIFICATIONS 85 FOR SUPPLY FOR FOR OF CONCRETE THERMIT Signature of the tenderer Under seal of the firm SECTION 5 TECHNICAL SPECIFICATIONS 1- Technical Specifications for blanketing materials in Railway Formation 1.0 GENERAL 1.1 The Technical Specifications to be followed for Blanketing Material in Railway Formation shall be as stipulated in enclosed Annexure A. In those Specifications, wherever there is reference to approval by Railway, it should be replaced by approval by RITES/ Engineer-in-charge. 1.1.1 The Specifications at Annexure A should be read in conjunction with the Schedule (Bill) of Quantities. Where there is conflict between the provisions in Annexure A and in BOQ, the provisions in BOQ shall prevail. 86 Signature of the tenderer Under seal of the firm ANNEXURE A BLANKETING IN RAILWAY FORMATION 1.1 Specifications of Blanket Material Blanket material produced in a plant should generally conform to following specifications: a) b) c) It should be coarse, granular and well graded. Skip graded material is not permitted. Non -plastic fines (particles of size less than 75 micron) are limited maximum to 12%, whereas plastic fines are limited maximum to 5%. The blanket material should have particle size distribution curve within one of the bands of enveloping curves or the percent passing of the material through each IS sieves should lie between the upper and lower limit of blanket material as given in the Table 1.1(a) The material should be well graded with Cu & Cc as under: Uniformity coefficient, Cu = D 60/D10 > 7 d) e) Coefficient of curvature, C C = D302 between 1 and 3 D60 xD10 f) Particle size distribution must follow one of the gradation ranges tabulated below. Table 1.1(a): Particle size distribution ranges for different grades of blanket material S.No IS Sieve size Grade A Grade B Grade C 1. 40 mm 100 95-100 95-100 2. 20 mm 100 93-100 80-100 3. 10 mm 95-100 85-95 65-85 4. 4.75 mm 92-99 70-92 43-70 5. 2 mm 65-90 46-65 22-46 6. 600 micron 33-50 22-33 08-22 7. 425 micron 28-40 18-28 05-18 8. 212 micron 16-27 10-16 00-10 9. 75 micron 00-12 00-10 00-08 1.2 Selection of Blanket Material 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 87 Signature of the tenderer Under seal of the firm 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 Paras 6.1 and 6.2 respectively of RDSO’s Specification No.GE.IRS.2 (Final) dated July 2005 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 Quality Control on Blanket Material at Production site 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 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. 88 Signature of the tenderer Under seal of the firm 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). 1.6 Acceptance Criteria: The material should generally conform to specification as given at para 1.1. 1.7 1.8 1.8.1 Transportation: The blanket material should be transported wet after mixing water in order to achieve OMC, in tippers for direct unloading on formation. Laying, Spreading and Compacting The blanket material must be spread with a tractor mounted grader or a paver-finisher in layers of uniform thickness, before allowing compaction. The blanketing should generally cover the entire width of formation from shoulder to shoulder. In case of sand or non-cohesive material it should be confined within a trench with berms of 60 to 75 cm width and sand drains across the cess to drain the track and the blanket. The cross drains should be with adequate slope at 5 to 10 cm below the bottom of the blanket and spaced 3 m apart. The thickness of the blanket shall be at least 30 cms but may be increased depending on local conditions. 1.8.2 Compaction to specified levels of RD or percentage of MDD (para 1.10.10.3) will be carried out through a number of passes of vibratory rollers of 100-120 kN static weight or equivalent capacity. A combination of vibrating rolling initially and static finishing rolling may be established through trials. Speed of roller shall not exceed 5 km/hr. 1.8.3 Proper control of moisture is required to optimize the compaction effort. Optimum moisture content may be established through Modified Proctor Apparatus (IS:2720, part 8) and moisture may be added by sprinkling at the plant or at site as per the requirement. 1.8.4 Rolling is to be carried out in layers of not more than 300 mm each, following the same camber profile as provided in the sub grade layer and to be maintained upto the top layer. 1.8.5 No provision for un compacted portion may be made on the edges of embankment. The sides may be hand rammed with a suitable rammer. 89 Signature of the tenderer Under seal of the firm 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. 1.9 1.9.1 Quality Control Checks on Finished blanket work: Degree of compaction of each layer of compacted blanket 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. 1.9.2 Method of Sampling: 1.9.3 (a) The sampling adopted has to be such that effectiveness of proper compaction having been done for the entire area under consideration can be judged. For this, the Engineer in-charge should lay down the method adopted in detail depending on site conditions and accordingly records of checks done are properly maintained. However, in absence of such procedure laid down, following method should be adopted: (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 sq.m 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.) Method of in-situ dry density measurements: Any of the following methods could be adopted as per the requirements at site. Method of measurement i) Sand Replacement Method Procedur e of test As per IS2720 (Part 28) 1974 ii) Core Cutter Method As per IS2720 (Part 29) 1975 iii) Nuclear Moisture Density Gauge As issued by RDSO iv) Compactor As issued Parameters to Remarks be measured May be adopted for all type of a) Insitu Dry material Density b) Moisture content In some of the coarse-grained -dosoils (with little fines) taking core cutter samples is difficult. In such cases, sand replacement method may be used for density measurement. a) Bulk density May be used in consultation b) Moisture with RDSO content c) Dry density d) Degree of compaction As issued by May be used in consultation 90 Signature of the tenderer Under seal of the firm meters fitted on roller ( On roller continuous compaction control) 1.10 by RDSO RDSO with RDSO. Acceptance Criteria: 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 percent should have the Density Index (Relative Density) a minimum of 70% as obtained in accordance with IS: 2720 ( Part 14) – 1983. 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) 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). 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 Chief 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 91 Signature of the tenderer Under seal of the firm variation from design level by plus 25mm. The ballast should be placed only on level formation without ruts or low pockets. 1.13 1.14 Cross Slope: Cross slope should be within 1 in 28 to 1 in 30. General aspects of Mechanical Compaction 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. b) Thickness of layer is decided based on field compaction trials. However, as a good practice thickness of layer should be generally kept as 250mm for blanket material in loose state before compaction. c) 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.. d) 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. e) 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. 92 Signature of the tenderer Under seal of the firm 2. TECHNICAL SPECIFICATIONS FOR P.WAY WORKS 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. 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. 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. All the drilled bolt holes are to be chamfered by chamfering tools. Paint mark shall be made on the rails showing the spacing of sleepers as directed by Engineer-in-Charge at site. Sleeper spacing: a. Sleeper spacing for fish-plated joints having 13m/12m single rails: 7. 8. 9. 10. 11. Sleeper spacing M+7 density M+4 density 13m 12m 13m 12m i) Rail ends to centre of sleeper 15cm 15cm 15cm 15cm ii) Centre of joint sleeper to centre of 1st shoulder sleeper iii) Centre of 1st shoulder sleeper to centre of 2nd shoulder sleeper iv) Centre of 2nd shoulder sleeper to centre of intermediate shoulder sleeper 61cm 60cm 61cm 60cm 64cm 63cm 70cm 69cm 68cm 66cm 84cm 83cm 93 Signature of the tenderer Under seal of the firm b. Sleeper spacing for SWP of 3X13m/3X12m/3X 11m rails: Sleeper spacing M+7 density M+4 density 39m 15cm 59cm 36m 15cm 58cm 39m 15cm 66cm 36m 15cm 62cm 33m 15cm 60cm iii) Centre of 1st shoulder sleeper to centre of 2nd shoulder sleeper 61cm 60cm 75cm 67.5cm 66cm iv) Centre of 2nd shoulder sleeper to centre of intermediate shoulder sleeper 66cm 64cm 78cm 77cm 77.5cm i) Rail ends to centre of sleeper ii) Centre of joint sleeper to centre of 1st shoulder sleeper c. Sleeper spacing for curve with Mid-staggered Joint: Sleepers =18 nos. per single rail length. Sleeper spacing 18 sleeper per rail 13m 12m 15cm 15cm ii) Centre of joint sleeper to centre of 1 shoulder sleeper 65cm 65cm iii) Centre of 1st shoulder sleeper to centre of 2nd shoulder sleeper 75cm 70cm 85cm 75cm i) Rail ends to centre of sleeper st nd iv) Centre of 2 shoulder sleeper to centre of intermediate shoulder sleeper 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. Screening of Track should be done as per Indian Railways Permanent Way Manual Para-238 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. The works should be executed in a workman like manner to the satisfaction of the Engineer-in-Charge at site. The contractor will be primarily responsible for Safety 17. 18. 94 Signature of the tenderer Under seal of the firm 19. of traffic that moves on opened up track, not withstanding the presence of RITES representative at site. 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. 95 Signature of the tenderer Under seal of the firm 27. The length of track to be opened out on any day must not be more than that can be efficiently tackled by the end of the day. Broken or missing fittings are to be replaced and loose ones tightened. Cross drains are to be provided at mid section each rail except sharper curve track. On sharper curve track the cross drains are to be provided as per direction of Engineer in-charge. 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 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: cross level adjusted at the 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. 96 Signature of the tenderer Under seal of the firm 36. Alignment: Should be perfectly straight verified by sighting. On curves, the alignment should be correct of versine or as directed by the Engineer-in-Charge, who will pass the work. i) Straight on 10M chord = (+) or (-) 2mm; ii) Curves of radius 600M on 10M chord = (+) or (-) 5mm; iii) Curves of radius 600M on 20M chord = (+) or (-) 10mm. 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. 38. Joint out of square : i) On straight = (+) or (-) 10mm; ii) On curves = 1/2 pitch of fish bolt holes. 39. High Joint: Permissible upto 2mm. 40. Low Joint: Not permissible. 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 97 Signature of the tenderer Under seal of the firm 3. SPECIFICATIONS FOR SUPPLY OF BALLAST (BASED ON IRS-GE-1/JUNE-2004) 1.0 1.15 Ballast Supply : This specification will be applicable for stone ballast to be used for all types of sleepers on normal track, turn-outs, tunnels and deck slabs etc on all routs. 2.0 Quality of stone ballast in General : 2.1 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. 2.2 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. 2.3 Mode of manufacture: The ballast shall be machine crushed and conforming to the Railway specifications for machine crushed ballast. 2.4 Physical Properties: The ballast samples when tested for physical properties (abrasion and impact) in accordance with IS: 2386 (Part-IV)-1963 should have the under mentioned values: i) ii) Aggregate Abrasion Test (Using 105 Angles Abrasion Testing Machine). Aggregate Abrasion value (Percent) - Maximum 30%. Aggregate Impact Test. Impact values (Percent) – Maximum 20% 2.5 The water absorption test as per IS: 2386, Part-III-1963, which should not be more than 2.5% vide correction slip-3 issued by Railway Board. 2.6 Track ballast should be obtained from good quality stones / boulder; and top layer, if weathered, must not be used. 3.0 Size and Gradation of ballast: 3.1 The track ballast shall be well graded of the following size: a) Retained on 65 mm square mesh sieve - 5% maximum. b) Retained on 40 mm square mesh sieve* - 40% to 60% c) Retained on 20 mm square mesh sieve - not less than 98% for machine crushed. - not less than 95% for hand broken. * For machine crushed ballast only. 98 Signature of the tenderer Under seal of the firm 4.0 Over-size and under-size ballast : 4.1 Over-size ballast Tolerances: 4.1.1 Retention on 65 mm square mesh sieve: A maximum of 5% ballast retained on 65 mm square mesh sieve shall be allowed without deduction of in payment. In case ballast retained on 65 mm square mesh 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 65 mm square mesh sieve, the stack shall be rejected. In case ballast retained on 40 mm square mesh sieve (machine crushed case only) exceeds 60% limit prescribed in 3.1 (b) above, payment at following reduced rates shall be made for the full stack in addition to the reduction worked out at 4.1.1 above. 5% reduction in contracted rate shall be made if retention on 40 mm Square mesh sieve is between 60% (excluding) and 65% (including). 10% reduction in contracted rate shall be made if retention on 40 mm Square mesh sieve is between 65% (excluding) and 70% (including). 4.1.3 In case retention on 40 mm square mesh sieve exceeds 70%, the stack shall rejected. be 4.1.4 In case of Hand broken ballast supply, 40 mm sieve analysis may ot be carried out. The executive may however ensure that the ballast is well graded between 65 mm and 20 mm. 4.2 Under-size ballast – Tolerances : The ballast shall be treated as under-sized and shall be rejected if- 4.2.1 Retention on 40 mm Sq. mesh sieves less than 40%. 4.2.2 Retention on 20 mm Sq. mesh sieve is less than 98% (for machine crushed ballast) or 95% (for Hand broken ballast). 5.0 Sieve analysis for size and gradation: The screens for sieving ballast shall be of square mesh and shall not be less than 100cm in length, 70cm in breadth and 10cm in height on the sides. The squareness of the individual hole in the sieves viz. 65, 40 and 20 mm should be ensured. The sieves to be used for the sieve analysis. Sieve sizes mentioned above are the nominal sizes. However the following tolerances in the sizes of holes for 65, 40 and 20 mm nominal sizes are permitted. 65mm square mesh sieve plus minus (±) 1.5mm 40mm square mesh sieve plus minus (±) 1.5mm 99 Signature of the tenderer Under seal of the firm 20mm square mesh sieve plus minus (±) 1.0mm When 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 screen openings. The percentage of ballast passing through or retained on the sieve shall be determined by weight. 6.0 Sampling of ballast: 6.1 A minimum of 3 samples of ballast for sieve analysis shall be taken for measurement done on any particular date even if the numbers of stacks to be measured are less than three. 6.2 The test viz. determination of Abrasion value, Impact value and water absorption value should be got done through the following laboratories/Govt. Institutions. Any Zonal Railway Laboratory or any Railway approved Laboratory/ Institution. National Test House, Alipore, Kolkata RITES Laboratory (where available), Any Govt. laboratory/institution 6.3 In order to ensure supply of uniform quality of ballast, the following norms shall be followed in respect of sampling, testing and acceptance. 6.3.1 On supply of first 100 cum. the test for size, Gradation, Abrasion value, Impact value and water absorption value (as prescribed) shall be carried out. Further supply shall be accepted only after this ballast satisfies the specification for these tests. RITES Ltd reserves the right to terminate the contract at this stage itself in case the ballast supply fails to conform with any of these specifications. 6.3.2 All Costs towards the laboratory test should be borne by the contractor. 6.3.3 Subsequent tests shall be carried out as follows: Sl. No . (a) (b) Supply in stacks For each stack of volume For each stack of volume less than 100 cum more than 100 cum. Size & Gradation Test :Testing frequency -------- One for each stack. One for each stack. Size of sample ------------ ** 0.027 cum ** 0.027 cum. for every 100 cum or part thereof. Abrasion value, Impact value and Water absorption Tests ** :Testing frequency -------One for every 2000 cum. 100 Signature of the tenderer Under seal of the firm ** This sample should be collected using a wooden box of internal dimension 0.3m x 0.3m x 0.3m from different parts of the stack/wagon. These tests shall be done for the purpose of maintaining quality during supply. In case of the test results not being as per the prescribed specifications at any stage, further supplies shall be suspended till suitable corrective action is taken and supplies ensured as per the specifications. The above tests may be carried out more frequently if warranted at the discretion of Engineer-in-charge of RITES Ltd. All tests for Abrasion value, Impact value and water absorption value conducted subsequently after award of contract shall be done as per direction of In-charge of the work at contractor cost. 6.4 In the event of the ballast being rejected the Contractor/Agency will have to remove the rejected ballast from the work-site expeditiously at his own cost. 6.5 The Engineer shall mark all rejected ballast in any manner he considers fit to prevent them from being removed and mixed with good/accepted ballast and the Contractor shall within a fortnight from the date of the order of removal, remove the rejected ballast to such place as may be directed by the Engineer and, in the event of contractor’s failure to do so the Engineer may cause it to be removed and all costs of such removal shall be payable on demand by the Contractor to RITES Ltd and without prejudice to any other mode of recovery, may be deducted from any money, that may be due or may become due to the contractor or from the Contractor’s bill for any other works executed for RITES Ltd on behalf of Employer. 6.6 Should RITES Ltd, under any special circumstances, agree to take over all or part of the rejected ballast, the same will be paid for at rates to be fixed by the authority accepting the tender and agreed to by the contractor in writing. 7.0 The screen for sieve analysis as specified in specification as also the standard box for measuring volume should be kept available at site by the contractor at his own cost, for use by the Engineer or his representative after proper check, in carrying out sieve analysis. Labours required for doing sieve analysis will be supplied by the contractor free of cost. The contractor must also accept the results of such analysis in writing. 8.0 Each stack of ballast shall be serially numbered and may be as long and broad as possible. After the stacks are measured, they should be sprinkled with lime in the form of cross on all the sides of the stack at the contractors own cost to the satisfaction of the Engineer-in-Charge of RITES Ltd. Suitable space should be left in between stacks in adjacent zones so that there is no possibility of materials of fresh stacks in one zone mixing with stacks already measured in the adjacent zone. 9.0 Entries in the ballast measurement register should not be over written. If any correction is required the same should be done by striking off the old entry by drawing a line and showing proper entry by its side. 101 Signature of the tenderer Under seal of the firm 10.0 Ballast is to be stacked proper trapezoidal section on the cess or berms, or on the line or in depots as may be ordered by the Engineer concerned, in stacks as large as possible and ordinarily not less than 1.0 metre in height except hilly areas where it may 0.5 m. The height shall not be mote than 2.0 m. Top width of the stack shall not bee less than 1.0 metre. Top of stack shall be kept parallel to the ground plane. The side slopes of stack should not be flatter than 1.5: 1 (Horizontal: Vertical). Cubical content of each stack shall normally be not less than 30 (thirty) Cum in plain areas and 15 cum in hilly areas. 