TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur...

215
Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT FOR “Construction of Additional Rail Spur & associated Facilities within the Refinery area for Guru Gobind Singh Refinery, Bathinda” Part-I : Technical Bid January-2015 TENDER NO: RITES/RPO-N/HMEL/Bhatinda/2015/ RLY.SIDING RPO-NORTH DIVISION, 3 rd FLOOR, RIGHT WING RITES BHAWAN, PLOT NO.1 SECTOR-29, GURGAON-122001, INDIA Tel: (0124) – 2571666, Fax: (0124)-2571660

Transcript of TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur...

Page 1: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

1 of 215

(A Joint Venture of HPCL and Mittal Energy Pte. Ltd.)

TENDER DOCUMENT

FOR

“Construction of Additional Rail Spur

& associated Facilities within the Refinery area for Guru Gobind Singh Refinery, Bathinda”

Part-I : Technical Bid

January-2015

TENDER NO: RITES/RPO-N/HMEL/Bhatinda/2015/ RLY.SIDING

RPO-NORTH DIVISION, 3rd FLOOR, RIGHT WING RITES BHAWAN, PLOT NO.1

SECTOR-29, GURGAON-122001, INDIA Tel: (0124) – 2571666, Fax: (0124)-2571660

Page 2: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

2 of 215

TENDER AND CONTRACT DOCUMENT

CONTENTS

Sr. No.

Details Page

PART-1

Technical Bid

SECTION No 1 Notice Inviting Tender and Instructions to Bidders.

4-22

SECTION No 2 Tender and Contract Form 23-26 SECTION No 3 Technical Specifications 27-80 SECTION No 4 General Details 81-83 SECTION No 5 Drawings 84-86 PART -2

General Conditions of Contract

SECTION No 6 General Conditions of Contract (HMEL) 88-171 SECTION No 7 Special Conditions of Contract 172-202 PART – 3 (Financial Bid)

SCHEDULE (BILL) OF QUANTITES

ABSTRACT OF COST Non Schedule Items – Civil engineering

works (Schedule-I) 205-213

Schedule Items – Civil engineering works (Schedule II)

214-215

Page 3: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

3 of 215

PART I

TECHNICAL BID

Page 4: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

4 of 215

SECTION NO. 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO BIDDERS

Page 5: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

5 of 215

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

1.0 GENERAL 1.1 Name of Work: “Construction of additional rail spur with associated facilities

within the refinery area for Guru Gobind Singh Refinery, Bhatinda” 1.2 Tender Notice

Limited Tender in Two Packet System are invited by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, acting for and on behalf of M/s HPCL-Mittal Energy Limited as consultant from Contractors as per the List of vendors Approved by HMEL for the above work.

1.3 Time for Completion The time followed for completion of the work will be 6 (six) months from the date of issue of Letter of Acceptance.

1.4 Brief Scope of Work: Construction of additional rail spur with associated facilities for Guru Gobind Singh Refinery, all related works are part of this contract.

1.5 Availability of Site: The site for the work is available. 1.6 Basic conditions for issue of Tender Document:- 1.6.1 The Tender Document will be issued to the Contractor as per the approved

list. 1.6.2 The intending tenderers are advised that Tenders in this bid shall be

submitted in two part i.e. Technical Bid & Financial Bid. The Envelope containing the “Earnest Money” will be opened first and subject to their being found acceptable, the Envelope of Technical Bid and Financial Bid will be opened as per details given in subsequent paras.

2.0 QUALIFICATION CRITERIA TO BE SATISFIED 2.1 Similar work experience

The bidder should have completed similar type of work as per Proforma-1, i.e. “Construction of railway siding work including rail bridges” minimum amount of single work in his own name at least of value not less than Rs. 486.00 lacs or number of works in the above mentioned areas of cumulative value not less than Rs.725.00 lacs completed during previous 60 months from the tender opening date.

2.2 Annual Turn Over

The bidder should have achieved a minimum annual financial turn over of Rs.10.00 crores in any of the last five years. Self attested copies of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement for the relevant financial year in which the minimum criterion is met should be submitted alongwith the tender. NOTE: Technical bids will be evaluated to confirm these being in line with tender conditions and assess impact of any conditions given by the tenderers. However, HMEL reserve the right to reject any bid without assigning any reason whatsoever.

Page 6: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

6 of 215

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

4.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise the Documents

listed below: PART-1:- Technical Bid Packet

i) Notice Inviting Tender and Instructions to Tenderers. ii) Tender and Contract Form. iii) Technical Specifications iv) General Details v) Drawings

PART-2:- Financial Bid Packet

Schedule of Quantities (Bill of Quantities) PART-3:- General Conditions of Contract

i) General Conditions of Contract ii) Special Conditions of Contracts along with Annexure.

5.0 ISSUE OF TENDER DOCUMENT 5.1 A complete set of Tender Document to be sent to all intending bidders

approved by HMEL/RITES by post or by hand. The Complete set of Tender should be accompanied by cost of tender for each set of Rs. 5000.00 (Rupees Five Thousand only) in a separate envelope in any of the forms given below:- Banker’s Cheque / Pay Order / Demand Draft payable at Gurgaon /Delhi, drawn in favour of RITES Ltd.

5.2 Clarifications on Tender Documents

A prospective tenderer requiring any clarification on the Tender Document may notify Group General Manager /RPO-North at the address Group General Manager /RPO-N, 3rd Floor, Right Wing, RITES BHAWAN, Plot-1, Sector-29, Gurgaon-122001 (Haryana). The nominated official will respond to any request for clarification, which he receives earlier than 5 days prior to the deadline for submission of Tenders.

Page 7: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

7 of 215

Copies of the response shall be forwarded to all purchasers of the Tender Documents including a description of the enquiry but without identifying its source.

6.0 PRE-BID MEETING

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 (Project), 3rd Floor, Right Wing, RITES BHAWAN, Plot-1, Sector-29, Gurgaon-122001 (Haryana) on 10/02/2015 at 15.00 Hrs.

6.1 The purpose of the Meeting will be to clarify issues and to answer

questions on any matter that may be raised at that stage. 6.2 The tenderers are required to submit any question in writing to reach the

Group General Manager/RPO-North not later than one day before the Meeting.

6.3 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 modification 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 7.0 and not through the Minutes of the Pre-bid Meeting.

6.4 Non-attendance at the Pre-bid Meeting will not be a cause for

disqualification of a tenderer.

7.0 AMENDMENT OF TENDER DOCUMENT 7.1 Before the deadline for submission of Tenders, the Tender Document may

be modified by RITES Ltd. by issue of Addenda/Corrigendum. 7.2 Any Addendum/Corrigendum issued shall be part of the Tender Documents

and shall be communicated in writing to all the purchasers of the Tender Documents. The Prospective Tenderers shall acknowledge receipt of each Addendum/ Corrigendum in writing to the Group General Manager /RPO-North, 3rd Floor, Right Wing, RITES BHAWAN, Plot-1, Sector-29, Gurgaon-122001(Haryana).

7.3 To give prospective tenderers reasonable time in which to take the

Addenda/ Corrigenda into account in preparing their tenders, extension of the deadline for submission of Tenders may be given as considered necessary by RITES.

8.0 TENDER VALIDITY

The Tender shall be valid for a period of 90 days from the due date of submission of Tender or any extended date as indicated in Sub Para below. During the above period Tenderer shall not be entitled to revoke or

Page 8: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

8 of 215

cancel their Tender or to vary the Tender given or any term thereof without written consent of the RITES/HMEL.

8.2 HMEL may request the Tenderers for extension of the period of validity of

Tender. If the Tenderer agrees to the extension request, the validity of Bank Guarantee towards EMD shall also be suitably extended. Tenderers may refuse the request of extension of Tender validity without forfeiting his EMD. However Tenderers agreeing to the request for extension of validity of Tender shall not be permitted to modify the Tender because of extension, unless specifically invited to do so.

8.3 In case of submission of revised priced Tender / price implication, the validity of Tendershall remain valid 3 months from the date of submission of last price Tender.

9.0 EARNEST MONEY DEPOSIT (EMD)/ TENDER SECURITY 9.1 The Tender should be accompanied by Earnest Money of Rs. 7,25,000.00

(Rupees Seven Lac twenty five thousand only) in any of the forms given below:- Banker’s Cheque/ Pay Order/ Demand Draft/ Irrevocable Bank Guarantee, payable at Noida/Delhi, drawn in favour of HMEL.