11.0 The Engineer should, as far as possible, set out the sites for ballast stacks. Stacking ground must be fairly dressed to a proper plane by the contractor at his own cost before stacking is started. Completed stacks must be properly finished before being offered for acceptance and measurement. 12.0 It must be distinctly understood that the accepted rate is for ballast which conforms in all particulars of quality, stack measurements, gauge, completion within time limit and delivery at site fixed upon, with the specification and conditions of contract. If, therefore, the officer deputed to measure up a Contractor’s ballast is not satisfied that the above conditions and specifications have been complied with, he is at liberty to take either of the following courses. To refuse to measure up such ballast at all giving his reasons in writing for so doing to the Contractor. To call upon the contractor in writing to screen his ballast of dirt and admixtures beyond the specified limit or to break it to gauge, or to re-stack it to proper dimensions, or all three as may be required, prior to further inspection and measurement by a fixed date, within the time limit imposed in the agreement. 13.0 The contractor shall provide at his own cost adequate labour and tools for opening out stacks for inspection and for carrying out screening test. 14.0 The contractor shall supply all necessary tools for the work and also bamboos, pegs, strings etc. necessary for measurement of ballast. 15.0 Wagon Measurement: In case 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 metre corresponding to white line should also be painted on both sides outside the wagon. In addition to painted line, mentioned in para 15(i) above, 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. 16.0 Shrinkage allowance: Payment shall be made for the gross measurement either in stacks or in wagons without any deduction for shrinkage/voids. However, when ballast supply is made in 102 Signature of the tenderer Under seal of the firm wagons, shrinkage upto 8% shall be permitted at destination while verifying the booked quantities by the consignee. 17.0 Stack measurement: The quantity shall be calculated as per the following formula for the ballast supplied. Q = LB + LT -------X 2 WB + WT --------2 X H When, Q = Quantity of Ballast LB = Average length of the stack at the bottom. LT = Average length of the stack at the top WB = Average width of the stack at the bottom WT = Average width of the stack at the top H = Average height of the stack. The plan of the stack should be either square or rectangular. --oo00oo— 103 Signature of the tenderer Under seal of the firm 4. TECHNICAL SPECIFICATION OF CONCRETE WORKS 1. SCOPE 1.1 This specification covers the general requirements for concrete, using on site production facilities, including requirements in regard to the quality, handling, storage of ingredients, proportioning, batching, mixing, transporting, laying, curing, protecting, repairing, finishing and testing of concrete, formwork requirements in regard to the quality, storage, bending and fixing of reinforcement as well as mode of measurement & payment for completed works. 1.2 It shall be very clearly understood that the specifications given herein are brief and do not cover minute details. However, all works shall have to be carried out in accordance with the relevant standards & codes of practices or in their absence, in accordance with the best accepted current engineering practice or as directed by Engineer-in-Ch. time to time.The decision of Engineer-in-Charge or his authorized representative as regards the specification to be adopted & their interpretation and the mode of the execution of the work shall be final & binding on contractor & no claim whatsoever will be entertained on this account. 2. APPLICABLE CODES AND SPECIFICATIONS The following Specifications standards & codes including all official amendments /revisions & other specifications & codes referred to therein, should be considered a part of this specification. In all cases the latest issue/edition/revision shall apply. In case of discrepancy between the specification & those referred to herein below or other specifications forming a part of this bid document, this specification shall govern. 2.2 MATERIALS 1) IS : 8112- Specification for 53 grade OPC 2) IS : 455- Specification for Portland slag cement 3) IS : 383 – Specification for coarse & fine aggregate 4) IS: 1786- Specification for high strength deformed steel bars & wire for concrete reinforcement. 5) IS: 9103 – Specification for admixtures for concrete. 6) IS: 4990 – Specification for plywood for concrete shuttering work. 2.3 MATERIAL TESTING 1) IS: 4031(Part1 to part 13) – Methods of physical tests for hydraulic cement. 2) IS: 4032 – Method of chemical analysis of hydraulic cement. 3) IS: 650- Specification for standard sand for testing of cement. 4) IS:2430 – Methods for sampling of aggregates for concrete. 5) IS: 2386 (Part1 to 8) – Methods of test for aggregates for concrete. 6) IS: 3025 – Methods of sampling & test (Physical & Chemical) water used in industry. 2.4 MATERIAL STORAGE IS: 4082 – Recommendations on stacking & storing of construction material at site 104 Signature of the tenderer Under seal of the firm 2.5 CONCRETE MIX DESIGN 1) Recommendation guidelines for concrete Mix Design IS: 10262 2) Sp: 23 (S & T) – Hand book on Concrete Mixes. 2.6 CONCRETE TESTING 1) IS: 1199 – Method of sampling & analysis of concrete. 2) IS: 516 - Methods for test for strength of concrete. EQUIPMENT 2.7 1) 2) 3) IS: 2438 – Specification for roller pan mixer IS: 5892 - Specification for concrete transit mixer & agitator. IS: 2506 - General requirement for concrete vibrators, immersion type 2.8 CODE OF PRACTICE 1) IS: 456-2000 – Code of practice for plain & reinforced concrete. 2) IS: 2502 – Code of practice for bending & fixing of bars for concrete reinforcement. 3) IS: 7861 – Code of practice for extreme weather concreting Part – I – Recommended practice for hot weather concreting Part – II – Recommended practice for cold weather concreting 2.9 MEASUREMENTS IS: 1200(Part2, 5 & 23) – Method of measurement of building & engineering works 3.0 3.1 GENERAL 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. MATERIALS 4.0 4.1 4.1.1 CEMENT Unless otherwise specified or called for by RITES representative, cement shall be ordinary Portland cement conforming to IS: 8112, IS: 455, IS: 12269. However, in case slag cement is used, prior approval shall be taken from the Engineer-in-charge. (Cement to be used ACC, Lafarge, Ultratech, & OCL Brand for this work). 105 Signature of the tenderer Under seal of the firm 4.1.2 Where Slag cement are used, it shall be ensured that consistency of quality is maintained, there will be no adverse interactions between the materials & the finish specified is not marred. 4.1.3 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. 4.1.4 Cement which is not used within 90 days from the date of manufacture shall be tested at a laboratory approved by RITES & Until the result of such tests are found satisfactory, it shall not be used in any work. 4.2 4.2.1 AGGREGATES (GENERAL) Aggregates shall consist of naturally occurring stones (crushed or uncrushed), gravel & sand. They shall be chemically inert, strong, hard, clean, durable against weathering, of limited porosity, free from dust/silt/organic impurities / deleterious materials & conform to IS: 383. 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 4.3.1 WATER Water used for both mixing & curing shall conform to IS-456-2000. Potable water are generally satisfactory. Water containing any excess of acid, alkali, sugar or salt shall not be used. 4.4 4.4.1 REINFORCEMENT Reinforcement bars shall conform IS: 1786 as shown or specified on the drawing. (SAIL/SRMB/SHYAM/TISCON) 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. 4.4.2 4.4.3 If permitted by Engineer –In – Charge of RITES , welding of reinforcement shall be done in accordance with IS : 2751 or IS: 9417 4.5 SAMPLES & TESTING 4.5.1 All materials used for the works shall be tested before use in accordance with RITES Quality assurance Plan which are enclosed herewith 106 Signature of the tenderer Under seal of the firm 4.5.2 Manufacturers test certificate shall be furnished for each batch of cement, steel and when directed by Engineer – In- Charge samples shall also be got tested by the contractor in a laboratory approved by state/ central government at no extra cost to RITES. 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. 5.0 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. EngineerIn- 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. 6.0 DESIGN MIX CONCRETE 6.1 MIX DESIGN TESTING 6.1.1 For Design Mix Concrete, the mix shall be designed according to IS: 10262 & SP:23 to provide the grade of concrete having the required workability & characteristic strength not less than appropriate values given in IS: 456-2000 . The design mix shall in addition be such that it is cohesive & does not segregate & should result in a dense & durable concrete & also capable of giving the finish as specified. For liquid retaining structures the mix shall also result in watertight concrete. The contractor shall exercise great care while designing the concrete mix & executing the works to achieve the desired result. 107 Signature of the tenderer Under seal of the firm 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) GRADE OF CONCRETE M20 M25 M35 MINIMUM CEMENT CONTENT IN KG/CU.M OF CONCRETE 300 320 350 The minimum cement content stipulated above shall be adopted irrespective of whether the contractor achieves the desired strength with less quantity of cement. The contractor’s quoted rates for concrete shall provide for the above eventuality & nothing extra shall become payable to the contractor in this account. Even in the case where the quantity of cement required is higher than that specified above to achieve desired strength based on an approved mix design, nothing extra shall become payable to the contractor. 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 GRADE OF CONCRETE M 20 M25 M 35 6.1.4 MINIMUM COMPRE-SSIVE STRENGTH (N/SQMM)AT 7DAYS 13.5 17 23.50 SPECIFIED CHARACTERISTIC COMPRESSIVE STRENGTH ( N/SQMM) AT 28 DAYS 20 25 35 A range of slumps which shall generally be used for various types of construction unless otherwise instructed by the Engineer – In – Charge. STRUCTURE /MEMBER SLUMP IN MILLIMETER MAXIMU M 75 75 50 100 75 100 MINIMUM Reinforced foundation walls &Footings 25 Plain footings, caissons & substructure walls 25 D.G & Massive compressor foundations 25 Slabs, beams & reinforced Walls 25 Pump & miscellaneous equipment Foundations 25 Building Columns 25 6.1.5 BATCHING & MIXING OF CONCRETE 6.1.5.1 Proportions of aggregate & cement, as decided by the concrete mix design shall be by volume. These proportions shall be maintained during subsequent concrete batching. 108 Signature of the tenderer Under seal of the firm 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 mixer shall be cleaned out, and while recommending, the first batch shall have 10% additional cement to allow for sticking in the drum. 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 NOMINAL MIX CONCRETE 6.2.1 MIX DESIGN & TESTING 6.2.2 Mix design & Preliminary test are not necessary for nominal mix concrete. However works tests shall be carried out as per IS: 456-2000. However it will be Contractor’s sole responsibility to adopt appropriate nominal mix proportions to yield the specified strength. 6.2.3 BATCHING & MIXING OF CONCRETE 6.2.4 Based on the adopted nominal mixes aggregates shall be measured by volume. However cement shall be by weight only. 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. 7.0 FORM WORK 7.1 Form work shall be inclusive & shall consist of but not limited to shores, bracings, sides of footings, walls, beams & columns, bottom of slabs etc. including ties, anchors, hangers, inserts, false work, wedges etc. 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. 7.3 Form work shall be designed to fulfill the following requirements: 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. 109 Signature of the tenderer Under seal of the firm 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. g) Soffit forms & supports capable of being left in position, if required h) Capable of being cleaned & /or coated immediately prior to casting the concrete; design temporary where necessary for these purposes & to facilitate the preparation of construction joints. 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: 110 Signature of the tenderer Under seal of the firm a) b) c) d) e) f) g) 7.11 Development of adequate concrete strength. Permissible deflection at time of striking formwork. Curing procedure employed – Its efficiency & effectiveness. Subsequent surface treatment to be done. Prevention of thermal cracking at re–entrant angles. Ambient temperatures. Aggressiveness of the environment (Unless immediate adequate steps are taken to prevent damage to the concrete.) 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. It is the contractors responsibility to ensure that forms are not struck until the concrete has developed sufficient strength to support itself, does not undergo excessive deformation & resist surface damage & any stresses arising during the constructional period. 8.0 FINISHES 8.1 8.1.1 GENERAL 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. 8.2 8.2.1 SURFACE FINISH TYPE – F1 This type of finish shall be non exposed concrete surface against which back fill or concrete is to be placed. The main requirement is that of dense, well compacted concrete. No treatment is required except repair of defective areas, filling all form holes & cleaning up of loose or adhering debries. For surfaces below grade, which will receive waterproofing treatment, the concrete shall be free of surface irregularities, which would interfere with proper & effective application of waterproofing material specified for use. 8.3 SURFACE FINISH TYPE – F2 8.3.1 This type of finish shall be for all concrete work, which will be exposed to view upon completion of the job. The appearance shall be that of smooth dense , wellcompacted concrete showing the slight marks of well fitted shuttering joints. The Contractor shall make good any blemishes. 111 Signature of the tenderer Under seal of the firm 9.0 REINFORCEMENT WORKMANSHIP 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. 9.5 Binding Wire shall be 16gauge soft annealed wire. Ends of the binding wire shall be bent away from the concrete surface & in no case encroach into the concrete cover. 9.6 Substitution of reinforcement, laps/splices not shown on the drawing shall be subject to Engineer-in-charge’s approval. 10.0 10.1 TOLERANCE Tolerance for form work & concrete dimensions shall be as per IS: 456-2000 unless specified otherwise. 11.0 PREPARATION PRIOR TO CONCRETE PLACEMENT 11.1 Before concrete is actually placed in position, the inside of the form work shall be cleaned & mould oil applied, inserts & reinforcement shall be correctly positioned & securely held, necessary openings, pockets etc provided. 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. 12.0 12.1 TRANSPORTING, PLACING & COMPACTING CONCRETE Concrete shall be transported from the mixing plant to the form work with minimum time lapse by methods that maintain the required workability & will prevent segregation, loss of any ingredients or ingress of foreign matter of water. 12.2 In all cases concrete shall be deposited as nearly as practicable directly in its final position. Concrete shall not be rehandled or caused to flow to avoid segregation. For locations where direct placement is not possible & in narrow forms Contractor 112 Signature of the tenderer Under seal of the firm 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) b) Continuously between construction joints 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 supported excavation withdraw the linings progressively as concrete is placed. If placed directly into hardcore or any other porous material, dampen the surface to reduce the lose of water from the concrete. h) i) Record the time & placing of structural concrete. 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 113 Signature of the tenderer Under seal of the firm 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. 13.1 All concrete, unless directed otherwise by Engineer-in-Charge, shall be cured by use of continuous sprays or ponded water or continuously saturated coverings of sacking, canvas, hessian, or other absorbent material for the period of complete hydration with a minimum of Ten days. The quality of curing water shall be the same as that used for mixing. 13.2 Where a curing membrance is directed to be used by the Engineer-in-Charge, the same shall be of non-wax base & shall not impair the concrete finish in any member. The curing compound to be used shall be got approved from Engineer in-Charge before use & shall be applied with spraying equipment capable of a smooth, even textured coat. 13.3 Covering the surface with an impermeable material such as polyethylene, which shall be well sealed & fastened, may also do curing. 13.4 Extra precautions shall be exercised in curing concrete during cold & hot weather. 14.0 CONSTRUCTION JOINTS & KEYS 14.1 Construction joints will be as shown on the drawing or as approved by Engineerin–Charge. Concrete shall be placed without interruption until Completion of work between construction joints. If stopping of concreting becomes unavoidable anywhere, a properly formed construction joint shall be made with the approval of Engineer–in–Charge. 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. 114 Signature of the tenderer Under seal of the firm 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. 15.0 REPAIR & REPLACEMENT OF UNSATISFACTORY CONCRETE 15.1 Immediately after the shuttering is removed, all the defective areas such as honeycombed surfaces, rough patches, holes left by form bolts etc. Shall be brought to the notice of the Engineer–In–Charge who may permit patching of the defective areas or reject the concrete work. 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. 16.0 HOT WEATHER RERQIREMENT 16.1 Concreting during hot weather shall be carried out as per IS: 7861(Part -I). 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. 16.3 Where directed by Engineer–In–Charge, Contractor shall spray non-wax based curing compound on unformed concrete surfaces at no extra cost. 17.0 COLD WEATHER REQUIREMENTS 17.1 Concreting during cold weather shall be carried out as per IS: 7861 (part- II) 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 115 Signature of the tenderer Under seal of the firm ANNEXURE - 'A' 5.TECHNICAL SPECIFICATION FOR THERMIT WELDING 1.0 Portion for welding. 1.1 The 'portion' used for welding shall conform to the technical requirements as mentioned in IRS:T-19-1994. The suitability of the 'portion' for the welding process in respect of the type and section of rails to be welded shall be ensured before commencing welding. Only RDSO certified/passed portions should be used for welding. 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 2. The composition of thermit welding team is given in Annexure 3. 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 gap specified in Annexure 1. The uniformity and verticality of the gap shall be measured by a gauge prior to welding. In case of wide gap 50 + 1 / 75 + 1 mm welding, for repairing fractured /defective welds, it shall be ensured that the end faces 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 1.5.1 Preliminary work prior to welding. In case of in-situ welding the rail fastenings for at least five sleepers on either side of the proposed weld shall be loosened. The sleepers adjacent to the joint to be welded shall be shifted to obtain a clear working space of 250 mm on either side to accommodate the moulds, clamps, preheating equipment, etc. The rails shall then be properly aligned, both horizontally and vertically. 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. Alignment of rail ends before welding The rail ends to be welded shall be aligned in horizontal and vertical planes to the dimensional limits indicated below. 1.6 1.6.1 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 116 Signature of the tenderer Under seal of the firm 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. 1.6.1.2 Vertical alignment: The joint shall be kept higher by 3 to 4 mm for 72 UTS rails and 2 to 2.4 mm for higher UTS rails when measured at the end of 1 m straight edge ( as compensation against sagging caused by differential shrinkage on cooling) (Fig. 4.7.1.2). This shall be achieved by wedges applied on the rail supporting blocks on both sides of the joint. 1.7 1.7.1 Fixing of mould Only prefabricated moulds supplied by the portion manufacturer shall be used for welding. These are to be made by mixing high silica sand to IS:1987 with sodium silicate to the required consistency, followed by passage of carbon dioxide gas. These prefabricated moulds shall have adequate permeability for escape of mould gases and adequate reinforcement to avoid mould crushing during transportation and welding. 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. Preheating 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 1.8.1 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 117 Signature of the tenderer Under seal of the firm 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. 1.8.3 Preheating time : Preheating time would be about 10 to 12 minutes and 2 to 2.5 minutes for air-petrol and oxy-LPG preheating techniques respectively. The actual preheating time would depend upon the rail section and welding technique adopted as given in Annexure 1. 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 1.9.1 Welding 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 in Annexure 1. Care shall be taken to ensure that the crucible does not move from its position 118 Signature of the tenderer Under seal of the firm 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. 1.9.5 After pouring, molten metal shall be allowed to cool and solidify with mould intact for the stipulated time (mould waiting time) depending upon the rail section and ambient temperature. In case of alloy steel rails, full rail section up to 300 mm on either side of the joint shall be heated by using burner during this period. The mould shoes shall be removed just prior to completion of mould waiting time. The mould waiting time is generally four to six minutes for 25 mm gap joints. After the mould waiting time has elapsed, the trimming should be done by using weld trimmer of suitable and approved design without knocking out the mould. List of approved manufacturers of rail profile weld grinder and weld trimmer is given at Annexure 4. In the ventuality of sudden failure of weld trimmer, manual chipping may be resorted to. In case of welding of old rails, if it is not possible to use weld trimmer due to flow of metal at rail head, manual chipping should be done. 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. 2.0 2.1 Operations subsequent to welding. Post weld cooling In case of welding of head hardened rails, the average hardness of the HAZ of the rail becomes considerably less than the parent rail hardness. This lower hardness is due to transformation of rail steel occurring at cooling rate much lower than that achieved during the original head hardening operation. Such a hardness difference can lead to differential plastic deformation during wheel rail contact which may cause localized cupping. head hardened rails, therefore, must be subjected to controlled quenching for a specific time by the arrangement approved for the technique. 2.2 Post weld packing of sleeper : Before the passage of traffic, the wedges used for aligning should be removed and joint sleepers which were shifted to obtain the clear gap of 250 mm on either side as per para 1.5.2 shall be re-shifted to the original location and repacked. Packing of these re-shifted sleepers should be carried out gently and carefully. 119 Signature of the tenderer Under seal of the firm 2.3 Passing of traffic : The first train should be allowed to pass on the newly welded joint only after 30 minutes have elapsed since pouring of weld metal. Necessary speed restriction shall be observed until the grinding operation is over. 2.4. 2.4.1 Grinding. 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 grinding, only light pressure should be applied and grinding wheel should be moved to and fro to avoid local over heating. 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. (iii) Finishing of top surface : + 0.4 mm, -0 mm measured at the end of 10 cm straight edge. (iv) Head finishing on sides : + 0.3 mm over gauge side of the rail head measured at the Centre of 10 cm straight edge. Note : In specific cases, for joint geometry, in case of old rails, dispensations may be permitted by Chief Engineer. The method of checking the geometry of welded joints is illustrated in Fig. 5.4.2. 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 rewelded, 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. Month Last two digits of Year Agency 120 Specific person number Weld No. Signature of the tenderer Under seal of the firm This should be done by punching on an aluminium strip of suitable thickness and dimension of 30 x 100 mm which should be fixed to the web of the rail with epoxy adhesive at approximately 300 mm from the joint. The welded joints shall be serially numbered. Repair welds/additional welds done at a later date may be given continuing weld number. For example, the last thermit weld number 88 and subsequently a thermit weld has been executed, it shall be numbered 89, irrespective of its location. Engineer-in-Charge shall maintain 'Thermit Weld Register' as per proforma given in Annexure 5. No punch marking should be done on the rail. 2.7 Painting of thermit welds Painting of weld collar should be done on all welds to protect them against normal and severe corrosion immediately after the welding. The procedure of painting and specification of paint is outlined in Annexures 6 and 7. 3.0 Accepted tests 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 8. This testing shall be completed as early as possible but in any case before the contractor/welding team leaves the welding site. 3.4 Rewelding of defective joints. 3.4.1 All the joints found to be defective as per acceptance tests as given in paras 3.1, 3.2 & 3.3 and/or joints failed in guarantee period as specified in para 4.3 will be cut and rewelded by the firm free of cost using their portions, equipment, labour and consumables. 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 rewelded joints should meet the acceptance tests as indicated in paras 3.1 to 3.3. 3.5 Sample test joint. 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 4.2 of IRS:T19-1994 ( reproduced partly as Annexure 9 for ready reference) and the joint shall comply with the provisions laid downs therein. 121 Signature of the tenderer Under seal of the firm 3.5.2 If the sample test joint fails to satisfy any of the requirements of specification IRS-T-19-1994, 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-19-1994. Both the joints should clear all the tests. If this report is also not satisfactory, further welding of joints shall be suspended until the firm's welding technique has been examined and the same satisfies the requirements of IRS:T-19-1994. 3.6 3.6.1 Guarantee 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 rewelded free of cost by firm as per stipulations of para 3.4 In case of failure of sample test joint ( refer para 3.5), the period of guarantee for 100 joints represented by the sample joint shall be extended for a further period of one year. In case of failure of joints or joints exhibiting signs of failure by cracking within extended period of guarantee, the joints shall be rewelded free of cost by the supplier as per stipulations of para 3.4. 3.6.2 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 3.7.1 Other requirements Welding shall be supervised by trained welding supervisor and carried out by trained welder having valid competency certificate from RDSO/TPP, NR, Lucknow in their possession. 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) ii) iii) It should be ensured that the portion being used matches with type and chemistry of rail. Rail ends should be square. Alignment of rail ends should be perfect as checked by straight edge. iv) Rail ends should be properly cleaned with kerosene oil and wire brushes. v) Stop watch should be provided to the welding supervisor at each welding site. vi) Pressure in the tanks/cylinder should be properly maintained during preheating. vii) Correct gap between rail ends at head, web and foot shall be ensured. 122 Signature of the tenderer Under seal of the firm 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. x) Nozzles of burners shall be cleaned periodically to avoid back-fire. xi) The compressor tank shall be kept at least 2 to 3 m away from the burner to prevent fire hazard. xii) The tapping shall be done within the time specified for that particular technique. Welding parameters for techniques presently being used are available at Annexure 1 For special type of welding i.e. 75 mm gap, combination joint, etc. the time of reaction and tapping shall be as stipulated by RDSO for that particular welding technique. xiii) Arrangements for giving first aid shall be available at site. xiv) Welders should be provided with gloves and coloured glasses. xv) Boiling portion shall be out tapped. xvi) No moist portion/torned portion bag shall be used for welding. xvii) Dampness in moulds can lead to porosity and early fatigue failure of welds. xviii) Only those contractual agencies as have clearance from the RDSO /Railway Board can execute welding work. Supply of portions must be from sources approved by RDSO/Railway Board. xix) Many weld failures show evidence of badly cut rail ends. The evenness and verticality of a rail cut depends solely upon the skill of the welder. With portable disc cutters, very little skill is required to produce good cut. 123 Signature of the tenderer Under seal of the firm ANNEXURE -1 I. 1. II. 1. III. 1. IV. 1. STATUS OF VARIOUS A.T. WELDING TECHNIQUES (AS ON 31.12.97) India Thermit corporation Ltd., Kanpur. Techniques with air-petrol pre-heating. Reaction Wt.of Remarks Sl Welding Gap Preportion No Techniqu (mm heating Time (sec) (Kg)+ 2% e Time(mm) 60Kg (90 UTS) 25+1 20+ 1. 12 Approved 13.4 60Kg (72 UTS) 25+1 2. 12 20+ Approved 13.4 52kg.(90 UTS) 25+1 3. 10 Approved 11.8 20+ 4. 52kg.(72 UTS) 25+1 10 Approved 11.8 20+ HARSHAD THERMIT INDUSTRIES, RAIPUR Techniques with air-petrol pre-heating Sl Welding Gap PreTapping Wt.of No Technique (mm heating Time (sec) portion Time(mm) (Kg)+ 2% 1. 60Kg (90 UTS) 25+1 12 20+ 13 2. 25+1 10-11 20+ 3 52kg.(90 UTS) 12.5 25+1 10 20+ 3 3. 52kg.(72 UTS) 12 Sagar Electrical & General Industires Hyderabad Techniques with air-petrol pre-heating Sl Welding Tapping Wt.of Gap PreNo Technique Time (sec) portion (mm heating (Kg)+ Time(mm) 2% 25+1 12 60Kg (90 UTS) 20+ 3 1. 13.8 60Kg (72 UTS) 2. 25+1 10-12 20+ 3 12.5 52kg.(90 UTS) 3. 11.0 25+1 10 20+ 3 52kg.(72 UTS) 4. 11.0 25+1 10-11 20+ 3 Raybon Metals Private Limited, Bilaspur Technique with air-petrol pre-heating Sl Welding Gap PreNo Technique (mm heating Time(mm) 1. 52kg.(90 25+1 10 2. UTS) 25+1 10 52kg.(72 UTS) 124 Remarks Approved Approved Approved Remarks Approved Approved Approved Approved Wt.of portion Remarks Tapping Time (sec) (Kg)+ 2% 20+ 3 20+ 3 12.4 12.2 Approved Approved Signature of the tenderer Under seal of the firm ANNEXURE-2 LIST OF EQUIPMENT FOR ALLUMINO-THERMIC WELDING OF RAIL JOINTS BY SHORT PRE-HEATING PROCESS PER WELDING TEAM. Sl. No. A. A-1 1. 2. 3. 4. 5. 6. A-2 1. 2. 3. 4. 5. A-3 1. 2. 3. 4. 5. B. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Description Quantity Mass Repair welding welding. PRE-HEATING EQUIPMENT Air-petrol pre-heating Pressure tanks with pressure gauges complete Vaporisers (burner) complete Nozzle crickers Nozzle keys Vaporiser stand Goose neck attachment to vaporiser Compressed air-petrol pre-heating Suitable compressor system with pressure gauges Torch (burner) complete Torch (burner) keys Torch (burner) stand Goose neck attachment to vaporiser Oxy-LPG pre-heating Oxy-LPG torch (burner) Oxygen cylinder with pressure gauge LPG cylinder with pressure gauge Torch (burner) stand Connecting hose pipe. OTHER EQUIPMENT Crucible complete Crucible caps Crucible forks Crucible stands Crucible rings Mould pressure (clamp) Cleaning rod round Tapping rod Straight edge 1m long Straight edge 10 cm long Aluminium steel rod for thermal plugging Leather washers for pump 125 2 Nos. 2 Nos. 4 Nos 1 No. 2 Nos. 4 Nos. 1 No. 1 No. 2 Nos. 1 No. 1 No. 2 Nos. 2 Nos. 2 Nos. 1 No. 2 Nos. 4 Nos. 1 No. 1 No. 1 No. 1 No. 2 Nos. 2 Nos. 2 Nos. 2 Nos. 2 Nos. 4 Nos. 1 No. 1 No. 1 No. 1 No. 2 Nos. 2 Nos. 2 Nos. 2 Nos. 2 Nos. 2 Nos. 2 Nos. 2 Nos. 1 No. 2 Nos. 2 Nos. 2 Nos. 4 Nos. 1 No. 1 No. 1 No. 1 No. 1 No. 1 No. 1 No. 1 No. 1 No. 1 No. 2 Nos. 2 Nos. Signature of the tenderer Under seal of the firm Annexure-2 Sl. No . Description 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. i) ii) iii) iv) v) vi) vii) viii ) ix) x) xi) xii) xii) 23. 24. 25. 26. Gap gauges and height gauge Filler gauge Tools for punching the marking Mould shoes Stop watches Pyrometer/thermal chalk for measurement of rail temperature Wooden wedges for rail alignment First aid box filled with medicines, bandages, cotton etc. Mirror 150 X 100 mm with handle Tool box containing : Hot sets (chisels) (For emergency use only) Funnel tin (for pouring petrol) Adjustable spanner Hammer 1 Kg. Sledge hammer double panel 5 Kg. Steel wire brush Blue goggles Paint brush 50 mm Slag container (bowl) Asbestos gloves Hose clips Pliers Rail file 350 X 40 X 6 mm (For emergency use only) Weld trimmer Insulation hood for control cooling (for 110 UTS rail welding) Rail profile guided grinding trolley To ensure quality,protective clothing,shoes gear & leather gloves 126 Quantity Mass Repair welding welding . 2 Nos. 1 No. 2 Nos. 1 No. 2 Nos. 1 No. 6 Pairs 2 Nos. 1 No. 1 No. 1 No. 1 No. 24 Nos. 12 Nos. 1 No. 1 No. 2 Nos. 1 No. 2 Nos. 1 No. 1 No. 1 No. 2 Nos. 1 No. 2 Pairs 1 No. 2 Nos. 4 Nos. 4 Nos. 1 No. 4 Nos. 1 No. 1 No. 1 No. 2 Nos. 1 No. 1 No. 1 No. 2 Nos. 1 No 1 Pair 1 No. 1 No. 2 Pairs 4 Nos. 1 No. 2 Nos. 1 No. 1 No. 1 No. Signature of the tenderer Under seal of the firm ANNEXURE-3 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. 127 Signature of the tenderer Under seal of the firm ANNEXURE 4 LIST OF APPROVED SUPPLIERS OF RAIL PROFILE WELD GRINDER AND WELD TRIMMER (as on 01.09.97) Sl.No. Name of Machine 1. Rail profile Weld Grinder Approved supplier i) M/s. Indiana Machine, D-151, Phase-VII, S.A.S. Nagar-160 055 Near Chandigarh) ii) M/s. Phooltas Tamper Pvt.Ltd. Layak Bhavan,Canal Road, Patna-800 001 iii) M/s. Rajasthan Mining & Engg.Pvt.Ltd., 65, Gopal Bari, Jaipur-302 001. iv) M/s. ITC Ltd. 84/22, Fazalganj, Kanpur - 208 012. 2. Weld Trimmer i) M/s.CTR Manufacturing Trimmer Industries Ltd. Nagar Road, Pune - 411 014. ii) M/s.ITC Ltd., 84/22, Fazalganj, Kanpur-208 012. 128 Signature of the tenderer Under seal of the firm ANNEXURE-5 PROFORMA FOR THERMIT WELD REGISTER Sl. No. Date of welding 1 2 Agenc y code L/R In service failure details Failure 12 Date of results with ref. Date of finish grinding 9 Bolt hole dist.(mm) Welding details Process Supervisor Welder Code. 6 Dimensional toler on finished joint On 1m On 10 Cm Lat Ver. Top Side 10 Test joint date removed Repl. Weld Ref. Weld Weld 2 13 Hardness (BHN) Rail Weld Def Rail Sect. UTS 4 Portion details Batch Portion Date of Agency No. No. manufacture code 5 Weld Block time No. Fro To m 7 8 Not applicable Date of sending test Jt. With refer Location details Cess/situ Location Line No. 3 14 Test joint results Transverse Porosit load y (%) HAZ Load(t) USFD testing after welding Date Result (Pass/F) 11 Signature of Engineer-in-charge 15 Remarks Date of marking ‘X’ for extended guarantee (mm) 16 17 129 Signature of the tenderer Under seal of the firm ANNEXURE-6 PROCEDURE FOR PAINTING OF WELD COLLAR FOR THERMIT WELDED RAIL JOINTS TO PROTECT AGAINST NORMAL CORROSION A. NEW WELDED JOINT. 1. 1.1 Surface Preparation. 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. 2.1 Painting procedure 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. 2.3 Painting should be carried out by brush only. B. MAINTENANCE PAINTING (FOR OLD PAINTED JOINTS) 1. 1.1 Surface preparation Remove dust, dirt, and flaked paint from the welded joint by wire brushing. 1.2 Degrease the surface by petroleum hydrocarbon or any other suitable solvent, if oil or grease is present. Allow it to dry. 2. 2.1 Painting Procedure 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-301996 on welded area and 10 cm on either side. 2.2 If required, a second coat of the same paint may be applied after a minimum of eight hours drying. 2.3 Painting should be carried out by brush. 3. The list of approved manufacturers for the above quality of paints is issued every year by the Director General(M&C),RDSO, Lucknow to Zonal Railways. 130 Signature of the tenderer Under seal of the firm ANNEXURE-7 PROCEDURE FOR PAINTING OF WELD COLLAR FOR THERMIT WELDED RAIL JOINTS TO PROTECT AGAINST SEVERE CORROSION A. NEW WELDED JOINT 1. 1.1 SURFACE PREPARATION 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. 2.1 Painting procedure 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. 4. The list of probable suppliers is given below as per RDSO's letter No. M&C/PCN/ II/TR/3 dt. 13/14-5-1991. i) M/s. Asian Paints (India) Ltd., 'Nirmal', 5th Floor, Ganpat Nariman Point, P.B. No.1546, Mumbai-400421. ii) M/s. Addison Paints & Chemicals Ltd ‘Huzur Gardens’ Sembium, Chennai-600011. iii) M/s. Goodlass Nerolac Paints (P) Ltd., Nerolac House, Rao Kadaw Marg, Lower Parel, Mumbai-400013. (iv) M/s. Shalimar Paints Limited, 13, Camac St., Kolkata - 700071 (v) M/s. Berger Paints India Ltd., 32, Chowringhee Road, Kol-71. 131 Signature of the tenderer Under seal of the firm ANNEXURE 8 PROCEDURE FOR ULTRASONIC TESTING OF ALUMINO THERMIC RAIL JOINTS 1. This procedure covers the requirement of ultrasonic testing of alumino thermic (AT) welded rail joints immediately after execution of the weld. 2. General conditions of test 2.1 Surface preparation After execution of the AT weld, the welded zone shall be dressed properly to facilitate placement of probes and to avoid incidence of spurious signals on the CRT. The rail table shall be dressed to obtain reasonably flat and smooth surface. The flange and the web, up to a distance of 200 mm on either side of the weld collar shall be thoroughly cleaned with a wire brush to ensure freedom from dust, dirt, surface unevenness, etc. 2.2 Couplant: Water/soft grease shall be used as 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 : (a) (b) (c) Normal (00), 4MHz 700,2 MHz, 800, 1.25 MHz Double crystal fitted in trolley Double crystal fitted in trolley Single crystal for hand probing. 