9.2 The Employer shall reject any Tender not accompanied by Earnest Money

in an acceptable form. 9.3 Refund of Earnest Money

EMD for unsuccessful Tenderers will be returned upon award of the Contract. However, EMD of successful Tenderer will be returned upon the Tenderer’s executing the Contract, and furnishing the Initial Security Deposit.

9.4 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. 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.

ii) Fails to commence the work 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. as prescribed here in above, the tenderer shall not be allowed to participate in the retendering process of the work.

Page 9: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

9 of 215

10.0 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. Any deviation to the tender documents shall be submitted in a separate deviation sheet and shall not be mentioned any where in the tender documents.

11.0 SUBMISSION OF TENDER – Tenderer must submit a brief

methodology indicating the approach, manpower & machinery to be deployed at site so as to complete the work in stipulated time. Any tender not accompanied with this methodology shall be liable for rejection.

11.1 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 Complete Tender document supplied as

Technical bid along with “Authority to Sign” and Qualification Information along with all enclosures /documents and Part-3 i.e. General Conditions of Contract and Special conditions of contract. As regards “Authority to Sign” Para 11.2 below may be referred to.

Each page of the above documents including all Drawings should bear the dated initials of the Applicant in token of confirmation of having understood the Contents

PACKET B: - FINANCIAL BID Envelope 3 Schedule/Bill of Quantities.

The tenderer should sign each page of the Financial Bid. 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.

The tenderer should initial each Correction, Cutting, Addition and overwriting. The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and less and considering more than fifty paise as rupee one. If the same item figures in more than one section/part of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections/parts. If different rates are quoted for the same item, the

Page 10: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

10 of 215

least of the different rates quoted only shall be considered for evaluation of that item in all sections/parts of the Schedule of Quantities.

11.2 Authority to Sign

a) If the Applicant is an individual, he should sign above his full type written name and current address.

b) If the Applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address.

c) If the Applicant is a firm in partnership, the Documents should be signed by all the Partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by 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.

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind: i) There shall be no additions or alterations except those to comply

with the instructions issued by the Employer or as necessary to correct errors, if any, made by the tenderers.

ii) The Employer reserves the right to accept or reject any conditional rebate/discounts. While evaluating the Bid Price, the conditional rebates/discounts, which are in excess of the requirements of the bidding, documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

11.4 Sealing and Marking of Tenders 11.4.1 Two Packet System (a) PACKET A – TECHNICAL BID

Envelopes 1, & 2 as described in Para 11.1 (a) above should be sealed separately super scribing “Technical Bid” with Envelope Number, Name of the Work. Both the Envelopes should be put in a Packet, which should be sealed. The following should be superscribed on the Packet: i) Packet A – Technical Bid ii) Name of the Work: ………………………………………..……. iii) From (Name & Address of the Tenderer):…………………… iv) Due Date & Time of Submission: ………………………………

(b) PACKET B – FINANCIAL BID

Page 11: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

11 of 215

Envelope – Financial Bid should be put in a Packet (Envelope 3) which should be sealed. The following should be superscribed on the Packet. i) Packet B (Envelope 3) – Financial Bid ii) Name of the Work: ………………………….. iii) From (Name & Address of the tenderer) …………………… iv) Due Date & Time of Submission: ……………………

(c) Both Packets A and B should be put inside an outer Envelope and sealed.

This Envelope should be superscribed with the following details: i) Tender for (Name of Work): …………………… ii) Tender/ Bid Document Number: …………. …… iii) Date and Time of opening of Tender: ……………. iv) From (Name & Address of the Tenderer) v) Addressed to: …………………….

” If the outer envelope is not sealed & marked as above, the RITES/Owner will assume no responsibility for premature opening of the bid.

11.5 Deadline for submission of Tender 11.5.1 The Employer at the following address must receive tenders not later than

15.00 Hrs. on 20/02/2015. In the event of the specified date for the submission of the Tender being declared a holiday by the Employer, the Tenders will be received up to the appointed time on the next working day. Address for submission of Tender: Group General Manager/RPO-North, 3rd Floor, Right Wing, RITES BHAWAN, Plot-1, Sector-29, Gurgaon-122001 (Haryana).

11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Para 7.3 in which case all rights and obligations of the Employer and the tenderer previously subject to the original deadline will be subject to new deadline.

11.6 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of Tender will be declared “Late” and is liable to be rejected.

12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF

APPLICATIONS 12.1 RITES will open all the Tenders received (except those received Late or

delayed) as described in para 12.2/12.3 below, in the office of Group General Manager/RPO-North, 3rd Floor, Right Wing, RITES BHAWAN, In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day. Witnessing of tender opening by Bidders is not allowed.

12.2 Two Packet System

Page 12: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

12 of 215

(a) (i) The PACKET A will be opened and Envelope 1 containing “Earnest Money 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 the Envelope 2 of PACKET A (TECHNICAL BID) and PACKET B will not be opened. The Envelopes 2 of PACKET- A (TECHNICAL BID) of other Tenderers who have furnished Earnest Money of correct amount in 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 checked 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 if the seals are intact. All such PACKETS- B will be put in an Envelope and sealed.

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

determine whether each Tenderer.

(i) has submitted `Authority to sign’ as per para 11.2 above. (ii) 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 may be rejected.

13.0 INSPECTION OF SITE BY THE TENDERERS Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. The 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 Tendered 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 refinery etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work. The Bidder and any of his personnel or agents will be granted permission by the Employer to enter upon his premises and land for the purpose of such inspection, but only upon the explicit condition that the Tenderer, his personnel or agents will

Page 13: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

13 of 215

release and indemnify the Employer and his personnel and agents from and against all liability in respect thereof and will be responsible for personnel injury (whether fatal or otherwise), loss of or damage to property and any other loss, damage, cost and expenses incurred as a result thereof. Contact Person for the Site visit is Mr. Yadvinder Singh, Sr.DGM/RPO-North, RITES, Phone no. +91-124-2818336. 14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the Tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such tender is likely to be rejected.

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

himself to accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer may or may not be accepted.

15.0 CANVASSING PROHIBITED Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection. 16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rate quoted. 17.0 MISCELLANEOUS RULES AND DIRECTIONS 17.1 The Tenderer shall not be permitted to tender for works if his near relative is

posted as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit 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 Contractor 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

Page 14: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

14 of 215

cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service.

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

officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them.

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

tender is liable for rejection. 17.4 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 contractor 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 contractor shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the contractor or it does not correspond with the rates written either in figures or in words then the rates quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will, unless otherwise provided, be taken as correct and not the amount.

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 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 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.

17.7 Sales-tax/VAT, purchase tax, turnover tax, Works Contract Tax (WCT) or any other tax/ Cess on material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same including service tax.

17.8 The tender for the work shall not be witnessed by a Contractor or Contractors who himself/themselves has/ have tendered for the same work.

Page 15: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

15 of 215

Failure to observe this condition would render tenders of the Contractors tendering, as well as witnessing the tender, liable to summary rejection.

18.0 NOTIFICATION OF AWARD/ CONTRACT AGREEMENT 18.1 The Tenderer whose tender has been accepted will be notified of the award

by the HMEL by issue of a `Letter of Acceptance’ (LOA) prior to expiration of the Bid Validity period. The successful Tenderer shall deliver to the Employer Contract Performance Guarantee within the specified time as mentioned in the LOA. 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. The Employer shall not be obliged to furnish any information/ clarification/ explanation to the unsuccessful Tenderers as regards to non acceptance of their Tenders/bids, except for refund of EMD to unsuccessful Tenderers. The Employer shall correspond only with the successful Tenderer.

18.2 The Contractor shall execute a formal contract with the HMEL within

specified period from the date of issue of Detailed Letter of Acceptance on a non-judicial stamp paper of UP State (India) and of appropriate value. The cost of non-judicial stamp paper shall be borne by the Contractor.

18.3 Contract documents for agreement shall be prepared after the acceptance

of bid. Until the final contract documents are prepared and executed, this Bidding Document together with the annexed documents, modifications, deletions agreed upon by the HMEL and bidders acceptance thereof shall constitute a binding contract between the successful Bidder and the HMEL based on terms contained in the aforesaid documents and the finally submitted and accepted prices.

The Contract Document shall consist of the following: i) Original Tender/ Bidding Document ii) Amendment/Corrigendum to original Tender Document issued, if

any. iii) Letter of Acceptance (LOA). iv) Detailed letter of Award/Acceptance along with enclosures. v) Agreement as mentioned.