132 Signature of the tenderer Under seal of the firm (19) 133 Signature of the tenderer Under seal of the firm 3.3 Cable : Cable : One co-axial cable of suitable length for connecting 800 probe to flaw detector shall be used. The length should not exceed more than 5m. 4. Sensitivity setting procedure 4.1 Calibration : The equipment shall be set for a depth range of 250 mm by manipulating the depth control knob suitably. Each main scale division, therefore, shall correspond to 25 mm. 4.2 Test rail The sensitivity of the ultrasonic equipment shall be set with the help of a standard AT welded rail piece of 1.5 m length having a simulated flaw at standard locations as shown in Fig.1. 4.3 Alignment of probes: Alignment of normal and 70 o probes fitted with the trolley may be checked by placing the rail tester on the test rail using water/oil as a couplant and ensuring that the probes travel along the vertical axis of the rail. 4.4 4.4.1 Sensitivity setting for 700 probes Place the trolley on the test rails shown in Fig.1. Keep the switches of all the probes in off positions and turn the potentiometer knobs of all the probes to 50% of their highest working range. 4.4.2 Switch on only 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. 134 Signature of the tenderer Under seal of the firm 5. 5.1 Criteria for defect classification Any flaw signal obtained by normal probe of 40% height or more from head location shall be treated as a defective AT welded joint and any flaw signal obtained from the normal probe either from the web or the foot location shall also be a cause for rejection of the AT weld. 5.2 In the case of lack of fusion, inclusions, blow holes, etc. in the rail head, moving signal shall be obtained while testing with 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. 135 Signature of the tenderer Under seal of the firm ANNEXURE - 9 EXTRACTS FROM IRS: T-19-1994 CLAUSE 4.2 ON MECHANICAL AND METALLURGICAL TESTS ON TEST WELDS AND RETESTS 4.2 4.2.1 Mechanical and metallurgical tests on test welds Two new rail pieces of same section and grade, each approximately 750 mm long, shall be used to make test weld joint. The welded joint shall be made as per the technique offered by the manufacturer. The rail table and sides of rail head shall be finished to the geometrical tolerances specified in para 18.1 4.2.2 Hardness test : Brinell hardness test shall be carried out at the welded zone, heat affected zones and parent metal of the rails in accordance with IS:1500 "Method for Brinell hardness test for steel". The test shall be done on the top surface of the head of the test weld with a ball of 10 mm dia and a test 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 : 1. For 25 mm gap Skv welding X = 55 mm and Y = 45 mm 2. For wide gap (50 mm & 75 mm) welding X = Gap in mm + 42 mm and Y = Gap in mm + 32 mm 2 FIG.1. TABLE 1 Type of rail Average hardness (BHN) 72 UTS rail 230 90 UTS rail 265 136 UIC Cr-Mn or Cr-V. Alloy steel rail 310 Head hardened rail 365 Signature of the tenderer Under seal of the firm 4.2.3 Transverse breaking load test 4.2.3.1 The test weld shall be supported on cylindrical or semi-cylindrical supports having a distance of one metre between them from Centre to Centre. The weld shall be at the Centre of the span and loaded in such a manner that the foot of the rail is in tension. The diameter of mandrel and the supports shall be between 30 to 50 mm. The load shall be gradually increased ( rate of loading shall not exceed 2.5 t/sec) till rupture occurs. The test weld shall withstand a minimum load and show corresponding minimum defection as stipulated in Table 2 for different sections and types of rails. TABLE 2 Rail type Rail Section Min. transverse breaking load (2) (t) (3) (1) 1. 2. 72 UTS to IRS:T-121996 -do90 UTS to IRS:T-121996/860-0 or eqv. Min. deflection at the centre at the load in col.3 (mm) (4) 52 Kg. 85 18 60 Kg. 95 18 52 Kg. 60 Kg. 90 115 15 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. TABLE 3 Area of permissible defects Rail Section 52 Kg. Permissible total area of defect (mm) 33.0 60 Kg. 38.4 137 Signature of the tenderer Under seal of the firm 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. 138 Signature of the tenderer Under seal of the firm 139 Signature of the tenderer Under seal of the firm 140 Signature of the tenderer Under seal of the firm 141 Signature of the tenderer Under seal of the firm 142 Signature of the tenderer Under seal of the firm Client Name RITES Ltd An ISO 9001-2000 Company BHARAT COKING COAL LTD. (BCCL) QUALITY ASSURANCE PLAN ITEM : Civil Work and P. Way Works Renovation/Strengthenin g of existing Railway Siding for Patherdih Coal Washery of BCCL, Dist.Dhanbad, Jharkhand. Sl. No Activity and Operation 1 2 1.0 Characteristic s/ instruments Class of check 3 4 Project QP NO. : Renovation/Strengthening of existing Railway Siding for Patherdih Coal Washery of BCCL, Dist.-Dhanbad, Jharkhand. Package Contract No REV. NO.: DATE: Construction Agency PAGE: Type of check 5 Quantum Of check 6 Reference Documents Acceptance Norms Format of Record 8 9 7 Remarks/ Precautions 10 EARTH 1.1 Fill (Suitability of borrow material & blanketing material) A 1.1.1 Borrow Material (soil) Grain size analysis and soil classification set of sieves, Hydrometer etc B Physical 143 Minimum one test in every 5000 cum or change of strata/soil wherever is earlier. IS:2720 (Pt.IV) IS:1498 - 1970/ TS SR/TR The soil should be suitable type Check by RITES. Signature of the tenderer Under seal of the firm 1.1.2 Liquid & plastic limit Mechanical liquid limit device, Grooving tools, Evaporating Disc, Spatula, Palette knives, Balance, Oven, Containers B Physical Minimum one test in every 5000 cum or change of strata/soil wherever is earlier. IS:2720 (Pt.V) /TS SR/TR Check by RITES. 1.1.3 Modified proctor Test to determine optimum moisture content and max. dry density of fill Procter needle appratus B Physical Minimum one test in every 5000 cum or change of strata/soil wherever is earlier. IS 2720 (Pt.VIII)/TS SR/TR Check by RITES B Blanketing Material 1.1.1 Soil classification, Grain size analysis and %fine, Cu, Cc set of sieves, Hydrometer etc B Physical Minimum one test in every 500 cum or part thereof IS:2720 (Pt.IV) IS:1498 - 1970 and para 4.3.4.1 of technical specification SR/TR Check by RITES 1.1.2 Liquid & plastic limit Mechanical liquid limit device, Grooving tools, Evaporating Disc, Spatula, Palette knives, Balance, Oven, Containers B Physical Minimum one test in every 500 cum or part thereof IS:2720 (Pt.V)/TS SR/TR do 144 Signature of the tenderer Under seal of the firm 1.1.3 Modified proctor Test to determine optimum moisture content and max. dry density of blanketing material Procter needle appratus B IS 2720 (Pt.VIII)/TS Physical SR/TR Check by RITES Minimum one test in every 500 cum or part thereof (min. 2 samples initially) Note: Random checks & lab analysis 1.2 Degree of compaction of fill and blanketing material A 1.2.1 1.2.2 1.3 Borrow material (soil) In situ Dry density Moisture content Core cutter or sand replacement apparatus B Physical Balance, Oven etc B Physical i) Min. one test in each compacted layer for every 200 sqm and top 1m of subgrade. ii) Min. one test in each compacted layer for every 500 sqm below top 1m of subgrade. one test for every sample taken as per 1.2.1 IS 2720 (Pt. XXVIII & XXIX) / TS IS 2720 /TS (Pt II) SR/TR 98 % of max dry density ( modified proctor ) for homogeneous embankment Check by RITES SR/TR check by RITES SR/TR check by RITES SR/TR Check by RITES. Stripping 1.3.1 Check for required level of stripped ground as required B visual & measurement 100% 1.3.2 In situ Dry density of Natural Ground (sub soil) Core cutter or sand replacement apparatus B Physical min. one test for every 500 sqm 145 RITES Tech spec., drawings IS 2720 (Pt. XXIX) / TS Signature of the tenderer Under seal of the firm 2.0 CONCRETING WORK 2.1 Coarse Aggregate for concrete and filters 2.1.1 Particle Size & Shape (Sieve analysis, flakiness index, elongation index including visual inspection. Sieves (confirming to IS-460-1962) , balance, Oven, Thickness gauge, Length Gauge, Metal Scoop etc B Physical 2.1.2 Deleterious materials & organic impurities Balance, Sieve (confirming to IS-460-1962) etc. B Lab analysis & Physical Balance, Sieve (confirming to IS-460-1962) etc. B 2.1.3 Determination of specific gravity , water absorbtion, bulk density and voids one test per 100 cum/ change of source whichever is earlier IS: 2386 Part-I, (for test procedure), IS:383 (for permissible value)/TS SR/LB Results should be as per request of design mix subjected to verification within the limits specified in relevant IS code Check by RITES. IS: 2386 Part-II, (for test procedure), IS:383 (for permissible value)/TS SR/LB/ Test Report IS: 2386 Part-III, (for test procedure), IS:383 (for permissible value)/TS SR/LB/ Test Report Experts opinion regarding suitability of the aggregates shall be obtained from any specialist institute, Results will be reported nearest to 0.1% for clay lumps Check by RITES These tests shall be carried out while establishing design mix & results be intimated. RITES To be done twice per source. Once at the starting, another in the middle Physical 146 Once in twelve weeks/ 500 cum or change of source whichever is earlier Signature of the tenderer Under seal of the firm 2.2 2.1.4 Determination of Crushing value, Determination of impact value Standard Apparatus for these test shall be used A Physical To be done twice per source. Once at the starting, another in the middle IS: 2386 Part-IV, (for test procedure), IS:383 (for permissible value)/TS SR/LB/ Test Report These tests shall be carried out while establishing design mix & results be intimated. RITES to check 2.1.5 Moisture content Balance, Sieve ( confirming to IS-460-1962) and Oven etc. B Physical Once for each stack of 100 Cu.M. or part there of Except during monsoon when this has to be done every day before start of concreting IS:2386 Part-III IS : 456 IS : 383/TS SR/LB 2.1.6 Soundness Reagents (sodium Sulphate or Magnesium Sulphate) B Chemical/ Physical To be done twice per source. Once at the starting, another in the middle. IS: 2386 Part-V, (for test procedure), IS:383 (for permissible value)/TS SR/LB/ Test Report Accordingly water content of the concrete will be adjusted. These tests shall be carried out while establishing design mix & results be intimated.RITES to check These tests shall be carried out while establishing design mix & results be intimated. RITES to check Fine aggregate 147 Signature of the tenderer Under seal of the firm 2.2.1 Bulkage, bulk density, surface moisture & water absorption As per IS Code B Physical Bulkage & surface moisture to be done everyday before starting the work. Bulk density & water absorption to be done once in twelve weeks/ 500 cum or change of source whichever is earlier LEGEND: IS: 2386 (Part III), IS:383/ TS SR/LB/T R DOC. NO.: Volume of sand and weight of water shall be adjusted as per bulk and moisture content RITES to check REV- Legend to be used: Class # : A = Critical, B=Major, C=Minor; SR,TR,MfrTC SR = Site Register , TR= Test Report , Mfr TC=Manufacturer's Test Certificate , duly correlated Construction Agency Stamp and Signature This document shall be read in conjunction with RITES Tech. Specifications, BOQ & Drawings. REVIEWED BY APPROV ED BY 2.2.2 Mortar making properties As per IS Code B Physical Once per source & one for every change of source IS: 2386 (Part VI), IS:383/ TS SR/LB/T R 2.2.3 Silt, Clay content and organic impurities and deleterious materials Balance, Sieve (confirming to IS-460-1962) etc. B Physical To be done twice per source. Once at the starting, another in the middle IS: 2386 Part-II, (for test procedure), IS:383 (for permissible value)/ TS SR/LB/ Test Report 148 Approval Seal should be as per requirement of design mix RITES to check should be as per requirement of design mix RITES to check Signature of the tenderer Under seal of the firm 2.2.4 Sieve Analysis, particle shape & size set of sieves B Physical one test per 100 cum/ change of source whichever is earlier IS: 2386 (Part-I), IS:383/ TS SR/LB/T R Should be as per requirement of design mix subject to variation specified in relevant IS codes. RITES to check 2.2.5 Soundness Reagents (sodium Sulphate or Magnesium Sulphate) B Chemical/ Physical To be done twice per source. Once at the starting, another in the middle IS: 2386 Part-V, (for test procedure), IS:383 (for permissible value) SR/LB/ Test Report These tests shall be carried out while establishing design mix & results be intimated. RITES to check 2.3 Water 2.3.1 Tests for PH Value PH meter/ PH B Testing at lab One per month for IS:3025, IS:456 SR/LB/T paper (to be each source R recorded at site) CEMENT (review of manufacturers test certificate for each consignment brought at site with the information to RITES. do 2.4.1 a) Ensure that cement is stored in weather tight covered storage on raised platform. 2.4.2 Fineness 2.4 2.4.3 2.4.4 Initial & Final Setting time Soundness As required B Visual B Physical 100% covered storage Refer RITES tech Spec SR/LB SR/LB One per 200 MT IS: 4031/ 1489/269/455/ TS RITES site engineer to check. Manufacturers test certificate to be submitted by the contractor do As required B Physical do IS:4031/TS SR/LB do As required B Physical do IS:4031/TS SR/LB do 149 Signature of the tenderer Under seal of the firm 2.4.5 Specifiv Gravity 2.4.6 Physical do IS:4031/TS SR/LB do Compressive As required B Strength STAGING, SHUTTERING AND FORMS Physical do IS:4031/TS SR/LB do 2.5.1 Materials and accessories As required B Visual 100% IS 4014 SR 2.5.2 Plywood for concrete shuttering work As required B Visual 100% IS 4990:1993, IS 1734; ( Part 1 -11)/TS 2.5.3 Durability, Strength & Soundness of staging, joists, shuttering and scaffolding As required B Visual proper care should be taken in order to combat corrosion. Proper care should be 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 Relevant documents & recommended method of use & loading etc. to be checked by RITES To be checked by RITES before & after placement of concrete 2.5 As required B Once 150 As per technical specification, manufacturer's spec.and IS: 3696,4014, 4990 SR Signature of the tenderer Under seal of the firm 2.6 2.7 2.5.4 Connection between individual scaffolding units and safe slenderness ratio. Two independent safety measures against collapse As required B Visual Fortnightly As per relevant IS Codes SR RITES site engineer to check 2.5.5 Alignment/Shape As required B Measurement Each member & before each lift of shuttering or before next stage As per approved drawings SR/LB length,breadth,dept h,shape, level, plumb line to be checked. Diagonal bracings are to be checked. 2.5.6 Check form's seam marks and water tightness As required B Physical Random As per approved drawings SR/LB RITES site engineer to check 2.6.1 Mix Design As required B Physical IS: 516 & IS:456, Once for every changeIS:10262/RITES in Tech. Spec. mix materials source. Mix Design Report Design mix is to be carried out at any approved lab. 2.6.2 Trial mix (Cubes compressive strength)of the Mix Design As required A Physical Min. 3 Trial Mixes with admixtures (if any) and Without admixtures IS: 516 & IS:456, IS:10262/ RITES Tech. Spec. SR/LB/ Test Report RITES will conduct the trial mixes Mixing shall be in RITES approved batching plant/ weigh batcher. 2.6.3 Crushing strength of trial mix cubes As required for 7 & 28 days strength test A Physical As per IS 456 IS: 516 & IS:456, IS:10262/ RITES Tech. Spec. SR/LB witness by RITES Concrete conveying, placing and Compaction 151 Signature of the tenderer Under seal of the firm 2.7.1 Mixing of concrete mixing of concrete shall be done in a approved mixer/ weigh batcher/ batching plant such as to produce a homogenous mix B Physical 2.7.2 Handling and Conveying Buckets , Chutes, belt conveyer etc B Physical 2.7.3 Placement of concrete Visual B Physical 152 To be calibrated at the time of starting and as desired by Engineer-in charge 100% Review of calibration chart/ Certificate, IS 456/ TS as per Tech. Spcfn./constru ction/erection methodology/ IS 457 SR as per construction/er ection methodology as per tech.specs SR time of mixing will be as given in Technical specification / IS 456 Min. time of mixing should be 2 minutes for mixer capacity 2 cum or less Min. time of mixing should be 3 minutes or as recommended by by the mixer manufacturer for mixer capacity above 2 cum Technical specification is to be followed. no concrete shall be placed until the place of deposite has been thoroughly inspected and accepted, Check by RITES Signature of the tenderer Under seal of the firm 2.7.4 Compacting As required B Physical 100% Check for segregation as per IS 456 & TS SR 2.7.5 Curing As required minimum 7 days B Physical 100% Check for period of curing as per IS 456 & TS SR 2.8 Bleeding or segregation etc. is to be avoided as far as possible. Accumulated water is to be removed and shall not be covered with concrete, or dry concrete Check by RITES Exposed concrete surface shall be protected against heating and drying for atleast 72 hrs after placement. Check by RITES Tests on Green Concrete 2.8.1 Workability :- Slump test Standard apparatus for different method used for measuring workability, slump cone B Physical One sample every 2 hrs. from every mixing plant/ IS 456 IS:456, IS 1199-1959 & RITES Tech. Spec. SR/LB/T R Slump test for medium & high workability RITES site engineer to check 2.8.2 Crushing strength (works Tests cubes) As required for 7 & 28 days A Physical As per IS 456 IS:516, IS:456, RITES Tech. Spec. SR/LB/ Test Report RITES site engineer to do the test. 153 Signature of the tenderer Under seal of the firm 2.8.3 Water cement ratio( Cement Content And Water Content) 2.8.4 Check for cement content 2.8.5 Admixtures for Concrete (if any) 2.8.6 2.8.7 As required B Physical At random at the time of batching. As per IS:1199 and approved design mix. SR/LB As per mix design RITES site engineer to check B Physical At random at the time of batching. As per IS:3026, IS: 456, approved design mix & technical specification. SR/LB do As per IS : 9103 B Testing 100% IS:456, appd. Design mix & technical specification Test Report Visual examination of finished structure As required B Visual 100% As per Tech. Specification./ Appd. Drg./IS456 -do- Admixture of appd. Brand and tested quality shall be used.Manufacturers TC required.RITES site engineer to check RITES to check Dimensions do B Measurement 100% As per Tech. Specification./ Appd. Drg./IS456 do RITES to check TEST/CHECK ON RCC STRUCTURE IN HARDENED CONDITIONS: 2.9 154 Signature of the tenderer Under seal of the firm 3 2.9.1 Ultrasonic Pulse Velocity Test for critical foundations A NDT 2.9.2 Load Test , Core test & Rebound Hammer As required A Test 100% IS: 13311 Part- I and Tech. Specification/ IS 456 Test Report As required by RITES Engineer. As per Technical specification and IS:4562000 Test Report Shall be performed by qualified persons/institution with calibrated equipments in presence of RITES, if there is any doubt in crushing stregth and on specific instruction The test shall be carried out only in case of doubt regarding grade & quality of concrete. Reinforcement Steel 3.1 Physical and Chemical Properties as per relevant IS codes As required/ agreed B Review of TCs In 100 MT or part thereof IS 1786/ 456/ TS MTC Approved brands are SAIL/TISCON/ RINL RITES to check 3.2 Tolerance As required/agree d C Physical At random IS:1786 SR/LB To be checked at site 155 Signature of the tenderer Under seal of the firm 3.3 Freedom from defects As required/ agreed C Visual Random before and during placement 3.4 Placement As required/ agreed B Visual 100% 156 As per technical specifications & IS: 468 SR As per approved drawings and approved Bar Bending schedule/ IS 456/ TS SR/LB/ Pour card Any of the bars selected for use shall be 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 RITES Engineer to check as per Bar Bending Schedule (BBS) and as per relevant codal provision Signature of the tenderer Under seal of the firm 3.5 4.0 As required/ agreed B Physical Measurement 100% Approved drawings & check list. SR Tolerance as per specifications Calibrated Pressure Gauge NIL B Physical At random Approved Drwaing SR/LB To be checked at site by RITES B Verification of MTC Each lot/Batch As per Technical Specification SR/LB To be checked at site by RITES As required A Physical 6 cubes for every grout at the time of each grouting As per Technical specification SR/LB To be checked at site by RITES MTC To be checked at site by RITES Grout 4.1 Grouting Pressure 4.2 Composition of Grout 4.3 Compressive strength (7 & 28 days) 5.0 Expansion Joints (Test Certificate of Manufacturer & Inspection agency is to be reviewed before placement) 5.1 6.0 Cutting tolerance Check of type & location of installation and release for concreting Ballast NIL B Visual 100% As per Technical Specification On supply of the first 100cum, the following tests shall be carried out. Further supply shall be accepted only after this ballast satisfies the specifications for these tests. 157 Signature of the tenderer Under seal of the firm 6.1 Size and Gradation test As per Technical Specification B Physical one for each stack As per Technical Specification/ IS 383 / IS 2386 SR/LB 6.2 Abrasion value As per Technical Specification B Physical One test for every 2000 cum do SR/LB To be checked at site by RITES Size of one sample should be 0.027cum for stack of volume less than 100 cum & 0.027cum for every 100 cum or part thereof for stack of volume more than 100 cum. This sample should be collected using a wooden box of internal dimensions 0.3m x 0.3m x 0.3m from different parts of the stack RITES to check 6.3 Impact value As per Technical Specification B Physical One test for every 2000 cum do SR/LB RITES to check 6.4 Water absorption As per Technical Specification B Physical One test for every 2000 cum do SR/LB RITES to check 6.5 Stack measurement As per Technical Specification B Physical As per Technical Specification SR/LB RITES to check 158 100% Signature of the tenderer Under seal of the firm 7.0 Brick Masonry, Sheeting & allied works 7.1 Test on Bricks 7.1.1 Soundness As required C Physical As per relevant IS Code/ One Sample for 10,000 Nos. or part thereof IS: 1077, IS: 3495, IS:2691, Tech. Specification SR/LB 7.1.2 Colour - C Visual One for each stack do do 7.1.3 Compressive strength As required B Physical As per relevant IS Code/ One Sample for 10,000 Nos. or part thereof IS: 1077, IS: 3495 (part I), IS:2891, Tech. Specification do 7.1.4 Water Absorption As required B Physical As per relevant IS Code/ One Sample for 10,000 Nos. or part thereof IS: 1077, IS: 3496 (part I), IS:2891, Tech. Specification do To be checked at site by RITES as per frequency stipulated in specification & guideline. do 7.1.5 Visual & Dimension B Visual & Measurement Random IS: 1077 & tech. Spcfn. do do 7.1.6 Warpage Visual & Measurement tape Straight edge & scale B Measurement Per 10000 Nos. IS: 1077 do do B Physical Once per source & for on every change of source IS: 2386 Part-II, IS:383 /TS SR/LB/T R RITES to check 7.2 To be checked at site by RITES as per frequency stipulated in specification & guideline. Deep cherry red copper colour Sand (masonry work & road works) 7.2.1 Silt, Clay content and organic impurities As per IS Code 159 Signature of the tenderer Under seal of the firm 7.2.2 Grading Of Sand IS Sieves B Physical once for 100 cum or part thereof or change of source whichever is earlier. IS 2116/ IS 383/ TS 7.2.3 Determination of specific gravity and water absorption, & Bulk density Balance, Sieve (confirming to IS-460-1962) etc. B Physical Do IS: 2386 Part-III, (for test procedure), IS:383 (for permissible value) 7.3.1 Masonry construction Workmanship --- B Visual/ Physical All work RITES to check 7.3.2 Laying Trovel, Square, Plumb bob etc B Physical All work As per Spec And IS 2212 for brick works As per Spec And Clause no 11.0 of IS 2212 for brick works 7.3.3 Verticality and Alignment of Plumb Plumb bob B Physical All work IS 2212 and Tech Spec RITES to check B Verification of MTC / Testing/ review 7.3 RITES to check SR/LB/ Test Report do RITES to check 8.0 9.0 BOUGHT OUT ITEMS – BOI 9.1 10.0 Bought out items to be procured form the manufacturers acceptable to RITES As required / agreed 100% RITES tech spec. / BOQ. List of all BOI to be submitted for approval along with proposed vendors Relevant document s/ TC RITES to check RCC PIPES as per IS: 458 & T.S. 10.1 Tests at Manufacturer's Works (RITES approved) 160 Signature of the tenderer Under seal of the firm 10.1.1 Hydrostatic Test As required / agreed B Physical As per IS 458 Testing Procedure as per IS 458 IR/TC RITES to check 10.1.2 Absorption Test As required / agreed B Physical As per IS 459 Testing Procedure as per IS 459 IR/TC do 10.1.3 3 Edge Bearing Test As required / agreed B Physical As per IS 460 Testing Procedure as per IS 460 IR/TC do 10.1.4 Straightness Test As required / agreed B Physical As per IS 461 Testing Procedure as per IS 461 IR/TC do 10.1.5 Dimensional Check & Visual Inspn. As required / agreed B Physical As per IS 462 Testing Procedure as per IS 462 IR/TC do 10.1.6 RCC wire check & spacing As required / agreed B Measurement Random TS/IS 458 IR/TC do As required / agreed B Visual As per IS 783 As per IS 783 & RITES Tech. Spec IR/TC RITES to check 100% Section 900 of MORTH specification/ IRC,RITES Spec. SR Horizontal Alignment shall be reckoned w.r.t. the centre line of carriageway, tolerance will be 10 mm for carriageway and 25 mm for lower 10.2 Checks at site 10.2.1 11.0 Check for Laying and Jointing ROAD WORKS 11.1 Control Of Alignment , Level and Surface Regularity 11.1.1 Horizontal alignment As reqd B Physical 161 Signature of the tenderer Under seal of the firm layers 11.1.2 Surface Levels As reqd B on a grid of points placed at 6.25m longitudinally and 3.5m transversly Table 900-1 of MORTH Spec./ IRC 11.1.3 Surface Regularity of Pavement Courses As reqd B 100% Table 900-2 of MORTH Spec./ IRC 11.2 Test on bases and sub-bases( excluding bituminous bound bases)- Water Bound Macadum A Aggregates for 10 consecutive measurements taken longotudinally, not more than one measurement shall be permitted to exceed the tolerance, On rectification of irregularities the corrective measures given in MORTH spec ( Clause 902.5) shall be followed 11.2.1 Aggregate Impact value, abrasion value & water absorption Agrregate Impact value Test Apparatus A Physical One test per 200 cum of Test aggregate Section 900 of MORTH specification, RITES Spec. SR/TR RITES to check 11.2.2 Grading Set of IS Sieves B Physical One test per 100 cum of aggregate Section 900 of MORTH specification, RITES Spec. SR/TR do 162 Signature of the tenderer Under seal of the firm 11.2.3 12.0 Flakiness index and elongation index Flakiness and elongation test gauges B Physical One test per 200cun of agregate B Sand (see clause 7.2) C Test on earth work for embankment, Construction and cut formation of Road Section 900 of MORTH specification, RITES Spec. SR/TR do 11.2.1 Soil (Grain size analysis, LL, PL, PI, Modified Proctor, CBR value) B 100% Clause 903.2 of MORTH spec & IS 2720 Part 4, 5 8 , 16 RITES to check 11.2.2 Compaction Control B on each leyer by taking at least one measurement of density for each 2500 sqm of compacted area or road length of 500m whichever is lower. IS 2780 (part 28) do 11.2.3 Atterberg Limits of binding material (moorum)-LL/PL/PI and grain size analysis One test per 100 cum of binding material Section 900 of MORTH specification, RITES Spec. Atterberg limits determination B Physical SR/TR do TURFING 163 Signature of the tenderer Under seal of the firm 12.1 visual inspection of turf sods as required B Visual 100% - presence of mat of roots and not less than 5 cm of thickness of earth in the turf sods. Direct planting of grass on the embankment slope shall not be permitted Note: 1. No separate Quality Plan is needed for P. Way materials, being all the P.Way materials shall be procured by the agencies from the suppliers/ manufacturers approved by Railways/RDSO/RITES duly inspected by Zonal Railways, RDSO or RITES Inspection Wing and the Inspection reports are to be ensured and verified by RITES. 2. For items & works which are left out, the checks shall be mutually agreed in line with CPWD/RITES/Rly norms. General Points: 1.0 Quality Control Manpower 2.0 Quality Control Laboratory 3.0 Construction Equipments 4.0 Organisation Chart v) Swelling Index A check A check A check B check As per T.S. As per T.S. As per T.S. As per T.S./As per requirement / direction of EIC 164 Signature of the tenderer Under seal of the firm SECTION - 6 DRAWINGS ENCLOSED 165 Signature of the tenderer with date under seal of the firm SECTION - 7 to 11 GENERAL CONDITIONS OF CONTRACT (READ UPTO DATE CORRECTION SLIP) 166 Signature of the tenderer with date under seal of the firm SECTION - 7 to 11 GENERAL CONDITIONS OF CONTRACT (READ UPTO DATE CORRECTION SLIP) Contents Section - 7 Conditions of Contract Section - 8 Clauses of Contract Section - 9 RITES Safety Code Section - 10 RITES Model Rules for protection of health & sanitary arrangements for workers Section - 11 RITES Contractor’s labour regulation Available in the form of a Booklet namely "GENERAL CONDITIONS OF CONTRACT FOR WORKS, July 2011" on payment basis. Not required to submit along with the offer. However, the GCC along with corrigendum is available in RITES website (www.rites.com) which may kindly be seen, if desired by the tenderer before submission of the tender. GCC read with corrigendum is to be signed under seal of the firm at the time of making Agreement. (GCC are to be signed by the contractors and the accepting authority for making of agreement of the contract.) 167 Signature of the tenderer with date under seal of the firm BHARAT COKING COAL LTD. NOTICE INVITING TENDER NO.80/OT/R/BCCLPATHERDIH/Rly.-Siding/2015 Dated 25.02.2015. Tender document for Renovation/Streghthening of existing Railway Siding for Patherdih Coal Washery of BCCL, Dist.-Dhanbad, Jharkhand PART 2 FINANCIAL BID SCHEDULE (BILL) OF QUANTITIES (PERCENTAGE RATE CONTRACT) Issued to (Name of Tenderer):________________________________________ Address of tenderer:_________________________________________________ Signature of officer issuing the documents___________________ Designation _______________________________ Date of Issue___________________ RITES Ltd. (A Govt. of India Enterprise) Kolkata Project Office 56, C.R. Avenue, 2nd Floor Kolkata-700 012 e. mail: po Kolkata @ rites.com Phone No.: 033-22367118/7146/7162/7143(Fax) PART 2 FINANCIAL BID SCHEDULE (BILL) OF QUANTITIES (PERCENTAGE RATE CONTRACT) FINANCIAL BID SCHEDULE (BILL) OF QUANTITIES NAME OF THE WORK: Renovation/Streghthening of existing Railway Siding for Patherdih Coal Washery of BCCL, Dist.-Dhanbad, Jharkhand 1) POINTS TO BE NOTED WHILE QUOTING PERCENTAGE RATES 1.1 The entire work should be completed in all respects within a period of 18(Eighteen) months from the 15th day after the date of issue of Letter of Acceptance or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the Tender Documents. Page 1 of 36 Signature of the tenderer Under seal of the firm PART 2 SCHEDULE (BILL) OF QUANTITIES (PERCENTAGE RATE TENDER) ABSTRACT OF COST SCHE DUL E DESCRIPTION ESTIMATED COST (RUPEES) A FORMATION WORKS 107388582.25 B TRACK LINKING WORK SUPPLY OF POINTS & CROSSINGS SUPPLY OF PSC SLEEPERS SUPPLY OF P. WAY FITTINGS EPOXY WORK ON TRACK HOPPER CONSTRUCTION OF P.C.C. DRAIN CONSTRUCTION OF RCC BOX BRIDGE CONSTRUCTION OF RELAY ROOM CUM PANEL CABIN 103458395.29 Total of Schedules (A+B+C+D+E+F+G +H+J) 365162173.59 C D E F G H J Percentage above (+) or below (-) the Estimated Cost as quoted. (+) or (- Plus or minus (in words) ) (In fig.) Total Quoted Amount in Figs. (Rs.) 27205299.72 64983755.98 15671610.33 3832443.88 24329613.40 8511124.05 9781348.69 TOTAL OF ALL SCHEDULES (A) TO (J) UNCONDITIONAL REBATE TOTAL OF ALL SCHEDULES (A) TO (J) AFTER APPLYING REBATE (RUPEES) (i) In figures (ii) In words. SIGNATURE OF AUTHORIZED SIGNATORY OF TENDERER NAME OF SIGNATORY NAME AND SEAL OF TENDERER DATE: PLACE: Page 2 of 36 Signature of the tenderer Under seal of the firm SCHEDULE (BILL) OF QUANTITY TENDER NO.80/OT/R/BCCL-PATHERDIH/Rly.-Siding/2015 Dated 25.02.2015. Name of work: Renovation/Streghthening of existing Railway Siding for Patherdih Coal Washery of BCCL, Dist.-Dhanbad, Jharkhand Schedule A (Formation Work ) ITEM Description of Items No 1 1 2 a) b) 3 2 Site clearance including removal of grass/vegetation, shrubs and tree upto 30 cm girth as per specification and disposal as directed by the Engineer-in- charge. Felling trees of girth (measured at a height of 1m above ground level) including lead and stacking of material within 100m. Note : 1. When stumps are grubbed up in addition, the rates shall be doubled for trees cut and grubbed. 2. Payment for grubbing shall only be made where specially ordered. 3. Grubbing shall be ordered only where it is essential to remove the stumps, including the roots, as per specification. 4. Grubbing shall include removal of roots of trees and saplings to a depth of 60cm below ground level or 30 cm below formation level or 15 cm below sub grade level, whichever is lower. Girth over 30 cm and upto 60 cm Girth Beyond 60 cm girth upto and including 1.50 m girth Earthwork in cutting formation, in all classification of soil, including side drains, catch water drains dressing and plumbing sides, levelling and dressing of formation upto desired level, trolley refuses etc. bailing out of water by pumping with contractor's pump, fuel etc. of by and other means during the progress of the work including transportation of suitable earth to embankment& disposal of unsuitable earth & dressing the section as per approved drawing and specifications including disposal & leveling of excavated spoil within 5km of site premises. The rate includes all leads and lift, ascent, descent, loading, unloading, and transporting by any means, crossing Road/Rly tracks/Obstacles etc. and also other incidental charges as may be required complete in all respect.The entire responsibility of the cut spoils will be owned by the contractor. The rate also includes transportation of earth suitable for filling to embankment for which no extra payment will be made except compaction as per item No.6 of sch-A. Unit Qty. UNIT RATE TOTAL COST 3 Sqm 4 100000.00 5 4.82 6 482000.00 Each Each 10.00 5.00 148.20 654.95 1482.00 3274.75 Cum 27500.00 163.81 4504775.00 Page 3 of 36 Signature of the tenderer Under seal of the firm 1 2 3 4 5 6 4 Supplying & spreading of stone dust as Blanketing material over the embankment as per RDSO Guide line no. GE.G.1 (July 2003) The rate shall include cost of material, all lead, lift ascent, descent testing, supply of labour and mechanical compaction as required for execution of the work as per specification. Earth work in filling formation with contactor's own earth of approved quality and specification brought from outside , as per drawing & specification including leading out and filling suitable earth in layers not exceeding 300mm in loose state on formation including watering /drying compacting the same as per profile & specification. The rate includes all charges of excavation, leading out the earth to embankment , Spreading in layers not exceeding 300mm in loose state as per profile and specification The rate also includes excavation & removal of slusy layers after dewatering (if required), all lead & lift , ascent, descent loading , unloading & transportation by any means, crossing road/railway tracks obstractles etc. all taxes including royalty etc. if leviable by the local body or Govt. as applicable & other incidental charges as may be required. Payment will be made on compacted quantity only) payment of mechanical compaction will be made as per item No-6 Mechanical compaction of earth work in filling in formation in layers not exceeding 300 mm thickness in loose state including watering and/or drying so as to achieve the required moisture content and compacting with contractors heavy duty power driven/ vibratory roller / sheep foot roller of desired capacity to achieve dry density at least equal to 98% of the Maximum Dry Density as per IS:2720(Pt.VIII-1983) with contractor's own tools and plants required with crew and fuel. The rate shall include all lead, lift, ascent, descent, testing, supply of labour and watering arrangement etc. as required for execution of the work as per specification. Providing Turfing on the slopes of the embankment with tenders sods of grass ,100mm in thickness (approx) including dressing to obtain neat appearance and watering the sods till they are firmly rooted including all lead , lift , ascent , descent , royalty , incidental charges , materials , labour , transport , royalty taxes ,complete as required including dressing of the slopes complete in all respects. Cum 74750.00 1002.84 74962290.00 Cum 104150.00 242.05 25209507.50 Cum 104150.00 14.80 1541420.00 Sqm 10750.00 51.60 554700.00 5 6 7 Page 4 of 36 Signature of the tenderer Under seal of the firm 1 2 3 4 5 6 8 Demolishing dressed stone masonry including stacking of serviceable material and disposal of unserviceable material within 50m lead. a)In cement mortar. Demolishing R.C.C. work including cutting and stacking of steel bars and disposal of unserviceable material within 50m lead. Cum 100.00 562.27 56227.00 Cum 100.00 729.06 72906.00 9 Total Amount of Sch-A SCHDULE - B (Track linking work) ITEM Description of Items Unit Qty. No 1 Laying, B.G. straight or curve Track with following Tr.M. 13250.00 rail section (SWR of 33m to 40m rail pre-welded pannel ) and concrete sleeper (M+7) density with standard fittings ensuring correct specing of sleepers, fixing and tightening of Fish Bolts & Nuts and maintaining proper guage, alignment, level (both cross & longitudinal ), expansion gap at rail joints, super elevation as necessary and with one initial through packing. The rate should be inclusive of dekinking of rails as required, cutting of rails as required on straight and curve track for squaring of joints, drilling holes on web of rail square to rail surface by using proper template for fish plated joints, champhering of drilled holes, greasing and oiling of fish plates and fish bolts and nuts and at fishing zone of the rail ends including supply of grease oil etc. Sleepers spacing versine, super elevation etc. shall also be marked by the contractor with white paint at his own cost. The work has to be carried out as laid down in IRPWM and as per direction of the Engineer-in-charge at site. The unit of track metre consists both sides rails, sleepers and all other fittings required thereof. (With 60 kg (New/SH) rails section) 2 Cutting rails (New/SH) rails section inside/outside track. 