19.0 ROLE OF HMEL & RITES

19.1 Role of HMEL – HMEL being the owner/Employer will directly enter into contract with the successful bidder. All payments to the contractor shall be released by HMEL directly into the contractor account. In case of any dispute / litigation, same will be resolved between HMEL and the contractor. Extension of time if required will also be approved by HMEL. Permission for entry into the project premises shall be granted by HMEL.

Page 16: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

16 of 215

19.2 Role of RITES: RITES has been engaged as Project Management Consultant for project monitoring and supervision of the said work. RITES shall be responsible for: a) Issue of good for construction drawings. b) Day to day supervision and coordination of work. c) Scrutiny of bills regarding quality and quantity submitted by the

Contractor and recommend the same for payment. d) Scrutinised any deviation and variation in quantity in BOQ.

Processing of any extra item not covered in BOQ but required during execution.

e) All correspondence by the contractor with HMEL shall be routed through Rites Ltd.

f) Contractor’s application for entry permit, extension of time shall be dealt with by RITES.

g) Inspection, testing and approval of materials to be used for construction.

h) Monitoring the progress and advice contractor to take corrective actions to achieve the desired progress.

i) Conducting pre-bid meeting and issue necessary corrigendum to tender document if required.

j) Finalise quality assurance programme and safe construction practice extra.

********************

Page 17: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

17 of 215

ANNEXURE I

QUALIFYING CRITERIA (PQ) FOR WORKS CONTRACTS

1. The bidder should have completed similar type of work “Construction of railway siding work including rail bridges” minimum amount of single work in his own name at least of value not less than Rs. 486.00 lacs or number of works in the above mentioned areas of cumulative value not less than Rs.725.00 lacs completed during previous 60 months from the tender opening date. The technical bids of all bidders shall be evaluated based on the methodology and other documents submitted by them along with the technical bid. Conditions, if any shall also be evaluated to assess their impact on the bids. Further bidders are subject to be disqualified if they have a) Made misleading or false representation in the forms, statements and

attachments. In such a case, besides tenderer’s liability to action under para 9.4 of Instructions to Tenderers, the tenderer is liable to be declared ineligible for a period upto 3 years, to submit tender for any contract in RITES.

b) Records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

c) Their business banned by any Central/State Government Department/

Public Undertakings or Enterprises of Central/State Government. d) Not submitted all the supporting documents or not furnished the relevant

details as per the prescribed format. e) 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.

2. The bidder should have achieved a minimum annual financial turn over of

Rs. 10.00 crores in any of the last five years. Self attested copies of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement for the relevant financial year in which the minimum criterion is met should be submitted alongwith the tender.

3. Check list of Documents to be submitted

i) Annual Turnover Self Attested copies of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement.

ii) Work Experience Similar Work Experience: Proforma 1, with details of works.

iii) Solvency Certificate. Suggested format at Proforma 2.

iv) Declaration by Bidder Proforma 3

Page 18: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

18 of 215

Proforma-1

LIST OF SIMILAR WORKS COMPLETED DURING THE LAST 5 YEARS

S. No.

Client's Name and Complete Address Postal

Address with Pin Code

Name of the Work &

Location

Scope of work

carried out by the Bidder

Agreement / Letter of Award No. and date

Contract Value (Rs. in Lakhs)

Value of Materials supplied

free by the Client

Date of Start

Date of Completion

Reasons for delay in

completion if any

Awarded Actual on comple-tion

As per LOA/ Agree-ment

Actual

SEAL AND SIGNATURE OF THE BIDDER

Note: 1. In support of having completed above works attach self attested copies of

the completion certificate from the owner/client 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 and value of material supplied free by the client and escalation amount.

2. Such Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations / Public Sector Undertakings/ Autonomous bodies / Municipal Bodies/ Public Ltd. Co. listed on BSE/NSE shall only be accepted for assessing the eligibility of a tenderer. TDS Certificates evidencing the value of work must support certificates issued by such Public Ltd. Co.

3. Information must be furnished only for works carried out by the Bidder in

his own name. Works carried out as a Partner in the Joint Venture shall not be included in this Proforma.

Page 19: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

19 of 215

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 letterhead of the Bank.

Page 20: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

20 of 215

Proforma 3

DECLARATION BY THE BIDDER

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

This is to certify that We, M/s. __________________________, in submission of this offer confirm that:- i) We have not made any misleading or false representation in the forms,

statements and attachments in proof of the qualification requirements; ii) We do not have records of poor performance such as abandoning the work,

not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

iii) Business has never been banned with us by any Central / State

Government Department/ Public Sector Undertaking or Enterprise of Central / State Government.

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

details as per prescribed format. v) The information and documents submitted with the tender by us are correct

and we are fully responsible for the correctness of the information and documents submitted by us.

vi) We understand that in case any statement/information/document furnished

by us is found to be incorrect or false, our EMD in full will be forfeited.

SEAL AND SIGNATURE & NAME OF THE BIDDER

Signing this document

Page 21: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

21 of 215

ANNEXURE II A

QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS -LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES

(On letter head of the Applicant) From To RITES Ltd. 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 valid certificate (valid as on last date of submission

of bid) of registration with CPWD/MES/ Rlys./ DOT/ State Govt. Deptt./ Central or State PSU/ Municipal body/ Working Contractor of RITES.

d) Annual Turnover Self Attested copy of Auditor’s Report along with the Balance Sheet and Profit and Loss Statement and Schedules. e) Work Experience i) Similar Works Experience: - Proforma 1 with details of works. ii) Solvency Certificate - Proforma 2. g) Declaration – Proforma 3 i) Self Attested copy of Sales Tax, Works Contract Tax, Service Tax

Registration Certificate (as applicable). j) Self attested copy of Registration under Labour Laws, like PF, ESI k) Self Attested copy of ISO 9000 Certificate (if any) l) Any other document on Qualification and experience.

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 Para 1 Signature of Applicant with Name Date with seal

Page 22: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

22 of 215

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 ______, 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 the RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding till the Contract Agreement is entered into with the 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. (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 ______ 2015. (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.

Page 23: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

23 of 215

SECTION NO. 2

TENDER & CONTRACT FORM

Page 24: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

24 of 215

SECTION 2

TENDER AND CONTRACT FOR WORKS

*Tender for the work of: -“Construction of Railway Siding & Associated Facilities Within the Refinery area for Guru Gobind Singh Refinery, Bhatinda” * (i) To be submitted by 15.00 hours on ………………2015 Group General Manager (Project), 3rd Floor, Right Wing, RITES BHAWAN, Plot-1, Sector-29, Gurgaon-122001, (Haryana) Telephone No- 0124- 2818380.

Issued to _______________ (Contractor) Signature of officer issuing the documents_____________ Designation ____________________ Date of Issue_________________

*(To be filled in by Tender Issuing Officer at the time of issue of tender set).

Page 25: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

25 of 215

TENDER

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

to Tenderers, General Conditions of Contracts, Special Conditions, 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 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 with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

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

due date of submission thereof and not to make any modifications in its terms and conditions.

4. A sum of Rs. 7,00,000/- (Rupees Seven Lacs only) is hereby forwarded in

the form Banker’s cheque/Demand Draft issued in favour of HMEL payable at Noida/Delhi 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 within

prescribed period, I/We agree that the said Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

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

that the Employer shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money and Performance Guarantee absolutely.

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

both Earnest Money & Performance Guarantee as aforesaid above, I/We shall be debarred for participation in re-tendering process of the work.

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

Earnest Money shall be retained by the Employer towards Security Deposit, to execute all 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, up to maximum of the percentage mentioned

Page 26: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

26 of 215

in tender conditions and those in excess of that limit at the rates to be determined in accordance with the provisions contained in the tender form.

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

Employer within the time specified 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 laid down in a separate format, 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 HMEL and us.

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.

Signature of Authorized Person/s Date Name/s & Title of Signatory Name of Tenderer Postal Address Seal Witness Signature Name Postal Address Occupation

Page 27: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

27 of 215

SECTION NO. 3

TECHNICAL SPECIFICATIONS

Page 28: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

28 of 215

GENERAL DETAILS OF THE WORK

1.0 INTRODUCTION: A joint venture of HPCL and Mittal Energy Limited named HMEL has been formed for setting up of 9.0 million tones capacity Guru Gobind Singh Refinery at Ratangarh Kanakwal station, village Phullokhari on Sirsa-Bhatinda single non electrified railway line broad gauge section of North Western Railway in Punjab. HMEL has retained RITES for Project Management and Construction of Rail infrastructure required to be set up for handling rail borne traffic. In the DPR, the Ratangarh Kanakwal a ‘D’ class railway station, selected for Take off arrangements, to be converted into a ‘B’ class crossing station. The POL loading terminal with rail infrastructure is proposed in the land of HMEL.