60/52 kg (New/SH) rails section Each 650.00 Rs. 107388582.25 UNIT RATE 341.05 TOTAL COST 4518912.50 113.76 73944.00 Page 5 of 36 Signature of the tenderer Under seal of the firm 1 3 4 5 2 3 4 5 6 Welding of rail joints 60 kg from single rail to 3-rail panel on cess by SKV process with contractors PORTION approved by RDSO (to be supplied with authenticated certificate), dry moulds including other welding mats, supplying skilled/artisan staff like welder, moulder, chipper,lutter, aligner, striker/hammer man & adequate nos. of semiskilled and un-skilled labour and supplying petrol, as required for facilitating welding works on track by shifting the joint sleepers upto 30 cm on either side, providing suitable gap of about 23 mm to 25 mm for welding, fixing the petrol tanks & heating the rail ends by approved contractor's equipment and chipping the excess materials if required, aligning, leveling etc. complete including filing after welding on cess. Supply & delivery of Machine crushed stone ballast of 50 mm size clean angular, hard and durable track ballast as per specification and stacking the same on cess of the formation or toe of the bank or at suitable place as directed by engineer-in-charge at site. The rate includes all cost of lead, lift, royalty, sales tax & other tax and duties and all incidentalcharges complete as applicable. Tools, plants and screens of approved mesh & dimensions required for inspection and passing at the time of measurement are to be arrenged by the contractor. The rate also includes leveling of ground, if necessary, where the ballast are to be stacked. Handling, lifting and leading of ballast from stacks with lead of 100m, which have been duly measured and spreading ballast on formation, Track & turnouts to ensure uniform and compact ballast cushion under the sleepers desired ballast profile. Spreading of ballast should be as per specified line and level and maintaining approved profile as provided in the technical specifications. Spreading of ballast on formation will be done only after supply is completed for a particular stretch as decided by Engineer in charge and ballast stacks have been released for spreading. Each Joint 1546.00 3625.00 5604250.00 Cum 31680.00 1844.45 58432176.00 Cum 31680.00 165.84 5253811.20 Page 6 of 36 Signature of the tenderer Under seal of the firm 1 6 7 8 2 Through packing of any kind of sleepers with stone ballast to maintain correct alignment cross and longitudinal level as required for maintaining track gauge, versine, superelevation etc. on both straight and curve track laid with contractor's tools and labour inclusive of all charges as per IRPWM and as directed by Engineer-in-charge. 3 4 5 6 First through packing of track 2nd through packing of track 3rd through packing of track Tr.M. Tr.M. Tr.M. 13250.00 13250.00 13250.00 42.04 35.05 35.05 557030.00 464412.50 464412.50 4th through packing of track Dismantling of existing B.G.Track of 60kg/52Kg/90R or any section of rails with any kind of sleepers with fittings and fastenings. The rate should be inclusive of cutting of rails, bolts & nuts, if necessary, for dismantling of track. Released materials should be kept seperately i.e. Rails , Sleepers, fastenings etc. by the side of the track up to a free lead of 30m as per direction of the Engineer-in-Charge. Excavation of earth, overburden, etc. from the track and screening of complete ballast section of the track through seive of specified size up to a depth of as specified below bottom of sleeper. This includes opening of ballst, digging down for the following depth below the bottom of sleepers, taking out caked ballast and muck etc, from the entire section, putting back of cleaned ballast as per required ballast profile, throwing away screened muck, overburden etc. on the toe of the bank or on the cess if low or above the top of cutting lead not exceeding 30m as per direction of Engineer-in-charge, grading the bed to the edge of the formation for effective drainage and including one round of kutcha packing with ballast. Upto a depth of 200mm below bottom of sleeper. Tr.M. Tr.M. 13250.00 11000.00 35.05 102.08 464412.50 1122880.00 11000.00 253.00 2783000.00 Tr.M. Page 7 of 36 Signature of the tenderer Under seal of the firm 1 2 Excavation of earth, overburden, etc. from the T-out above top of sleeper and screening of ballast for 1 in 8.1/2 Turn-outs in running track upto a depth of 200 mm below bottom of sleeper through sieve of specified size. This includes opening of ballast, digging down 200 mm below the bottom of sleepers, taking out caked ballast and muck etc, from the entire section, putting back of cleaned ballast as per required ballast profile, throwing away screened muck, overburden etc at a distance of 50m as per direction of Engineer-in-charge, grading the bed to the edge of the formation for effective drainage & including initial packing of sleepers. 3 Set 4 25.00 5 13282.50 6 332062.50 Dismantling of existing B.G. 1 in 8.1/2 Turn-outs of 52kg/ 90R or any section of rails with any kind of sleepers with fittings & fastenings. The rate should be inclusive of cutting of rails, fish plates, bolts & nuts, if necessary, for dismantling of Turnouts. Dismantled materials should be segregated and are to be kept separately i.e. Rails, Sleepers, fastenings etc. by the side of the track as per direction of the Engineer-inCharge. Set 25.00 9466.00 236650.00 Assembling, linking and laying in position B.G.Standard 60 kg/52 kg turn-outs on P.S.C. sleepers including approach & exit PSC sleeper portion to correct alignment & gauge.This includes switches lead rails, stock rails both straight and curve, crossing with 60 kg/52 kg rails and standard fittings ensuring correct spacing of sleepers fixing & tightening of Fish bolts & nuts and maintaining proper guage, expansion gap at rail joints and with one initial through packing. The rate should be inclusive of dekinking of rails as required, bending stock rails, cutting of rails to required standard size and drilling holes on web of rails square to rail surface by using proper template (for fixing fishplates, distance block, stretcher bars), greasing and oiling of fish plates & fish bolts and nuts and at fishing zone of the rail ends including supply of grease, oil etc. complete in all respects. The rate should also be inclusive of carrying rails, sleepers, switches, crossings, fittings & fastenings with all lead, lift, ascent, descent crossing Road/Rly line if necessary from Client/RITES Store Depot to Site of work within a distance of 1 km. Sleeper spacing shall also be marked by the contractor with white/yellow paint at his own cost. The work has to be carried out as laid down in IRPWM and as per direction of the Engineer-in-Charge at site. (1 in 8½ Turnout/Sym. split) Page 8 of 36 Set 9 10 11 23.00 71281.71 1639479.33 Signature of the tenderer Under seal of the firm 1 12 13 2 Assembling, linking and laying in position B.G.Standard 60 kg/52 kg turn-outs on P.S.C. sleepers including approach & exit PSC sleeper portion to correct alignment & gauge.This includes switches lead rails, stock rails both straight and curve, crossing with 60 kg/52 kg rails and standard fittings ensuring correct spacing of sleepers fixing & tightening of Fish bolts & nuts and maintaining proper guage, expansion gap at rail joints and with one initial through packing. The rate should be inclusive of dekinking of rails as required, bending stock rails, cutting of rails to required standard size and drilling holes on web of rails square to rail surface by using proper template (for fixing fishplates, distance block, stretcher bars), greasing and oiling of fish plates & fish bolts and nuts and at fishing zone of the rail ends including supply of grease, oil etc. complete in all respects. The rate should also be inclusive of carrying rails, sleepers, switches, crossings, fittings & fastenings with all lead, lift, ascent, descent crossing Road/Rly line if necessary from Client/RITES Store Depot to Site of work within a distance of 1 km. Sleeper spacing shall also be marked by the contractor with white/yellow paint at his own cost. The work has to be carried out as laid down in IRPWM and as per direction of the Engineer-inCharge at site. (1 in 12 Turnout/Sym. split) Assembling, linking and laying in position B.G.Standard 60 kg/52 kg turn-outs on P.S.C. sleepers including approach & exit PSC sleeper portion to correct alignment & gauge.This includes switches lead rails, stock rails both straight and curve, crossing with 60 kg/52 kg rails and standard fittings ensuring correct spacing of sleepers fixing & tightening of Fish bolts & nuts and maintaining proper guage, expansion gap at rail joints and with one initial through packing. The rate should be inclusive of dekinking of rails as required, bending stock rails, cutting of rails to requiredstandard size and drilling holes on web of rails square to rail surface by using proper template (for fixing fishplates, distance block, stretcher bars), greasing and oiling of fish plates & fish bolts and nuts and at fishing zone of the rail ends including supply of grease, oil etc. complete in all respects. The rate should also be inclusive of carrying rails, sleepers, switches, crossings, fittings & fastenings with all lead, lift, ascent, descent crossing Road/Rly line if necessary from Client/RITES Store Depot to Site of work within a distance of 1 km. Sleeper spacing shall also be marked by the contractor with white/yellow paint at his own cost. The work has to be carried out as laid down in IRPWM and as per direction of the Engineer-inCharge at site. (1 in 8½ Derailing switch ) 3 Set 4 4.00 5 95042.28 6 380169.12 Set 3 25344.61 76033.83 Page 9 of 36 Signature of the tenderer Under seal of the firm 1 14 15 16 17 2 Through packing of 1 in 8½ Turn-out/Sym. split on any kind of sleepers with stone ballast to maintain correct alignment cross and longitudinal level as required for maintaining track gauge, versine, superelevation etc. on both straight and curve track laid with contractor's tools and labour inclusive of all charges as per IRPWM and as directed by Engineer-in-charge. (Note: Length of turnout will be considered from stock rail joint to the rail joint after 4th exit sleeper) 3 4 5 6 First Through packing Set 23.00 6733.60 154872.80 2nd Through packing Set 23.00 5822.80 133924.40 3rd Through packing Set 23.00 5519.20 126941.60 4th Through packing Set 23.00 5519.20 126941.60 First Through packing Set 4 9162.40 36649.60 2nd Through packing set 4 8251.60 33006.40 3rd Through packing set 4 7340.80 29363.20 4th Through packing set 4 7340.80 29363.20 First Through packing 2nd Through packing set set 3 3 2244.53 1940.93 6733.59 5822.79 3rd Through packing set 3 1839.73 5519.19 4th Through packing set 3 1839.73 5519.19 Metre 3500.00 1156.54 4047890.00 Through packing of 1 in 12 Turn-out/Sym. split on any kind of sleepers with stone ballast to maintain correct alignment cross and longitudinal level as required for maintaining track gauge, versine, superelevation etc. on both straight and curve track laid with contractor's tools and labour inclusive of all charges as per IRPWM and as directed by Engineer-in-charge. (Note: Length of turnout will be considered from stock rail joint to the rail joint after 4th exit sleeper) Through packing of 1 in 8½ Derailing switch on any kind of sleepers with stone ballast to maintain correct alignment cross and longitudinal level as required for maintaining track gauge, versine, superelevation etc. on both straight and curve track laid with contractor's tools and labour inclusive of all charges as per IRPWM and as directed by Engineer-in-charge. (Note: Length of turnout will be considered from stock rail joint to the rail joint after 4th exit sleeper) Manufacturing and fixing of check rails for Curve & L-xing by Machine cut of 60/52 kg /90R rails of required size . Drilling holes on web by drilling machine as per requirement. Fixing the check rail to inner side of running Rail in case of curve and both the running rails of L-Xing with the help of C.I. Bracket bolts and nuts and plate screw at an intervals as directed by engineer-in-charge maintaining proper check rail clearance and fixing them on each concrete sleeper. RAILs will be provided by Employer free of cost. Page 10 of 36 Signature of the tenderer Under seal of the firm 1 18 19 20 21 22 23 24 2 3 4 5 6 Cutting Metal liners as per enclosed drawing for use at Fish Each 2952.00 12.67 37401.84 plated joints. Making and fixing in position cement concrete (1:2:4) Each 27 1420.37 38349.99 Fouling Mark as per enclosed drawing with proper painting and lettering as per directives of the Engineer-in-Charge of the work. The rate is inclusive of all materials like cement, stone agreegates, sand and paints etc, with all incidental works required for fixing in position complete in all respects. Trolleying new rails, PSC sleepers from the Client/RITES Site MT 9000.00 567.83 5110470.00 store to the site of work by contractors transport/diplorry upto a distance of 1 km including handling, loading, unloading of materials with all lead, lift, crossing road/ rly. tracks etc complete. Trolleying new rails, PSC sleepers for every addl. ½ km by MT 4500.00 77.15 347175.00 contractors transport/diplorry Transportation of released rails, sleepers, fittings & fastenings MT 5750.00 567.83 3265022.50 from site to the dept. store of SECL/RITES by contractors transport upto a distance of 2 km including handling, loading, unloading of materials with all lead, lift, crossing road/ rly. tracks etc complete. Construction of R.C.C. buffer as per RITES drawing including Each 2.00 231043.21 462086.42 supply of reinforcement, cement, buffer wooden sleepers (2.75m x 0.3m x 0.20m), bolts & nuts, washers and all other materials. The rate should also include painting of buffer wooden sleeper with approved quality red paint. The rate should also be inclusive of digging of foundation trenches, shuttering & forma finishing with all lead, lift ascent, descent etc. complete (as per RITES drg.). Fabricatio, manufacturing and supply of glued insulated joint Each 100.00 70517.06 7051706.00 of following Rail section as per RDSO drg. no. provided with 2nos. X 3.25m long Rail and joining by 1m long fish plates & upto date alt. & conforming to IRS specification including cost of all supplied materials required thereof i.e. the cost of rail, fish plates, fish bolts & nuts complete in all respect. With 60 kg/m (UIC) 1st quality rails to RDSO Drg. No. T-5843 (G3L type) (With Contractors supply of rails) Total Amount of Sch-B Rs. 103458395.29 Page 11 of 36 Signature of the tenderer Under seal of the firm Schedule- "C" (Supply of Points & Crossings) Description of Items ITEM No 1 B.G. 1 in 8.1/2 Points & Xings with 60 kg (IRS-T12) 90 UTS 1st quality rails on PSC sleeper layout as per RDSO Drg. No. T-4865, T-4966 & T-4967 with CMS Crossings, all fittings & fastenings, 2 pair of 1m long fish plates, bolts & nuts, Lead rails, standard fish plates(610mm long) and fish bolts & nuts complete but exclusive of PSC sleepers. 2 B.G. 1 in 12 Points & Xings with 60 kg (IRS-T-12) 90 UTS 1st quality rails on PSC sleeper layout as per RDSO Drg. No. T-4218, T-4219 & T-4220 with CMS Crossings, all fittings & fastenings, 2 pair of 1m long fish plates, bolts & nuts, Lead rails, standard fish plates(610mm long) and fish bolts & nuts complete but exclusive of PSC sleepers. 3 B.G. 1 in 8.1/2 Derailing switch with 60 kg (IRST-12) 90 UTS 1st quality rails on PSC sleeper layout as per RDSO Drg. No. T-6068, with all fittings & fastenings, bolts & nuts, Lead rails, standard fish plates(610mm long) and fish bolts & nuts complete but exclusive of PSC sleepers. Unit Qty. TOTAL COST 23 UNIT RATE 946755.57 Set Set 4 1127752.95 4511011.80 Set 3 306303.27 918909.81 21775378.11 Total Amount of Sch-C Rs. 27205299.72 Schedule- "D" (Supply of PSC Sleepers) ITEM Description of Items No 1 B.G. Monoblock Prestressed concrete sleepers (category I ) as per RDSO drawing No.T-2496 (PSC-14) and IRS Specification T-39 (with latest alterations, if any). 2 B.G. Monoblock Prestressed concrete sleepers (category I ) as per RDSO drawing No.T-4186 and IRS Specification T-39 (with latest alterations, if any). 3 B.G. PSC sleepers (category I ) for 1 in 8.5 Turn out including approach & eexit sleepers as per turn out assembly RDSO drawing No.T-4865 with up to date alt. and confirming to IRS Specification. 4 B.G. PSC sleepers (category I ) for 1 in 12 Turn out including approach & eexit sleepers as per turn out assembly RDSO drawing No.T-4218 with up to date alt. and confirming to IRS Specification. 5 B.G. PSC sleepers (category I ) for 1 in 8.5 derailing switch as per RDSO drawing No.T6068 including approch and exit sleepers with up to date alt. and confirming to IRS Specification. TOTAL COST 16509 UNIT RATE 2414.03 Each 5926 2648.19 15693173.94 Set 23 307622.83 7075325.09 Set 4 488744.33 1954977.32 Set 3 135686.12 407058.36 Unit Qty. Each Total Amount of Sch-D 39853221.27 Rs. 64983755.98 Page 12 of 36 Signature of the tenderer Under seal of the firm Schedule- "E" (Supply of P. way fittings) ITEM No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Description of Items Unit Qty. TOTAL COST 90124 UNIT RATE 65.16 Suply of Elastic Rail clips with flat toe (MK.III) to RDSO Drg. No. T-3701 conforming to IRS specifications. Suply of Elastic rail clips type'J' for use at fish plated joints as per RDSO Drg. No. T-4158 conforming to IRS Specification. Supply of GNF liners for 60 Kg BG PRC Sleepers, to RDSO drawing No. T-3706 (upto date Alteration) conforming to IRS spoecification for use with Mark-III flat toe ERC (Drg. No. T-3701) Supply of Grooved rubber sole plate to RDSO Drg. No.T-3711 Supply of Fish Plates 60 kg to RDSO Drg. No.T1898 Alt 5 (Note: 1 Pair = 2 Fish Plates) Supply of Fish Bolts and nuts as per RDSO Drg. No. T-1899 Alt-2 of size 25 mm dia and 140 mm long conforming to IRS Specification No.T-23/67. Suply of Combination Fish Plates 60 kg - 52 kg as per RDSO Drg. No.T-696, T-697, T-698, T-699 with upto date alt and conforming to IRS-T-6 Suply of Bolts & nuts (25mm x 190mm) as per RDSO Drg. No.T-11514,IRS T-23 and Steel round Up to 63 mm conforming to IS-1875. Supply of 60kg Joggled fishplate to RDSO Drg. No.T- 4016 with clamps to RDSO Drg. No. T-4017 & 4017/1 and bolts to RDSO Drg. No.T11524(One set comprises of two fishplates and 4 clamps of each type and four bolts). Supply of Plate screw as per RDSO Drg. no. T3913 Cpnforming to IRS-T-16 Each Each 6183 68.23 421866.09 Each 94123 12.89 1213245.47 Each 45767 21.77 996347.59 Pair 841 2178.86 1832421.26 Each 3364 69.95 235311.80 Set 10 9068.93 90689.30 Each 40 82.14 3285.60 Set 42 5791.91 243260.22 Each 11852 38.97 461872.44 Suply of CI bracket as per RDSO Drg. No. T- 4917 comforming to IS;210-1962(Grade 20) and IRS T10 Supply of Distance Bracket as per RDSO Drg. No. T- 4785 conforming to IS: 210-1962 (Grade 20) and IRS T-10 Suply of Bolts and nuts( 22mm x 110mm) including single coil spring washer as per RDSO Drg. No. T-11550 , IRS T-10 Suply of Single coil spring washer RDSO Drg. No. EDO/T-10773, conforming to IRS-T-42-1988 Each 5926 482.66 2860243.16 Each 5926 67.71 401249.46 Each 5926 61.36 363619.36 Each 11852 5.12 60682.24 5872479.84 Page 13 of 36 Signature of the tenderer Under seal of the firm 1 15 16 17 2 3 4 5 6 Supply of 10mm thick and 144 mm wide Grooved Rubber sole plate for 60 Kg.rails conforming to IRS specification for rubber pad of ballast less track MTP/Kolkata [Note:The ends of rubber pad should be jointed by Araldite adhesive to make it continuos padding under the rail seat] Supply of SGCI Inserts for 60 kg rails as per RDSO Drg. No. T-381 with upto date Alt. Conforming to IRS-T-32-84 Supplying of combination GFN liners to RDSO Drg.No T-3707 & T-3708 (up to date altaeration) conforming to IRS specification for use with mark -III flat toe ERC ( DRG.No. T-3708) (Note: 1 set= one each of T-3707 & 3708) Metre 546 621.93 339573.78 Each 2080 117.23 243838.40 Set 1092 28.96 31624.32 Total Amount of Sch-E Rs. 15671610.33 Schedule- "F" (Epoxy work on Track Hopper including Supply of materials) ITEM No 1 2 Description of Items Unit Qty. 218.00 UNIT RATE 5256.85 TOTAL COST 1145993.30 Making new epoxy levellling layer of 13.6mm for a width upto 400 mm with Araldite Gy-257, hardener Hy-840, Hardener HY-960 and Quartz sand Mix-10 in the proportion of 100:50:2:800 by weight to be applied over a priming coat of Araldite Gy-257 and Hardener Hy-840 in the proportion of 100:50 & one top coat over the levelling layer with Araldite Gy257, Hardener Hy-840 and Hardener Hy-960 in the proportion of 100:50:2 (as per RITES Drg.) The top coat over levelling layer are to be applied only over the top of final levelling layer. The rate is also inclusive of chipping the undulated concrete surface over the beam & removal of laitance by wire brushing and blowing of pneumatic air to attain the minimum leveling layer of 13.6mm. Making epoxy levellling layer as required over 13.6mm for a width upto 400mm to match with the proposed rail level with Araldite Gy-257, hardener HY-840, Hardner HY-960 and Quartz sand Mix-10 in the proportion of 100:50:2:800 by weight ( Approx. addl. Thickness = 25mm) NB:- Av.Addl Thickness 25mm throughout the lenth of beam to be considered for calculation of amount . Sqm Avg.25 mm thick/per Sqm. 218.00 7491.25 1633092.50 Page 14 of 36 Signature of the tenderer Under seal of the firm 1 3 4 5 6 7 2 Grouting of SGCI Inserts in the existing hole on beam of Track Hopper with ARALDITE GY-257, HARDENER HY-840, HARDENER HY-960 and QUARTZ SAND in the proportion of 100:50:2:400 by weight upto the required depth for laying of track with 60 Kg.rail over 10mm thick continuous rubber pads as per RITES Drg. The rate is also inclusive of chipping of existing pockest, if necessary to grout the Inserts at proper level. Providing additional quantities of grouting compound inside the pockets with ARALDITE GY-257, HARDENER HY-840, HARDENER HY960 AND QUARTZ SAND in the proportion of 100:50:2:400 by weight for bigger size of pockets beyond the actual pocket size of 65mm X45mm X 120mm. upto 25% excess Making new pockets of 65mm X 45mm X 120mm depth as required for grouting additional Inserts over the existing concrete surface of beam of Track Hopper. Scrapping rust, dust etc. from rails sruface by wire brushing, chiseling etc. & painting of rail surface with anti corrosion paints i,e. one coat zinc chromate primer foolowed by two coat of bituminous emulsion after properly cleaning the surface including handling, re-handling etc.Painting is to be doneon web, foot and bottom of rail surface of rail except surface of rail head. The rate includes cost of labour and cost of approved make primer and bituminous emulsion (Berger, Shalilmar, ICI, Asian paints or any other make of equivalent qualilty) Supplied by the contractor (Note:-The rails must be painted before the same are laying into track) Cutting liners as per enclosed drawing for use at Fish plated joints 3 Each 4 2080.00 5 287.15 6 597272.00 100CC 156000.00 81.81 127623.60 Each 312.00 202.46 63167.52 Metre 546.00 90.15 49221.90 Each 40.00 12.67 506.80 Page 15 of 36 Signature of the tenderer Under seal of the firm 1 8 2 3 4 5 6 Laying 60 Kg. rails (single rail) over concrete 'Track Hopper' with standard fittings ensuring correct spacing of SGCI Inserts, fixing & tightening of Fish bolt & nuts and maintaining proper guage,alignment, level (both cross & longitudinal ), expansiongap at rail joints. The rate should be inclusive of dekinking of rails as required, cutting of rails as required on straight for squaring of joints, driling holes on web of rail square to rail surface by using proper template for fish plated joints, greasing and oiling of fish plates & fish bolts and nuts and at fishing zone of the rail ends including supply of grease oil etc. complete in all respect. The rate should also be inclusive of carrying rails,fittings & fastenings with all lead, lift, ascent, descent,crossing road/Rly lines,etc. if necessary from RITES/BCCL Store Depot to site of work within a distance of 1 Km. Metre 546.00 394.81 215566.26 Total Amount of Sch-F Rs. 3832443.88 Schedule-G:(Construction of P.C.C.Drain) ITEM Description of Items No 1 Earthwork in cutting (classified) in formation, trolley refuges, side drains, level crossing approaches, platforms, catch water drains, diversion of nallah & finishing to required dimension and slopes to obtain a neat appearance to standard profile inclusive of all labour, machine & materials and removing & leading all cut spoils either to make spoil dumps beyond 10m from cutting edge or for filling in embankment with all leads within the section limit, lifts, ascent, descent, loading, unloading, all taxes/royalty, clearance of site and all incidental charges, bailing & pumping out water, if required, etc. complete as per directions of the Engineer-in-Charge. The work is to be executed as per latest / updated edition of "Guidelines for Earthwork in Railway Projects" issued by RDSO, Lucknow. Cut trees shall be property of Railways and to be deposited in the railway godown unless specified otherwise in the Special Conditions of Contract a)In all conditions and classifications of soil except rock 2 Providing and laying Cement concrete in foundations rammed in layers not exceeding 150mm thick including contractors cement , sand and stone ballast( 40mm down)of grade (M-10) and formwork if necessary Unit Qty. TOTAL COST 6500.00 UNIT RATE 163.81 Cum Cum 650.00 3996.76 2597894.00 1064765.00 Page 16 of 36 Signature of the tenderer Under seal of the firm 1 3 4 2 3 4 5 6 Cement Concrete M-20 grade in construction of side drain along the railway track with contractors cement, well graded hard stone, machine crushed coarse aggregate( 20mm down) and sand of approved quality (zone-III or coarser) including cost of admixture(if any) , excluding shuttering/ply board etc. as per drawing with all contractors labour, tools and plants, curing, lead, lift, ascent, descent, loading, unloading, royalty, taxes, freight, and any other charges incidental to the work complete (contractor to arrange water with any lead ) as per IS:456-2000 as directed by the Engineer-in-Charge or his authorized representative at site .All concrete work should be mechanically vibrated by needle vibrator /plate vibrator as required. Hire and labour charges for shuttering with centering and necessary stagging at any level using approved struts/props and thick hardwood planks of approved thickness with required bracing of concrete slabs beams, column, piers, abutments, pillars, posts and struts, Retaining walls, return walls, walls (any thickness) etc. including fitting fixing and striking out after completion of works as per specification and drawing and direction of Engineer. Cum 3480.00 5132.03 17859464.40 Sqm 20300.00 138.30 2807490.00 Total Amount of Sch-G Rs. 24329613.40 Page 17 of 36 Signature of the tenderer Under seal of the firm Schedule- H :(Construction of RCC Box RUB) ITEM No 1 3 4 Description of Items Unit Qty. TOTAL COST 1500.00 UNIT RATE 292.93 Earthwork in excavation in foundation trenches for Wharf walls, in all sorts of soil including backfilling in layers with excavated soil with proper compaction, removing, spreading or stacking the spoils/earth within a lead of 5km . The item includes necessary trimming the sides of trenches, leveling, dressing and ramming the bottom, slush, bailing out/pumping any water accumulated in excavated pit , side shoring etc. complete in all respect as per the direction of the Engineer-in- charge. The rate includes back filling behind bridges, humepipes etc with suitable excavated earth (approved by the Engineerin-Charge) , leading out the earth to embankment, spreading in layers and dressing of bank to required profile including demarcation and setting out of profile as per technical specification for earth work. a) All kinds of soil Supplying & Spreading of approved quality sand uniformly over the foundation trench of bridges , retaining walls and where required in layers not exceeding 150mm thick or as directed by the Engineer -in-charge at site including watering , ramming / compaction to achieve the required compaction with all lead , lift , loading , unloading , royalty , taxes etc with any lead etc complete. Cum Cum 450.00 1318.44 593298.00 Providing and laying Plain Cement Concrete 1:3:6 with graded stone aggregate of 40mm nominal size, in foundation and floors, retaining walls of bridges including mechanical mixing, vibrating, pumping and bailing out water where ever required with all materials and labour complete but excluding the cost of cement and shuttering as per drawings and technical specifications as directed by Engineer-in-Charge. Cum 25.00 3996.76 99919.00 439395.00 Page 18 of 36 Signature of the tenderer Under seal of the firm 1 5 6 2 Cement Concrete M-20 grade design mix in foundation of bridges, Wing walls, Drop walls, Return walls ,Toe walls, Wearing coarse, Coping, concrete apron etc. with contractors cement, well graded hard stone, machine crushed coarse aggregate( 20mm down) and sand of approved quality (zone-III or coarser ) including cost of admixture(if any), excluding shuttering etc. as per drawing with all contractors labour, tools and plants, curing, lead, lift, ascent, descent, loading, unloading, royalty, taxes, freight, and any other charges incidental to the work complete (contractor to arrange water with any lead ) as per IS:456-2000 as directed by the Engineer-in-Charge or his authorised representative at site .All concrete work should be mechanically vibrated by needle vibrator /plate vibrator as required. Reinforced Cement Concrete M-35 grade design mix in construction of Bridges foundation, wing wall , drop wall, retaining wall ,abutment wall, intermediate wall etc. with contractors cement, well graded hard stone, machine crushed coarse aggregate( 20mm down) and sand of approved quality (zone-III or coarser ) including cost of admixture(if any) excluding shuttering/ ply board etc as per drawing with all contractors labour, tools and plants, curing, lead, lift, ascent, descent, loading, unloading, royalty, taxes, freight, and any other charges incidental to the work complete (contractor to arrange water with any lead ) as per IS:456-2000 as directed by the Engineer-in-Charge or his authorised representative at site .All concrete work should be mechanically vibrated by needle vibrator /plate vibrator as required. The cost of Reinforcement will be paid separately. 3 Cum 4 100.00 5 5132.03 6 513203.00 Cum 460.00 5673.10 2609626.00 Page 19 of 36 Signature of the tenderer Under seal of the firm 1 7 8 9 10 2 3 4 5 6 Supplying and Placing in position TMT steel reinforcement of as per IS : 1786 for RCC work including straightening cutting, bending , binding & placing of reinforcement with contractor 's annealed binding wire of 16SWG and placing with correct spacing in position in all sub structure & super structure works of bridges and other structure as per drawing including all lead & lift with all labour and material .Supply and placing with proper cover block supports , chairs overlaps etc. in all heights & depths etc.The reinforcement to be supplied should be make of SAIL , TISCON, RINL and free from dirt, grease or corrosion. Hire and labour charges for shuttering with centering and necessary stagging at any level using approved struts/props and thick hardwood planks of approved thickness with required bracing of concrete slabs beams, column, piers, abutments, pillars, posts and struts, Retaining walls, return walls, walls (any thickness) etc. including fitting fixing and striking out after completion of works as per specification and drawing and direction of Engineer. Hand Packed dry boulder filling on the back side of Wharf wall including supply, carriage of stone. Cost of all materials & Labours with all lead & lift with boulder size 200mm to 250mm app.in dia. Dry stone pitching with hard stone boulders weighing approximately 35 kgs hand packed on bridge floor , aprons , along side slopes of banks etc including ramming and leveling the base , pumping and bailing out water (where required) grouting the joints with 1:4cement mortar with contractors cement and sand of approved quality (zone-III or coarser) with all contractors materials , tools, pumps , fuels ,plants, lead, lift, ascent, descent, loading, unloading , crossing of obstructions (if any) royalty, taxes , freight and all charges incidental to the works as per specifications and directions of the Engineer-in-charge or his representative at site. MT 60.00 64460.00 3867600.00 Sqm 800.00 230.28 184224.00 Cum 125.00 765.13 95641.25 Cum 50.00 1623.52 81176.00 Page 20 of 36 Signature of the tenderer Under seal of the firm 1 11 12 2 Providing and applying two coats of coal tar or bitumen confirming to IS:3117-1965 on the top and sides of RCC box/slabs @ 1.70 kg/sqm after cleaning the surface with all labour and materials complete job as directed by the Engineer-In-Charge. 3 Sqm 4 210.00 5 104.98 6 22045.80 Supplying fitting & fixing 75 mm dia PVC pipe for weep holes as per Drawing or as per instruction of Engineer-In-Charge. RM 40.00 124.90 4996.00 Total amount of Schedule-H Rs. 8511124.05 Schedule- J :(Construction of Relay Room Cum Panel Building ) ITEM No 1 Description of Items 2 3 4 Unit Qty. Earth work in excavation by mechanical means ( Hydrolic Excavator)/ manual means in foundation trenches or drains (not exceeding 1.5m in width or 10 sqm on plan) including dressing of sides and ramming of bottoms, lift up to 1.5m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50m. All kinds of soil.(DSR 2.8.1) Filling available excavated earth (excluding rock) in trenches plinth, sides of foundations etc. in layers not exceeding 20cm in depth : consolidating each deposited layer by ramming and watering, lead up to 50 m and lift up to 1.5m. (DSR 2.25) Surface dressing of the ground including removing vegetation and in-equalities not exceeding 15 cm deep and disposal of rubbish, lead upto 50 m and lift upto 1.5m :All kinds of Soil (DSR 2.28.1) Providing and laying damp-proof course 40 mm thick with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded a) Stone aggregate 12.5 mm nominal size). (DSR 4.10) Cum 360.00 UNIT RATE 130.80 TOTAL COST Cum 120.00 83.80 10056.00 100 Sqm 400.00 935.25 3741.00 Sqm 36.00 207.55 7471.80 b) Extra for providing and mixing water proofing material 'Impermo' or equivalent in cement concrete work @ 1 kg per 50 kg of cement. (DSR 4.12) per 50 kg cement 8.00 35.35 282.80 47088.00 0.00 Page 21 of 36 Signature of the tenderer Under seal of the firm 1 5 6 7 8 9 10 11 2 Applying a coat of residual petroleum bitumen of penetration 80/100 of approved quality using 1.7 kg per square metre on damp proof course after cleaning the surface with brushes and finally with a piece of cloth lightly soaked in kerosene oil (DSR. 4.13) Reinforced cement concrete work in walls (any thickness), including attached pilasters, buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments, posts and struts etc. up to floor five level excluding cost of centering, shuttering, finishing and reinforcement : 1:1:2 (1 cement : 1 coarse sand : 2 graded stone aggregate 20 mm nominal size)cum Reinforcement for RCC work including straightening, cutting, bending, placing in postion and binding all complete. 3 Sqm 4 36.00 5 96.65 6 3479.40 Cum 196.00 6974.30 1366962.80 a) Thermo-Mechanically Treated bars. (DSR 5.22.6) Centering and shuttering including strutting, propping etc. and removal of form for :Foundations, footings, bases of columns,Walls (any thickness) including attached pilasters, butteresses, plinth and string courses ,Suspended floors, roofs, landings, balconies and access platform.Shelves ,Lintels, beams, plinth beams, girders, bressumers and cantilevers.Columns, Pillars, Piers, Abutments, Posts and Struts. Brick work with FPS bricks of class designation 50 in foundation and plinth in : a) Cement Mortar 1:6 (1 cement : 6 cosare sand) (DSR 6.1.2) Brick work with FPS bricks of class designation 50 in superstructure above plinth level upto floor V level in all shape and sizes in: a) Cement Morter 1:6 (1 cement : 6 cosare sand) (DSR 6.4.2) Kg 20200.00 62.25 1257450.00 Sqm. 1600.00 311.20 497920.00 Cum 28.00 4125.46 115512.88 Cum 180.00 4706.14 847105.20 20 mm cement plaster of mix :1:6 (1 cement: 6 coarse sand) Sqm. 2590.00 169.50 439005.00 Page 22 of 36 Signature of the tenderer Under seal of the firm 1 12 2 Finishing walls with textured exterior paint of required shade :New work (Two or more coats applied @ 3.28 ltr/10 sqm) over and including priming coat of exterior primer applied @ 2.20kg/10 sqm.(EXTERIOR) 3 Sqm. 4 1050.00 5 117.70 6 123585.00 13 Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade. New work (two or more coats) over and including water thinnable priming coat with cement primer. Sqm. 1540.00 64.65 99561.00 14 Half brick masonry in superstrudture above plinth level upto floor V Level. (DSR 6.13.2) cement mortar 1:4 (1 cement : 4 coarse sand) Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position with hold fast lugs or with dash fasteners of required dia & length ( hold fast lugs or dash fastener shall be paid for separately )b) Sal wood. Providing and fixing ISI marked flush door shutters confirming to 15.22.2 (Part 1) nondecorative type, core of block board construciton with frame of 1st class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters a) 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws . Sqm. 320.00 476.85 152592.00 Cum 9.00 68648.90 617840.10 Sqm 46.00 1578.30 72601.80 Each 24.00 168.95 4054.80 Each 24.00 86.45 2074.80 15 16 17 18 Providing and fixing aluminium sliding door bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour or shade with nuts and screws etc. complete (b) 250 x 16 mm Providing and fixing aluminium tower bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade with necessary screws etc. complete (b) 250 x 10 mm Page 23 of 36 Signature of the tenderer Under seal of the firm 1 19 2 Providing and fixing aluminium handles ISI marked anodised (anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade with necessary screws etc. complete. 4 5 6 Each 24.00 62.50 1500.00 (a) Single Rubber stopper Each 24.00 28.60 686.40 Providing and fixing MS fan clamp Type-I & Type - II of 16 mm dia MS bar bent to shape with hooked ends in RCC slabs beams during laying including painting the exposed portion of loop, all as per standard design complete. (DSR 10.17) Each 30.00 106.30 3189.00 a) 125 mm 20 21 22 23 3 Providing and fixing aluminium hanging floor door stopper ISI marked anodised (anodic coating not less than grade AC 10 as per IS: 1868) transparent or dyed to required colour and shade with necessary screws etc. complete. Steel work welded in built up sections/framed work including cutting hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc., as required. a) In gratings, frames, guard bar, ladders, railings, brackets, gates and similar works. (DSR 10.25.2) Kg 11800.00 77.90 919220.00 Finishing with Deluxe Multi surface paint system for interiors and exteriors using Primer as per manufacturers specifications. Painting wood work/Steel work with Deluxe Multi Surface Paint of required shade. Two or more coat applied @ 0.90 ltr/10 sqm over an under coat of primer applied @0.75 ltr/ 10 sqm of approved brand or manufacture sqm 190.00 67.70 12863.00 Page 24 of 36 Signature of the tenderer Under seal of the firm 1 2 24 Providing and fixing PVC Door Frame of size 50x47mm with a wall thickness of 5 mm (± 0.2 mm) made out of single piece extruded PVC profile, with mitred cut joints and joint with 2nos of PVC bracket of size 190 mm x 100 mm long arms of cross section size 35 x 15mm & self driven self taping screws, the vertical door profiles to be reinforced with 40x20mm M.S. rectangular tube of 0.8 mm , including providing EPDM rubber gasket weather seal throughout the frame, including jointing 5mm PVC frame strip with PVC solvent cement on the back of the profile. The door frame to be fixed to the wall using 8 x100mm long anchor fasteners complete, all as per manufacturer’s 25 35 mm thick factory made Solid panel PVC Door shutter made out of single piece extruded soild PVC profiles, 5 mm (± 0.2mm) thick, having styles & rails (except lock rail) of size 95 mmx 35 mm x 5 mm, out of which 75 mm shall be flat and 20 mm shall be tapered (on both side), having one side thickness of 15 mm integrally extruded on the hinge side of the profile for better screw holding power, including reinforcing with MS tube of size 40 mm X 20 mm x 1 mm, joints of styles & rails to be mitered cut & joint with the help of PVC solvent cement, self driven self tapping screws & M.S. rectangular pipes bracket of size 190 mm X 100 mm of cross section size 35 mm x 17 mm x 1 mm at each corner. Single piece extruded 5mm thick solid PVC Lock rail of size 115 mm x 35 mm x 35 mm, out of which 95 mm to be flat and 20 mm to be tapered at both ends, having 15 mm solid core in middle of rail section integrally extruded, fixing the styles & rails with the help of solvent and self driven self tapping screws of 125 mm x 11 mm, including providing 5 mm Single piece solid PVC extruded sheet inserted in the door as panel, all complete as per manufacturer's specification and direction of Engineer-in-charge. Decorative finish (wood grained finish). 