2.0 GENERAL FEATURES: 2.1 Civil Engineering work

The Civil Engineering work consists of:

1. Construction of Railway formation in embankment and cutting including supply & spreading of Ballast , Blanketing Materials etc , Apron , Platform, drainage works and other Miscellaneous works.

2. Construction of culverts / minor bridges. 3. Permanent Way Works.

These works are to be carried out in accordance with the provision of the specifications and agreement along with the schedules attached. The procurement of materials, equipment and execution of works shall be governed by the relevant Codes, Manuals and Specifications applicable for such works.

2.2 PERMANENT WAY WORKS

The standards of construction for P.Way to be adopted are given below: 1 Gauge Broad Gauge 1676 mm. 2 Loading Standard HM class 3 Category of Line Private Siding 4 Ruling Gradient 1 in 1000 5 Curves Not sharper than 8 Degree 6 Maximum Permissible Speed 15 kmph 7 Permanent Way (a) Rails 52 Kg IRS T-12, First quality,

90 UTS for BG – Fish plated joints. (b) Sleepers Broad Gauge, PRC for 52 Kg. rails (c) Sleeper Density 1540 / km. (d) Rail to Sleeper Fastenings BG – Elastic Rail Clip with standard fittings (e) Clean Ballast Cushion 250 mm. clean cushion of machine

crushed stone ballast 65 mm. Gauge

Page 29: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

29 of 215

(f) Points and Crossings BG 1 in 12 and 1 in 8½ Points and Crossings with CMS crossings on PSC Sleepers

(h) Clearances for Structures Indian Railways ‘Schedule of Dimensions’ and ‘Regulations for Electrical Crossings’ to suit 25 KVA Electric traction.

3.0 SCOPE OF WORK:

The Scope of Work under this contract covers Civil Engineering works and Permanent Way works as detailed below -

3.1 CIVIL ENGINEERING WORKS: Earthwork for Railway embankment and road formation: The earthwork will be done in accordance with standard cross sections for laying SWR track to achieve the design formation profile along the route alignment as per the specifications of Railways and RDSO specification no. GE:G-1 with latest amendments, if any, for procurement of earth and consolidation.

3.2 Drain & Miscellaneous Works

A RCC Drain has to be constructed as per the approved drawing. 3.3 BRIDGES:

All the bridges and culverts will be built with Mass Cement Concrete or Reinforced Cement Concrete to the strengths indicated for each of the structure as per approved drawings issued for execution and to specifications indicated there in including surface drainage along the track.

3.4 PROVIDING SIGNS, MARKERS ETC.:

These are to be provided in accordance with the provision of relevant codes, manuals and rules, administrative orders of Railways. However some are listed below: a) Kilometer post. b) Hectometer post c) Gradient post d) Road Warning Sign for unmanned Level Crossing e) Road Sign Board for Manned and Unmanned Level Crossings f) Level Crossing Number Board g) Painting and numbering of Level Crossing Gate Lodge h) Whistle Board i) Engineering Indicators for Temporary Speed Restrictions viz. Caution

Indicator, Speed Indicator, Termination Indicator for Goods / Passenger trains.

j) Curves Markers k) Fouling Marks l) Bridge Name Boards and Bridge Nos. m) Gang and PWI Jurisdiction Boards.

3.5 PROCUREMENT OF BALLAST:

Page 30: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

30 of 215

Procurement and stacking of ballast as per specifications of Railways / RDSO issued during June 2004 with latest amendments, if any, in required quantity along the proposed alignment.

3.6 PROCUREMENT OF PERMANENT WAY MATERIALS:

Procurement of all P.Way materials except new rails but incl. PRC sleepers with fittings, turn outs, switches, CMS crossings, Insulated Glued Joints, Switch Expansion Joints (SEJ’s) and transportation to site.

3.7 TRACK LINKING: Track linking works consists of:

1. Linking of P.Way and tamping / packing of track to desired standards and dressing of ballast to specified profile and tidying up of section.

2. Arranging cranes / unloading equipment for unloading / handling of Rails and PRC / PSC Sleepers without causing damage to the same.

3. Accountal of materials received from RITES/HMEL ltd and handing over of balance materials to RITES/HMEL authorized Representative at nominated places duly stacked and quantified to the satisfaction of RITES/HMEL Engineers.

4. Preparing of required documents for approval by Railways duly certified by Consultants including various Inspection Registers for Turn outs, Culverts, Curves, Level Crossings and specified Performa.

3.8 SUPPLY OF IMPREST MATERIALS:

List of tools, equipments and imprest stock of Permanent Way materials to be procured as per items in Schedule of Price Bid.

3.9 MAINTENANCE:

The track has to be maintained to requisite standards for a period of Twelve months from the date of commissioning. The contractor shall be responsible during the construction period and till the expiry of maintenance period for the following: a. Safety and Security of all installations. b.Any accident / damage attributed to any deficiency / defect in track and

other installations. c. Restoration of services and payment of compensation if any. The liability of the contractor during the maintenance liability period shall include, though not be limited to: a. Formation b. Rain cuts c. Road approaches to level crossings up to the level crossing gates or

gate posts. d. Trolley Refuges e. Other items under warranty or guarantee

3.10 SAFETY MEASURES:

1. The contractor shall take adequate safety measures to protect Railway users, workers, materials and equipment in accordance with Para 826 of IRPWM.

Page 31: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

31 of 215

2. He shall provide all temporary or permanent warning boards at appropriate locations as specified for works on roads, level crossings and track.

3. He will employ experienced P.Way staff having adequate knowledge of Railway working and Railway rules with regard to working on Railway track under traffic conditions.

GENERAL SPECIFICATIONS

1. Schedule of Quantities also termed Bill of Quantities, will include the

following: i) Non Schedule Items ii) Schedule Items based on DSR’2013. 2. In the case of Non Schedule Items, necessary Specifications on materials,

workmanship, method of measurement etc have been detailed in subsequent paras.

3. For items where no specific reference has been made to any Specifications,

the following should be adopted in the order of precedence starting from top and in all cases the latest edition with up to date correction slip should be followed.

i) Indian Railway Standards ii) Indian Standard Specifications issued by Bureau of Indian Standards iii) CPWD Specification latest version.

In case of doubt, the Engineer in Charge’s Directives may be sought. 1. The rates for all items connected with works below ground level shall be

inclusive of adequate shoring and shuttering and also bailing out of water (if found necessary) etc., complete. The shuttering used at site shall be got approved by the site engineer before the same is used.

2. For mixing and compacting of concrete for all RCC works, mechanical mixer &

machine vibrator should be used at no extra cost. The shoring, shuttering and centering materials should be got approved by our site engineer before use.

3. As several contractors will be working within the same site, the contractor

should take maximum care not to hamper the other works and is responsible for any damage to existing facilities in the premises. Damages caused, if any, should be made good at contractor's risk and costs.

4. RITES shall not be responsible for the security of contractor's materials /

equipment. 5. Any additional items of work that become necessary during the course of

execution as authorized by the site engineer, will have to be got approved immediately before taking up the work duly forwarding the details, nature of work involved etc.

Page 32: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

32 of 215

6. In the case of any class of work for which there is no specification mentioned,

the same shall be carried out in accordance with the relevant Indian Standard Specification or Railway Specification.

7. If the contractor is required to do work at night in order to complete the work

within the time schedule, the contractor shall provide and maintain at his own cost sufficient lights to enable the work to proceed satisfactorily without danger. Approaches to the site also shall be sufficiently lighted by the Contractor. No extra payment will be made for night work.

8. Contractors are requested to give their State Registration Number / CST

Registration number and the Jurisdiction Officer with address under which they are assessed for Sales Tax on works contract. Sales Tax/WCT on works contract will be deducted at source as per the relevant rules and tariff in force by the respective State Governments.

9. In case of bridgework, the foundation levels shown in approved drawings are

tentative and may vary depending on the type of strata met in actual excavation. Payment will however be made for actual quantities of earthwork, concrete etc. executed at the same rates as quoted in schedule and no extra payments will be allowed for such variations irrespective of quantity of variation.

10 In case of concrete work proper accountable record should be maintained

showing the usage of cement, steel quantity used and extent of concreting carried out showing the location where the work is done in the form of sketch of structure/bridge. Adequate number of cubes should be tested at the field lab to ensure quality of work to specifications assertion.