3 4 5 6 metre 20.00 545.30 10906.00 Sqm 5.40 3100.00 16740.00 Page 25 of 36 Signature of the tenderer Under seal of the firm 1 26 2 Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-in-charge . (Cost of aluminium snap beading shall be paid in basic item):With float glass panes of 5.50 mm thickness. 27 4 84.00 5 905.75 6 76083.00 Sqm 440.00 280.05 123222.00 Sqm 90.00 258.20 23238.00 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of steps etc. complete. (a) 40 mm thick with 20 mm nominal size stone aggregate 28 3 sqm Cement plaster skirting (up to 30 cm height) with cement mortar 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement 18 mm thick. 29 Providing and fixing 10mm thick acid and/or alkali resistant tiles of approved make and colour using acid and/or alkali resisting mortar bedding and joints filled with acid and/or alkali resisting cement as per IS : 4457 complete as per the direction of Engineer-in- Charge.In flooring on a bed of 10 mm thick mortar 1:4 (1 acid proof cement : 4 coarse sand). Sqm 40.00 1075.60 43024.00 30 Cement concrete pavement with 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) including finishing complete. Cum 9.00 4725.95 42533.55 31 Providing and laying Ceramic glazed floor tiles 300x300 mm (thickness to be specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick Cement Mortar 1:4 (1 Cement : 4 Sand) Sqm 24.00 764.55 18349.20 Page 26 of 36 Signature of the tenderer Under seal of the firm 1 2 32 Providing and fixing 1st quality ceramic glazed wall tiles conforming to IS:15622 (thickness to be specified by the manufacturer) of approved make in all colours, shades except bergundy, bottle green, black of any size as approved by Engineer-in-charge in skirting, risers of steps and dados over 12 mm thick bed of Cement Mortar 1:3 (1 Cement : 3 Coarse sand) and jointing with grey cement slurry @ 3.3 kg per sqm including pointing in white cement mixed with pigment of matching shade complete. (DSR: 11.36) 33 34 35 4 5 6 Sqm 100.00 724.25 72425.00 Sqm 260.00 105.50 27430.00 With common burnt clay F.P.S.(non modular) brick tile of class designation 10 Sqm 260.00 375.60 97656.00 Providing and fixing white vitreous china pedestal type water closet (European type W.C. pan) with seat and lid, 10 litre low level white P.V.C. flushing cistern, including flush pipe, with manually controlled device (handle lever), conforming to IS : 7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required :-W.C. pan with ISI marked white solid plastic seat and lid each 2.00 2885.10 5770.20 Painting top of roofs with bitumen of approved quality at 17 kg per 10sqm impregnated with a coat of coarse sand at 60cum per 10 sqm including cleaning the slab surface with brushes and finally with a piece of cloth lightly soaked in kerosene oil complete. a) With residual type petroleum bitumen of grade VG - 10 3 10 cm thick (average) mud phaska of damped brick earth on roofs laid to slope consolidated and plastered with 25 mm thick mud mortar mixed with bhusa at 35 kg per cum of earth and gobri leaping with mix 1:1 (1 clay : 1 cow dung) and covered with flat tile bricks of class designation 100 grouted with cement mortar 1:3 (1 cement : 3 fine sand) mixed with 2% of integral water proofing compund by weight of cement and finished neat Page 27 of 36 Signature of the tenderer Under seal of the firm 1 36 2 Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of 430x260x350mm and 340x410x265mm sizes respectively with automatic flushing cistern with standard flush pipe and C.P. brass spreaders with brass unions and G.I clamps complete, including painting of fittings and brackets, cutting and making good the walls and floors wherever required :One urinal basin with 5 litre white P.V.C. automatic flushing cistern. Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps,32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require :-White Vitreous China Wash basin size 630x450 mm with a single 15 mm C.P. brass pillar tap. 3 each 4 2.00 5 2844.40 6 5688.80 each 2.00 1628.95 3257.90 Providing and fixing P.V.C. waste pipe for sink or wash basin and urinal including P.V.C. waste fittings complete.:- Flexible pipe 32 mm dia Providing and fixing 600x450 mm beveled edge mirror of superior glass (of approved quality) complete with 6 mm thick hard board ground fixed to wooden cleats with C.P. brass screws and washers complete each 4.00 65.30 261.20 each 2.00 674.05 1348.10 40 Providing and fixing 600x120x5mm glass shelf with edges round off, supported on anodised aluminium angle frame with C.P. brass brackets and guard rail complete fixed with 40 mm long screws, rawl plugs etc., complete. each 2.00 341.25 682.50 41 Providing and fixing soil, waste and vent pipes 100 mm dia.:-Sand cast iron S&S pipe as per IS: 1729 metre 40.00 734.30 29372.00 42 Providing and fixing PTMT towel rail complete with brackets fixed to wooden cleats with CP brass screws with concealed fitting arrangement of approved quality and colour :- 600mm long towel rail with total length of 645mm, width 78mm and effective height of 88mm, weighing not less than 190gms. each 2.00 415.20 830.40 37 38 39 Page 28 of 36 Signature of the tenderer Under seal of the firm 1 43 2 Providing and fixing G.I. pipes complete with G.I. fittings including trenching and refilling etc. External work i) 15 mm dia. nominal bore ii) 44 45 3 4 5 6 metre 30.00 142.25 4267.50 25 mm dia. nominal bore metre 50.00 209.40 10470.00 Providing and fixing G.I. Pipes complete with G.I. fittings and clamps i/c making good the walls etc. concealed pipe including painting with anti corrosive bitumastic paint, cutting chases and making good the wall :-15 mm dia nominal bore Providing and fixing brass stop cock of approved quality : 15 mm nominal bore metre 30.00 230.00 6900.00 each 6.00 205.60 1233.60 46 Providing and fixing ball valve (brass) of approved quality, High or low pressure, with plastic floats complete :- i) 25 mm nominal bore each 2.00 421.65 843.30 47 Providing and fixing brass bib cock of approved quality :-15 mm nominal bore each 4.00 205.60 822.40 48 Providing and fixing G.I. Union in existing G.I. pipe line, cutting and threading the pipe and making long screws including excavation, refilling the earth or cutting of wall and making good the same complete wherever required :- i) 15 mm nominal bore. each 10.00 259.65 2596.50 ii) 25 mm nominal bore. each 4.00 294.50 1178.00 49 Making connection of G.I. distribution branch with G.I. main of following sizes by providing and fixing tee, including cutting and threading the pipe etc. complete :- 25 to 40 mm nominal bore each 2.00 277.35 554.70 50 Providing and fixing 100 mm sand cast Iron grating for gully trap. each 6.00 24.60 147.60 Page 29 of 36 Signature of the tenderer Under seal of the firm 1 51 2 Providing and fixing M.S. holder-bat clamps of approved design to Sand Cast iron/cast iron (spun) pipe embedded in and including cement concrete blocks 10x10x10cm of 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) including cost of cutting holes and making good the walls etc. :- For 100 mm dia. Pipe 52 Providing lead caulked joints to sand cast iron/centrifugally cast (spun) iron pipes and fittings of diameter:- 100 mm 53 4 90.00 5 112.50 6 10125.00 each 40.00 207.85 8314.00 Providing and fixing gun metal nonreturn valve of approved quality (screwed end) :- 25 mm nominal bore Horizontal each 2.00 383.45 766.90 54 Providing and placing on terrace (at all floor levels) polyethylene water storage tank ISI : 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank per litre 2000.00 6.10 12200.00 55 metre 80.00 206.90 16552.00 i) Providing and fixing on wall face unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion.(i) Single socketed pipes :- 110 mm diameter Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A including jointing with seal ring conforming to IS : 5382 leaving 10 mm gap for thermal expansion. Bend 87.5° :-110 mm bend each 8.00 156.95 1255.60 ii) Shoe (Plain):-110 mm Shoe each 8.00 287.05 2296.40 56 3 each Page 30 of 36 Signature of the tenderer Under seal of the firm All Electrical work 1 57 58 59 60 61 62 2 Supply, installation, testing, commissioning & Provision of 2 X 4'-0"X 28w, T-5 Batten type fluorescent light fitting indoor conforming to IS 10322 Part5, section 2/82 with Electronic ballast, PF improvement capacitor, starter, rotary holders, etc., including lamp, supply, connection from ceiling rose using 3 Core PVC flexible chord wire using wooden round blocks, M.S. down rod/M.S. bracket pipe on wall, etc., fixing arrangement suitable at site locations, etc., (Inside Service Building). Supply, fixing, testing & commissioning of AC Ceiling Fan 1200 mm sweep (confirming to IS 374/79) with five star marking (*****) complete with double ball bearing including electronic regulator, condenser, etc. in the ceiling of building with suitable hooking arrangements with flush mounting, supply, connection from ceiling rose 3 core PVC flexible chord wire as per standards. Supply, fixing, testing & commissioning of Electronic Fan Regulator (Flush type) 200V complete with provision of new termination on decolom TW board.(OSWAL / RIDER / ANCHOR) 3 Nos. 4 132 5 1723.11 6 227450.52 Nos. 40 2477.92 99116.80 Nos. 40 322.00 12880.00 Supply,fixing,testing & commissioning of CFL Bracket light fittings,holder alongwith 18W CFL lamp Supply, fixing, testing & commissioning of Exhaust Fan 450mm including wall opening with plastering for housing exhaust fan with 3 corex1.5 Sq.mm PVC insulated copper cable. (Make: Bajaj, Havells, Usha) Nos. 32 535.67 17141.44 Nos. 24 6101.00 146424.00 Supply & wiring for light point fan point / exhaust fan point / call bell point / 5A plug point with PVC insulated copper conductor single core cable of size 1.5 Sq.mm -2 Nos & 1 No of 14 SWG Tinned copper for Earth Continuity in recessed PVC conduit, including provision of control switches terminating on a decolom finish TW board with testing and commissioning. (Reputed ISI mark) Point 368 416.00 153088.00 Page 31 of 36 Signature of the tenderer Under seal of the firm 1 2 3 4 63 Wiring for circuit/sub main wiring alongwith earth wire of the following sizes of PVC insulated copper conductor single core cable in surface / recessed PVC condiut as required (i) 2 x 2.5 sq.mm + 1 x 2.5 sq.mm Mtr. 1120 198.00 221760.00 (ii) 2 x 4 sq.mm + 1 x 4 sq.mm Mtr. 640 228.00 145920.00 (iii) 2 x 6 sq.mm + 1 x 6 sq.mm Mtr. 80 298.00 23840.00 64 Supplying and fixing following piano type switch / socket on existing switching box / cover including connections etc. as required (Make: Anchor, Havells, Capri) (i) 3 pin 5/6 amps socket outlet Nos. 124 35.50 4402.00 (ii) 15/16 amps switch Nos. 24 61.50 1476.00 (iii) 5 pin 15/16 amps socket outlet Nos. 24 73.00 1752.00 65 Supplying and fixing following size/modules,GI box alongwith modular base & cover plate switches in recess etc. as required (i) 1 or 2 module(75mmx75mm) No. 96 142.00 13632.00 66 Supplying and fixing following size PVC Conduit alongwith accessories in surface/recess including cutting the wall and making good the same in case of recessed conduit as required (i) 25 mm Mtr. 1600 64.50 103200.00 67 Supplying and fixing following way,single pole and neutral,prewired,sheet steel,MCB distribution board,240 volts,on surface/recess,complete with loose wire box, terminal blocks,duly prewired with suitable size FR PVC insulated copper conductor up to terminal blocks,tinned copper busber,neutral link,earth bar,din bar,detachable gland plate, interconnections,phosphatized and powder painted including earthing etc. as required.(But without MCB/RCCB/Isolator) 2+4 way,single door No 4 (i) 5 6 0.00 1717.00 6868.00 Page 32 of 36 Signature of the tenderer Under seal of the firm 1 2 3 4 5 68 Supplying and fixing 5 amps to 32 amp,rating,240 volts,"B" series,MCB suitable for lighting and other loads of the following following poles in the existing MCB DB complete with connections,testing and commissioning etc. as required Single pole No 36 141.00 5076.00 No 4 5545.00 22180.00 0.00 Nos. 4 3914.00 15656.00 (i) 69 (i) 70 (i) Supplying and fixing following way,three pole and neutral, prewired, sheet steel, MCB distribution board,415 volts,on surface/recess, complete with loose wire box, terminal blocks,duly prewired with suitable size FR PVC insulated copper conductor up to terminal blocks,tinned copper busber,neutral link,earth bar,din bar,detachable gland plate, interconnections,phosphatized and powder painted including earthing etc. as required.(But without MCB/RCCB/Isolator) 4 way (4+12),single door Providing and fixing following rating breaking capacity MCCB in existing cubicle panel board including drilling holes in cubicle panel, making connections, etc. as required 125 Amp, 16 KA 6 71 Supply, testing and commissioning of XLPE insulated and PVC sheathed aluminium conductor armoured power cable 1.1KV grade conforming to IS:7098 (Part-I) of following sizes 0.00 (i) 3.5 x 25 sq.mm Mtr. 1200 561.00 673200.00 72 Laying of one number PVC insulated and PVC sheathed/ XLPE aluminium conductor armoured power cable 1100 Volt grade directly in ground including excavation, sand cushioning, protective covering of brick and refilling of trench etc. as required at site of size 70 sq.mm including road crossing Mtr. 800 121.00 96800.00 Page 33 of 36 Signature of the tenderer Under seal of the firm 1 73 2 Supplying & laying of 100mm dia ( G.l pipe) for track/road crossing as required and as per the direction or Engineeriniharge including MV cable laving of 25 sqmm in the Pipe leading in walls 3 Mtr. 4 80 5 1113.88 6 89110.40 74 G.I pipe 50 mm dia.(light class) Supply & fixing on walls or as required Mtr. 80 259.76 20780.80 75 Nos. 8 3385.00 27080.00 (i) Supply,installtion,connection,testing and commissioning of 40 mm dia,3 metre long G.I. Pipe earth electrodes,complete with pit and all necessary materials including excavation of earth pit,filling with Charcoal and salt,back filling around the G.I. Pipe earth earth electrodes and complete including supply/leading/laying/burring and concealing of 4 SWG GI wire from earth electrode to proposed MDB/SDB or elsewhwre and in manner as per standards Supply, fixing and commissioning of Energy efficient Street light fittings, Housing shall be fabricated out from sheet Al.Stove Enemalled white etc. Suitable for 2 x 28W, Energy eficient T-5 lamp, complete with electronic ballast,lamp holders duly wired suitable for use on 230V, 50Hz AC supply complete with 2 nos. T-5 28W FTL Lamps and all other aocesories, as per ROSO's specification NoRDSO/PE/SFEC/AC/0100(Rev.'0')2008.Similar to Philiips model type : HGS 120 2XTL528W EBE for fitting and 2x TL-5, 28 W HE for lamp. The fttting shall be supplied complete with necessary fixing arm bracket to fix the fitting on the pole suitable for the fitting and complete with fixing arrangement, necessary connection etc. Supply Nos. 16 2126.35 34021.60 (ii) Erection Nos. 16 713.00 11408.00 (iii) Wiring charges for street light poles Nos. 16 416.00 6656.00 77 Supply & Erection of PVC Power Cable for AC Power(415 Volt) supply of Panel Cabin. (i) Supply(3.5 x70 sq mm) M 500 457.49 228745.00 (ii) Erection M 500 173.00 86500.00 76 0.00 Total amount of Schedule-H Rs. 9781348.69 Page 34 of 36 Signature of the tenderer Under seal of the firm Total Amount of Sch-A(Formation work ) Total Amount of Sch-B (Track linking work) Total Amount of Sch-C (Supply of Points & Crossings) Total Amount of Sch-D (Supply of PSC Sleepers) Total Amount of Sch-E (Supply of P. way fittings) Total Amount of Sch-F (Epoxy work on track hopper) Total Amount of Sch-G (Construction of P.C.C.Drain) Total Amount of Sch- H :(Construction of RCC Box Bridge) Total amount of Schedule-J (Construction of Relay Room cum Panel Cabin) Total of (Sch-A+Sch-B+Sch-C+Sch-D+Sch-E+Sch-F+Sch-G+Sch-H+ Sch-J) Rs. 10,73,88,582.25 Rs. 10,34,58,395.29 Rs. 2,72,05,299.72 Rs. 6,49,83,755.98 Rs. 1,56,71,610.33 Rs. 38,32,443.88 Rs. 2,43,29,613.40 Rs. 85,11,124.05 Rs. 97,81,348.69 Rs. 36,51,62,173.59 Page 35 of 36 Signature of the tenderer Under seal of the firm H) SRJ/ TP-I, RLY Land boundary shown as : R = 1000m T = 15.314m CL = 30.626m SRJ, Ch : 1832.778m CURVE -4A(RH) TP-II, Ch : 1826.278m FM, Ch : 1852.778m SRJ, Ch : 1998.318m 3.82m 3.1m FM, Ch : 2336.783m R = 500m T = 41.666m CL = 83.140m CURVE -5A (LH) R = 220m T = 23.101m CL = 46.034m 20m : 3079.5 CURVE -7 (R FM , Ch ) -8A (RH R = 500m T = 41.666m CL = 83.140m CURVE -5 (LH) SRJ, Ch : 2091.028m DS, Ch : 2270.300m R = 400m T = 23.448m CL = 46.843m TP-I, Ch : 1795.652m TP-I, Ch : 1809.670m FM, Ch : 1800.000m TP-II, Ch : 1837.665m TP-I, Ch : 1865.326m TP-II, Ch : 1893.321m CU CUR ) CURVE-3 (LH R = 1750m T = 31.123m CL = 62.240m VE SCALE 1 : 2500 DRG. No. SH. No. CU RV E -2 D(R R= H) T = 220m 1 CL 35.20 = 24 5m 2.46 8m RV ER 2C T = = 23 (R H) CL 12 2m 4 = 2 .49 28 5m .52 5m R = 500m T = 14.001m CL = 27.995m CURVE -4A1(LH) R = 500m T = 14.001m CL = 27.995m CURVE -4A2(RH) Br No 31A, (1x1.2m)Arch, Ch : 1983.0m SRJ, Ch : 2020.000m CURVE -4B(RH) PF START, Ch : 2331.370m R = 500m T = 19.128m CL = 38.237m (LH) R = 500m T = 22.467m CL = 44.903m H) CURVE -6 (R -8 (RH) R = 400m T = 15.5 02 CL = 30 m .989m CURVE - 6A 00m CURVE ) Start of T/H, Ch : 2046.783m FM, Ch : 2036.028m Ch : 3078.3 CURVE R = 220m T = 21.4 72 CL = 42 m .807m H) R = 246m T = 609.160m CL = 583.998m CURVE -2A(RH) R=2 2 T = 1 0m 4 CL = 1.295m 251.2 00m VE -8B (RH Ch :240.0m F/ Br.No-7 Ch : 799.16m F/STN. FL= 164.698 CURV E -9(R AD LE CURVE 00m 6.5 318 VILLAGE A RO CU 12.08.2014 E ) m .32 m 32 979 2m = 2 111. 8.69 R = 20 T = CL RV RH ( -2B h: ,C m 19 CU RV E -1 (RH R= ) T = 300m 1 CL 12.44 = 21 3m 5.16 2m 7.6 64 236.00m AG NN JHE TO HS A UR NG IDI Ch : 228.66m F/ C L of SDBH TP-I, Ch : 432.457m C L of W.Br , Ch : TP -II m) (1x3 CH- B A RI Ch RC DG ROAD : 3 H- E N CUL ( VERT 8 33 1x1 O.2 .0 .8m 9B m ) (AR 29C NO. BR. 4000.0m Ch : S FM RJ , C, Ch h :6 :7 9 02 7.3 .6 54 19 m m J/ SR 5m 5m m 37 73 3 = 7. .44 R = 1 35 T L= C R = 230m T = 36.1 37 CL = 71 m .687m W h: ,C DS sm di be E ill Ra il by en tel led PUKK RV 2 CU F2 -(RH) R = 23 0m T = 41 .9 CL = 8 85m 3.055m 1 F2 CURV E FOB ) RH 0( -1 H) (R -11 VE R CU m 300 66m m R = 48.8 .880 = T = 96 CL L H) R -2F( m 260 m R = 65.097 72m T = 127.5 = L C -2E CURVE (RH) R = 260m m T = 65.097 2m 57 CL = 127. BHARAT COKING COAL LIMITED FINAL FEASIBILITY STUDY REPORT FOR INSTALLATION OF RAPID COAL LOADING ARRANGEMENT AT PATHERDIH SIDING FOR 5 MTPA ( LAYOUT PLAN ) 1 OF 2 ( A GOVT. OF INDIA ENTERPRISE ) RITES LIMITED CU RV ER= 12 (LH T = 290 ) m CL 206 = 3 .882 59 m .39 8m RIH SIND ABIN HC NORT BRID AR GE NO.2 C H Ch : -(1x3m 9D ) 4511 .0m R = 218.75m T = 18.160m CL = 36.237m CURVE -13(LH) 120 ver mo run P g blin HUM sta / no D SAN ta han an K radh To P
* Your assessment is very important for improving the work of artificial intelligence, which forms the content of this project