11 SAFETY PRECAUTIONS:

For works close to the track, structures, sheds and under operating refinery condition etc. all precautions will be taken for ensuring that during the execution of the work no damage is caused to the track structures, sheds etc. or its ancillaries and also no obstruction is caused to the movement of materials or vehicles or men. The contractor will also ensure that no damage is done to the drainage system and any other utility service / service / structures. In case of damage contractor shall rectify at his own cost.

12 SETTING OUT OF WORKS:

The center line of the siding line as well as center line of all culverts/bridges will be initially set out by the contractors or his representative. The contractor shall be thereafter set out the work and every part thereto fully. The contractor shall responsible for the accuracy of lines, levels and dimensions of the work in accordance with drawings, directions or instructions issued from time to time. The work shall be set out to the satisfaction of the owner but his approval thereto shall not nor shall his joining with the contractor in setting out the work relieve the contractor from his entire and sole responsibility therefore.

Page 33: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

33 of 215

The contractor shall also provide, fix and be responsible for the maintenance of all stakes, templates, profiled, level marks points etc. and must take all necessary precautions to prevent their being removed, altered or disturbed and will be held responsible for the consequences of such removal, alterations or disturbances should the same take place and for their efficient reinstatement.

13 DELAYS OR DEFERMENTS:

While executing the work in proximity of the site of work some works may get delayed or may have to be temporarily deferred till some of the equipments/units required for the refinery works are fixed in position or relocated or shifted or removed. The contractor will not claim an amount for such deferment or delays.

14 MEASUREMENTS OF EMBANKMENT:

For earthwork, running / on account payments can be made on approximate assessment of quantity based on the height of bank or depth of cutting. For final bill however the quantities will be computed on the basis of cross sections recorded every twenty five meters (25 meters) or at such closer intervals as may be considered necessary by owner computation of quantities may be done by computers/or by plotting of cross section either manually or by computer.

15 SPECIFICATION, DRAWING AND CODES:

The execution of all works under this tender shall conform to the specifications and codes of practice of Indian Railway as amended from time to time. The permanent way works should conform to Permanent Way manual of Indian Railways strictly taking into consideration of recent amendments. The linking of track of PSC sleepers also should be as per guidelines issued by the Railway from time to time.

The owner reserves the right to reject or alter any part of the work executed by the contractor, which in the judgment of the owner does not comply with the requirement of the above specifications. The decision of the owner shall be final and conclusive for all purposes.

16 Any additional items of work that become necessary during the course of

execution as authorized by our representative will have to be got approved immediately before taking up the work duly forwarding the details, nature of work involved etc.,

17 The contractor will abide by all rules, regulations, and statutes imposed by

Government or other concerned authorities. He will be responsible for workmen’s compensation and other requirements for housing or any other amenities and site facilities, such as water, power required by the Contractor’s crew and shall provide them at his own risk and cost. Any causality or damage caused by any untoward incidents during the execution of work will be at the entire rise and cost of the contractor.

Page 34: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

34 of 215

TECHNICAL SPECIFICATION REGARDING MATERIALS

1. The materials required for the work will be arranged in the following manner. 1.1 Rails:

a) Rails, 52kg, IU, will be procured by RITES/HMEL at its cost.

b) Rails will be supplied by RITES/HMEL from their store anywhere in refinery area at GGSR, Bhatinda to the contractor ‘FREE OF COST’ in metric tonnes. The contractor will then lead these rails to the site of work at his cost for use on works. The accountal of these rails will be done in the manner detailed in para 1.1 (d) below.

c) It must be clearly understood by the contractor that rails required for the

following items of works will have to be arranged by the contractor at his own cost –

i. Points and crossings including trap points (switches, crossings, lead

rails, check rails etc). ii. Glued Insulated rail joints. iii. Check rails on level crossings. iv. Guard rails on bridges. v. Buffer Stops (Dead Ends) vi. Rail posts and all other posts required to be provided. vii. Other miscellaneous use (other than on normal track)

Notes : 1. For items i and ii, above, only first quality (Class ‘A’) 52 kg rails shall be

used. 2. For items iii and iv above, 52 kg, 2nd quality or 3rd quality (Class ‘B’ and

industrial use) rails can be used. 3. For items v & vi above, 90 R scrap rails can be used. However, there

should not be more than 10% wear by weight in these rails.

d) Reconciliation of quantities of rails issued to the contractor vide item 1.1 b) above will be done in the following manner-

i. The rails will be issued to contractor from RITES/HMEL store, in

metric tonnes by converting measured length into weight. One metre rail shall be considered to weigh 52 kg. Rails shall be issued as per theoretical requirement plus additional 1% required for cutting, etc.

ii. Calculation of consumption :

(a) Total track length laid (excluding points & crossings, trap points,

Glued joints, check rails, guard rails, SEJs etc) will be measured by the engineer in presence of the contractor. For each track metre laid, 52x2=104 kg rail shall be considered consumed. With this rate the total quantity of rails consumed will be worked out.

Page 35: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

35 of 215

(b) To calculate the track length laid as referred in para 1.1(d) iii (a) above, both rails of the track laid will be measured separately and added. This added length will be divided by TWO to arrive at track length laid.

(c) No allowance for wastage of rails will be allowed. (d) The quantity by which the consumption of rails worked out as above

falls short of quantity issued to the contractor will be considered as excess quantity of rails issued to the contractor.

iii. Disposal of excess quantity issued:

a) The excess quantity of rails issued as worked out as above shall have to be returned back by the contractor to RITES/HMEL in their store in refinery. All cost for handling, leading, lifting etc. of such rails shall be fully borne by the contractor and no payment, whatsoever, shall be made to the contractor on this account.

b) If, however, the contractor fails to return the excess quantity of rails

as calculated above, recovery at the rate of Rs 75,000 (Rs Sixty five thousand) per metric tonne shall be made for the excess quantity, not returned back by the contractor.

2.0 Other materials:

a) All other materials required for work will be arranged by the contractor at his own cost only from approved sources. All duties, levies, taxes, royalty etc leviable on the materials and their transport will be fully worn by the contractor.

b) Inspections of all track materials before supply to works will be arranged by

the contractor from approved inspecting agencies at his own cost. Test certificates for all such inspections will be required to be submitted by the contractor and only then materials will be accepted and bills for supply of materials will be passed.

c) Ballast supply shall conform to RDSO specifications of Track ballast, June

2004, with up to date modifications thereto. The quarries for ballast supply will be got approved in advance and all tests on ballast shall be conducted through a government or any other approved test laboratory. Certificates of all such tests must be submitted by the contractor before start of supply and got approved. Before and during ballast supply, all provisions of RDSO specifications of Track ballast, June 2004, with up to date modifications thereto, must be complied with.

d) All other materials supplied for the work should also be from Govt. or any

other approved sources and test certificates regarding their quality must be submitted along with supply of such materials.

3.0 Custody of materials:

Page 36: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

36 of 215

a) All materials brought by the contractor for the work, even if, these have been passed by RITES and payments made therefore, will remain in the custody of the contractor till finally used on the work and properly accounted for.

b) For this purpose, the contractor will set up his depots in the refinery area at

locations as directed by the site engineer of RITES. Proper record of receipt of such materials, its acceptance and payment by HMEL shall be maintained in such stores. When such materials are used on works (with the approval by RITES/HMEL), the issue will be shown against each type of materials and balance derived. Proper formats for maintaining this record will be given by RITES/HMEL to the contractor who will maintain the materials transaction accounts accordingly.

c) All the materials so received and stored in the depots by the contractor shall

be carefully handled, stacked and maintained so that they are not damaged and used in the work in good condition. In case any materials are damaged in storing, deductions for their cost shall be made from contractor’s bills.

d) All these depots will be set up and maintained by the contractor at his own

cost and nothing extra shall be payable on this account.

e) On completion of work, all materials brought by the contractor and paid for by HMEL shall be accounted for by tallying with the track linked and all surplus materials, if any, shall be removed from the refinery area by the contractor at his cost and payment made will be deducted from his bills. However, if RITES / HMEL want this material it shall be handed over to HMEL and payment for them (if not already made) will be made as per Schedule of Rates.

f) Payment against Supply of materials :

i. The payment for materials brought by the contractor for the work, passed and accepted by RITES/HMEL shall be made at 75% of the item rate of Schedule of Rates.

ii. The remaining payment (25%) against supply of these materials, shall,

however, be made after this material has been used for track linking. 4.00 Accidents

a) If any accident occurs in the project area under the charge of the contractor during the period of construction or during the defect liability / maintenance period of 6 months after the commissioning of works, causing damage to the works / assets, an inquiry shall be conducted by RITES / HMEL and if it is found in the inquiry that the accident was caused due to any negligence / failure on the part of the contractor/ his staff/ defective workmanship /defective material etc. attributable to the contractor, he shall be responsible to carry out all required repairs / replacement / works to the assets being maintained by him, solely at his cost. The decision of the inquiry committee in this regard, shall be final and binding. In addition, the contractor shall compensate the Railway / RITES / HMEL by payment of Rs. 5,00,000/- (Rs.

Page 37: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

37 of 215

Five lacs) per accident in cases where the contractor/ his staff/ defective workmanship /defective material etc. are found responsible for the accident.

b) If, however, it is found in the inquiry that the contractor was not responsible in any way for the accident and the accident occurred due to any fault on the part of Railway / RITES /HMEL any other cause, the contractor shall not be responsible for carrying out the require repairs / replacements/ works at his cost.

c) Notwithstanding as to who is responsible for the accident, the contractor, if

required by RITES / HMEL shall immediately carry out all the required repairs / replacements / works to the assets being maintained by him, at accident site and in case he is not found responsible for the accident as indicated in para (ii) above, he shall be paid for the works / replacements/repairs as per schedule of rates as accepted in Schedule of Quantities. For additional items if any, the payment shall be governed by provisions of HMEL’s General Conditions of Contract. In any case, the contractor shall not delay the restoration work at accident site and shall carry them out immediately on instructions from RITES. Any failure in this regard (delay in restoration work) shall be treated as breach of contract and the contractor shall be liable to pay a penalty of Rs. 25000/- ( Twenty Five Thousand) per day for the days the restoration work is not taken up by the contractor to the satisfaction of the Engineer-in- Charge.

Page 38: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

38 of 215

TECHNICAL SPECIFICATIONS FOR EARTHWORK IN FORMATION

1.0 EARTHWORK 1.1 Specifications

The work will be carried out as per Railway standard specifications with up to date errata and as per RDSO "Guide lines for Earthwork in Railway Projects” Guideline no GE-G-1, July, 2003.

1.2 Introduction The following IS codes (latest edition) shall be followed for classification of soils, and for conducting various tests on soils where required.

i) IS-2720 Part-II 1973 Method of tests for soil determination of water contents (II Edition) ii) IS-2720 Part-III Section-I of 1980 Method of test for soil determination of specific gravity. iii) IS-2720 Part-IV 1975 Method of test for soil grain size analysis iv) IS-2720 Part-V 1974 Determination of liquid and plastic limit. v) IS-2720 Part-VIII 1983

Determination of moisture contents dry density using heavy compaction.

vi) IS-2720 Part-XIV 1985 Determination of density index (relative density) of as cohesion-less soil.

vii) IS-2720 Part-XVIII 1964 (reprint in Jan. 1980) Method of test for soil determination of field moisture equivalent. viii) IS-2720 Part-XXIX

Determination of dry density of soil in place by Core cutter methods. ix) IS-1498-1970

Classification and identification of soils for General Engineering purpose.

x) IS-1037-1982 Method of field test for soil being taken from the borrow piles.

1.2.1 The earthwork in filling in formation will be done with “as stacked” earth of

EMPLOYER or earth available from cutting and the rate quoted will be deemed to be inclusive of all taxes, royalty, loading, unloading, leading, handling and re-handling of earth, lifts, ascents, descents, crossing of nallahs, streams, tracks, leveling, dressing spreading in layers as a complete work in all respects as per specifications indicated in succeeding paras. The surplus earth available from bridge opening will be lead and spread in nearby bank.

1.2.2 Before taking up the work of embankment:

i) All vegetation shall be uprooted and taken away from the site of work.

ii) Starting from the toe, benching on the slope at every 30 cm height

shall be provided on the slope, surface as in Sketch-E in RDSO Guidelines, so as to provide proper amalgamation between the old and new earthwork.

Page 39: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

39 of 215

iii) Earthwork shall be carried out in layers, each layer sloping out 1:30

and compacting it mechanically using suitable vibratory rollers to provide the compaction to the specified level.

iv) The width of each layer of earthwork shall be in excess by 500 mm on

either side of the designed profile to enable compaction near the edges. The excess width, thereafter, cut and dressed, so as to achieve the required bank profile.

v) Earthwork shall be completed upto designed formation level keeping

camber and due allowance for the blanket; if need be. 1.3 The earth filling shall be compacted mechanically using heavy vibratory

roller to 98% MDD at OMC, layer by layer as per specification. 1.4 The soil has to conform to specifications as mentioned in RDSO Guidelines

for Earthwork in Railway Projects. The Engineer-in-charge may ask the contractor/s to get the soils samples tested as per specifications. It may please be noted that under no circumstances, the contractors will be allowed to form the bank with unapproved earth. The Engineer may repeat such tests, during the execution of the work. If the soil samples are found not conforming to the required specifications the contractors may have to bring earth from other approved sources. The cost of all tests will have to be borne by the contractor/s.

1.5 The contractor/s shall, set out and provide all stakes, ballies, bamboo,

strings, pegs and labour for setting out profiles, of embankment required for the correct execution of the work and shall also be responsible to maintain the same in proper order. This is deemed to be included in the item rate for the earthwork. The contractor/s shall take necessary precautions to prevent their being removed, altered and disturbed and shall be responsible for the consequences of such removal, alterations and disturbance and will take action for their proper re-instatement.

1.6 Before the earthwork is started by the contractor, the ground between the

lines where filling is to be done for embankments at site of work shall be cleared of all trees along with their roots, shrubs, heavy grass and undergrowth of every kind. None of the items of work mentioned in this para will entitle the contractor/s to any extra payment except cutting of trees, which shall be paid separately as per relevant item of schedule. Trees shall be cut only After taking the prior approval from HMEL and All trees so removed by the contractor will be the property of the HMEL. No trees falling outside the Toe of the bank shall be allowed to be cut. All trees having girth above 30cm (measured at 1m above GL) shall be cut of trunks and branches. Digging and removing of roots upto a depth of 1m below the ground, filling the same cavity with good earth, transporting the tree duly cut into standard log size to HMEL store shall be ensured by the contractor at its own cost.

Page 40: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

40 of 215

1.6.1 The contractor/s should commence the work systematically at one or more points in consultation with the Engineer and should maintain continuous and steady progress to complete the work in continuous lengths including leveling and dressing.

1.7 Any extra earth deposited on the top and slopes of the formation shall be

removed within 48 hrs after a written notice. If not complied, the same shall be removed by other means at contractor cost. The payment shall be made as per designed cross section only.

1.7.1 It must be clearly understood that the rates are intended to cover the full

cost of the finished works. The banks and cutting are to be correctly dressed, to profile with such slopes as specified in each case by the Engineer. The rates for earthwork shall also include the site clearances and breaking of clods as per specifications.

1.7.2 The rates also include maintenance of the banks to correct profile including

repairs of all rain cuts, making good earth work due to base settlement natural or otherwise due to rains etc. until the final measurements have been recorded and banks taken over by the RITES authority. The item rates of Schedule of rates and quantities will cover the full cost of finished work of cuttings and embankments.

1.8 For the earthwork in embankment the toes of the slopes of bank (with

500mm extra width in on either side) on both sides of the centre line and also lines parallel to and 60 cm outside the toes of slopes of banks should be demarcated by the contractor with a deep borrow at least 15 cm deep. This is to be considered as a part of setting out the work and preliminary to his being allowed to break ground. This lock spitting is to be executed, maintained and renewed by him without any payment when necessary or/and when ordered by the Engineer.

1.8.1 Centre line pillars in masonry shall be provided by the contractor in banks

more than 1 m high. These should however, be made in stages as the work progresses. Pillars shall be provided at every 25 m or as directed by the Engineer-in-charge. The centre line pillars shall not be paid for separately and deemed to be included in the item rates.

1.8.2 The item rate quoted by the contractor shall include the provision of

benching in the side long ground or side slopes in the existing bank where the earthwork joins old embankments. This aspect should be taken into consideration while quoting the rates.

1.8.3 The breaking of all clods shall be strictly insisted upon for all earthworks in

embankment and the contractors must take special care to ensure this. 1.9 Extra bank width of 500 mm on either side shall be rolled to ensure proper

compaction at the edges. The extra soil would be cut and dressed to avoid any loose earth at the slopes. This should preferably be done with help of grade cutter.

Page 41: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

41 of 215

1.9.1 The top of the formation shall be finished with required thickness of moorum blanket to a slope of 1 in 40 as per approved profile as per guide line for “Earthwork in Railway project, “Guide Line no. GE: G-1 July 2003”.

1.9.2 Both the Upstream & Downstream side slope of the bank shall be protected

by providing stone pitching up to 30 cm above HFL as per Railway Standard specification. The same shall be required to be done by the contractor/s under this contract for which extra payment shall be made under respective item.

1.10 SPECIFICATION FOR MECHANICAL COMPACTION OF EARTHWORK &

MOORUM BLANKETING 1.10.1 After site clearance all pockets and depression left in the soil, if any, shall be

made good and compacted. 1.10.2 Earthwork shall be done in layers not exceeding 300 mm thick. (i) Earthwork shall be compacted with suitable rollers to obtain the density

specified as per IS 10379-1982 and RDSO's guidelines for “Earthwork in Railway Project GE: G-1, July 2003” with upto date amendments.

(ii) Cohesion less soils shall be compacted to get a minimum density index

(related to density of 70 percent as obtained in accordance with IS 2720 (Pt. XIV) 1985.

(iii) All other types of soils if dry density as found out from the random

samples works out to less than 98% of the maximum dry density at optimum moisture content further rolling shall have to be done by the contractor till such time the required density is obtained as confirmed from subsequent tests.

(iv) Each layer shall be compacted to the specified density over its entire

width commencing from the two sides, before another layer is started. (v) While compacting, it shall be ensured that there is a minimum overlap

of 150 mm between each run of the rollers. (vi) Care should be taken during the compaction operation to slope the

surface of the bank to facilitate the shedding and to minimize the absorption of rain water, particular attention being given to the prevention of ponding.

(vii) The Engineer shall ascertain the density of each layer of compacted

soil by testing of adequate number of soil samples at the site lab provided by contractor.

(viii) The density of each layer of compacted soil shall be ascertained by

testing the soil samples @ 1 per 100 sq.mt. (ix) The quality of work shall be determined by considering the mean

density of the samples in each layer. The mean dry density shall be equal to or exceed the minimum specified density. In no individual case

Page 42: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

42 of 215

shall the density be less than the minimum value specified by more than 2% otherwise further rolling shall be done at the appropriate location.

(x) The contractor shall be allowed to lay a further layer of soil only after

the compaction of particular layer has been found satisfactory. (xi) Where the moisture content of the earth in any layer is above OMC, it

shall be left for drying for a suitable period to bring down moisture content very near to OMC before rolling is commenced. If the soil is dry, water shall be sprinkled either in the borrow pit or even on the spread layer, as convenient in order to obtain a moisture content near to OMC before rolling is commenced. The contractor shall make his own arrangement of water and nothing extra will be paid for water used. To control moisture at which soil is compacted and to find out the dry density of the soil the moisture content of the soil in borrow pits and in the embankment after compacting will be determined.

(xii) The optimum moisture content and the maximum dry density of the soil

shall be determined by Standard proctor compaction test as per IS-2720 (Pt. VIII) 1983 followed by field trial as per IS-10379-1982. This test shall be conducted for the soil taken in the borrow pits at least every 100 meters and whenever there is a change in the nature of soil met with.

(xiii) The site tests data and results shall be maintained in a Register as per

the following Proforma: 1) Serial No. 2) Location 3) Layer No.

4) Laboratory Test results. 5) a) Maximum dry density in gms. / CC or relative Density (%) b) Optimum moisture content expressed as percentage of the

dry weight of the soil 6) Field Test Results: a) Dry density in Grams, CC or Relative Density (%) Field

moisture content expressed as the percentage of the dry weight of the soil.

7) Degree of compaction expressed as percentage of the density 8) Remarks. 1.11. The payment for the quantity of earthwork will be made on cross sectional

measurement. The existing ground/bank profile will be taken and plotted by the Engineers representative in the presence of the contractor or his authorized agent before commencement of the work. The profile of the bank required to be provided will also be plotted on the same sheets. Both the Engineers representative shall sign the levels and cross Sections and the contractor/s or his/their authorized agent. The profiles of the bank as required to be provided are for the guidance of the contractor and not for the purpose of measurement/payment.

Page 43: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

43 of 215

1.12 The profiles of the finished and completed bank first with extra width and subsequently after dressing will like wise be taken in the presence of the contractor or his/their-authorized agent and superimposed on the original ground profile. The contractor shall be allowed to dress the bank to form finished profile only after the bank with wider width duly compact has been checked to the satisfaction of the Engineer. The gross value of earthwork in filling will be calculated from the original and finally finished profile for the purpose of payment.

1.13. Final measurements will be taken only after the bank has been completed to

the required profile irrespective of the prolongation of period of completion and number of monsoon that may pass during execution.

1.14 SUITABILITY OF SOILS FOR RAILWAY FORMATIONS 1.14.1 No borrow pits shall be allowed with in right of way and contractor shall bring

the embankment material from his own resources outside the right of way. The Characteristics of soils to be used shall be as per RDSO specification.

1.14.2 Expansive clay like black cotton soils exhibiting marked swell and shrinkage

properties shall be avoided. Clays that have a "Free swelling index" exceeding 50% when tested as per IS 2720-Part 40 shall not be used as a fill material.

2.0 SPECIFICATION FOR BLANKETING MATERIAL 2.1 The blanket should cover the entire width of the formation from shoulder to

shoulder. The depth of blanket shall be as per approved design. 2.2 The moorum blanket shall have following properties: The liquid limit shall not exceed 35 and Plasticity Index shall be below 10.

Uniformity co-efficient D60 should be above 4 and preferably above 7. D10

Co-efficient of curvature (D30)2 should be between 1 & 3. D60 x D10 Note: D60 is sieve size through which 60% of blanket material passes and D10 is

the sieve size through which 10% of the blanket material passes and so on.

The enveloping curve for the Blanketing Material recommended by RDSO is shown in the Diagram at Annexure B of Guideline no. GE-G-1 of RDSO for Earthwork in Railway Project.

2.3 In case of mechanically produced blanket material, specification No: IRS-GE-2 (Provisional) Feb-2003 or amended up-to-date issued by RDSO shall be followed.

3.0 Depending on the requirement, field lab shall be equipped with minimum

equipments as listed in the Annexure-X of ‘RDSO Guidelines for Earthwork in Railway Projects’ to facilitate the following minimum tests. i) Gradation Analysis-Sieve and Hydrometer ii) Atterberg's limits -liquid limit & plastic limit

Page 44: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

44 of 215

iii) Optimum Moisture Content (OMC), Maximum Dry Density (MDD) and Relative Density.

iv) Placement moisture content & in-situ Density

TECHNICAL SPECIFICATION FOR BRIDGE WORK 1.0 GENERAL 1.1 Specifications All materials and works shall conform to the latest edition of IRS

Specification, codes and manuals as applicable. If the specification for an item of work is not available in these Technical

Specifications and Standard Specifications, the work shall be executed as per latest Indian Standard specifications with upto date correction slips and if Indian Standard specifications do not cover the same, the work should be carried out as per standard engineering practice and as directed, to the entire satisfaction of the Engineer.

1.2 Sampling and Testing All materials used in the works shall be subjected to inspection and test.

Samples of all materials proposed to be used in the permanent works shall be submitted to the Engineer for approval, before they are brought to the site. These samples shall be submitted 15 days in advance than required for works. After the sample is approved the material shall be arranged and brought to site within a fortnight. Samples provided to the Engineer or his representatives for their retention are to be provided in labeled boxes suitable for storage.

1.3 Storage of Materials All materials used in the works shall be stored on racks, stored in bins,

under cover etc. as appropriate, to prevent deterioration or damages from any cause whatsoever, to the entire satisfaction of the Engineer.

Cement shall be stored in such quantities as can be consumed within a

short time after receipt from the manufacturers. It shall be stored in such a manner as to permit easy access for proper inspection and in a suitable weather tight building to protect it from dampness and to minimize deterioration. Standard method established by BIS shall be followed for designing the cement store.

1.4 Setting out

The Contractor shall be responsible for the true and proper setting out of the works in relation to the original points, lines and levels of reference given by the Engineer in writing and for the correctness, subject as above mentioned of all the parts of the works and for the provision of all necessary instruments, appliances and labour etc. at his own cost in connection therewith. If at any time, during the progress of the Works any error shall appear or arise in the position, levels, dimensions and alignments of any part of the Works, the Contractor, on being required to do so by the Engineer shall at his own cost rectify such error to the satisfaction of the

Page 45: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

45 of 215

RITES/HMEL. The checking of any setting out 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 benchmarks, sight-rails, pegs and other things used in setting out the work.

2.0 EARTH WORK IN EXCAVATION 2.1 Site Preparation

2.1.1 The Contractor shall remove all vegetation and foreign materials from the area as instructed by the Engineer. The removed materials shall be disposed off and taken to the approved disposal areas on or near the job site at his own cost as directed by the Engineer. RITES/HMEL shall give one reference benchmark in the near vicinity. The Contractor shall maintain and project all benchmarks from reference point.

2.2 Excavation 2.2.1 This section of the specification covers excavation for foundations, of

bridges, drains, culverts and underground facilities as shown on the drawings and as directed.

2.2.2 Site Clearance

The Contractor shall remove roots, break and remove old concrete or brick foundations, drains and clear all old wells, cess pools, ponds and burn or remove organic materials found during progress of excavation, remove all contaminated earth and fill in voids with hard materials and well rammed. The cleared and grubbed areas shall be maintained free from vegetation and any vegetation growth during the progress of Work. All materials obtained from clearing and grubbing shall be suitably disposed off. Any jungle clearance if required will be deemed to be included in the rate for excavation.

2.2.3 The Contractor shall excavate to remove material of any nature and excavate to the width, depth and inclinations as per the drawings. The Contractor shall arrange necessary tools and plants required by the nature of materials to be excavated and also arrange to maintain the bottom and sides of the excavation true to shape and levels as per drawings. Undercutting shall not be permitted.

2.2.4 When machines are used for excavations, this layer shall be excavated by such implements that will leave the strata at the required final level in its natural condition.

2.2.5 If the bottom of any foundation is found to be soft, unsound or unstable, the Contractor shall inform the Engineer and shall excavate the same as directed by the Engineer. No foundation shall rest on loose/filled-up earth.

2.2.6 Every precaution shall be taken against slips and falls of earth, clay, sand or other materials in the excavations, but in the event of any such occurring, the Contractor shall make it good at his own expense as per safety precautions contained in IS: 3764 the Contractor shall be held responsible

Page 46: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

46 of 215

for any damage to any part of the work by the collapse of sides of excavation and this shall be made good by the Contractor at his own cost.

2.2.7 The Contractor shall plank and strut at the sides of excavation as required and wherever excavation requires bracing, strutting or shoring etc. the Contractor shall submit to the Engineer, the drawings showing the arrangement and will do at his own expense. This however will not relieve the Contractor from his responsibility for the safety and adequacy of bracing, strutting etc.

2.2.8 The Contractor shall control the grading in the vicinity of the excavation so that the surface of the ground is properly sloped or diked to prevent surface water from running in to the excavated areas during construction. Wherever water table is met with during excavation the Contractor shall immediately inform the Engineer. As per the directions of the Engineer, the Contractor shall dewater and maintain the water table below the bottom of the excavation level during excavation, concreting and back filling with safety precautions contained in IS: 3764. All water which gets accumulated in the excavated trenches during the progress of the works, from whatsoever cause or source shall be pumped out as directed by the Engineer at no extra cost to the RITES/HMEL. The rates quoted are for all types of hard /dense ordinary soil met at site, inclusive of cost of planking, shoring and de-watering.

2.2.9 Blasting

Blasting is prohibited in the Works area.

2.2.10 Refilling and Ramming After completion of foundations, footings and walls and other construction below the elevation of the final grades, and prior to back filling all forms of temporary shoring, timber, cement bags etc. shall be removed and the excavation cleaned off all trash, debris and perishable materials. Back fill shall begin only after the approval of the Engineer. All spaces excavated and not occupied by newly constructed structure shall be refilled with earth upto the surface of surrounding ground. All back fill shall be thoroughly compacted and, in general, its top surface shall be neatly graded. Back filling shall be placed in horizontal layers not exceeding 200 mm in thickness and rammed, watered as required to compact properly. Before a new layer is laid, existing ruts or other unevenness in the surface of the layer shall be removed and the surface shall be roughened by harrowing or plugging to obtain good bond with the material to uniform thickness. Each layer shall be compacted to proper moisture content and with such equipment as may be required to obtain a density equal to or greater than 94% of the dry density of the soil as determined by the laboratory tests. No separate payment for backfilling will be done as it is included in the quoted rates.

Page 47: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

47 of 215

The filling under the floor shall be in layers not exceeding 200 mm in thickness. Each layer shall be thoroughly consolidated by watering and ramming. When the filling has reached an appropriate level, the filled area shall be flooded with water and the fill shall be allowed to settle. When the water has been absorbed by the soil, the whole area shall be finally rammed and dressed to the required level. Back fill adjacent to the pipes shall be hand placed, free of stones, concrete etc. compacted uniformly on both sides of the pipes. If sufficient quantity of suitable material is not available at the site, the same shall be brought to site from outside and the Engineer shall use the same after approval. Stone/boulders, if obtained from excavation, will not be used in backfill. On completion of the Bridge, the surrounding earth shall be accurately finished to the line and grade as shown on the drawings. The Contractor shall arrange to transport surplus excavated materials and stack at a place as directed by the Engineer.

3.0 CONCRETE: PLAIN AND REINFORCED 3.1.0 Cement

The cement used shall be any of the following types with the prior approval of the RITES Engineer. Ordinary Portland cement (OPC) grade 43/53 as per relevant IS Code and following brands viz. ACC/ Jay Pee cement/ Ambuja / JK Cement/ Shree/ Vikram/ Ultra tech. Cement shall be used in the order in which it is received. Cement bags in storage for more than 3 months shall be re-tested before use.

3.1.1 Testing A sample shall be taken once for every 1000 bags received at site. Tests shall be carried out for fineness, initial and final setting time and compressive strength as per IS 4031. The results shall be submitted to the Engineer for approval. The methods and the procedure of sampling shall be in accordance with IS 3535. The Engineer may specify any other form of sampling and testing including chemical analysis as per IS 4032, if the quality of the cement is found to be unacceptable. The cost of these tests shall be borne by the Contractor.

3.2.0 Fine Aggregate 3.2.1 Sand to be used on works shall conform to the requirements of the Indian

Standard specification No. 383 for “Coarse and Fine aggregates from natural sources for Concrete”. Sand shall be of approved quality, clean, sharp, and free from injurious amounts of dust, mica, shells, scale, alkali, organic matter, silt, loam or other deleterious substances. Sand shall not contain more than 4% of silt and other deleterious matter by weight. Sand shall be washed or screened, if necessary at no extra cost.

3.2.2 It shall pass through IS sieve no. 4.75 mm test sieve, leaving a residue of

not more than 5%. The sand shall consist of natural sand, crushed stone

Page 48: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

48 of 215

sand or combination. The sand shall be hard, durable, chemically inert, clean and free from harmful impurities. It shall be washed, if required. The sand is graded into four zones as under:

I.S. Sieve Designation Zone I Zone II Zone III Zone IV 10 mm 100 100 100 100 4.75 mm 90-100 90-100 90-100 95-100 2.36 mm 60-95 75-100 85-100 95-100 1.18 mm 30-70 55-90 75-100 90-100 600 micron 15-34 35-59 35-60 80-100 300 micron 5-20 8-30 8-30 20-65 150 micron 0-10 0-10 0-10 0-15

Note: Fine aggregate conforming to grading zone IV shall not be used in

RCC works. 3.2.3 Testing

Fine aggregate shall be tested as per IS – 2386 (1963) Part I to Part VIII.

3.3 Coarse Aggregate 3.3.1 It shall consist of natural gravels, broken stone or other suitable materials. It

shall be hard, strong and durable and shall be clean and free from clay and other deleterious materials. The aggregate shall be washed, if necessary. Graded coarse aggregate of nominal size shall be used conforming to requirements given below.

I.S. Sieve Designation % passing

40mm % Passing 20 mm

% passing 12.5 mm

40 mm 95-100 100 Nil 20 mm 30-70 95-100 100 12.5 mm - - 100 10 mm 10-35 25-55 40-85 4.75 mm 0-5 0-10 0-10 2.36 mm - - -

3.4 Water

Water from approved source shall be used for the Works. It shall be clean and free from any deleterious matter in solution or in suspension and be obtained from an approved source. The limits of deleterious matter shall be as per Table-1 of IRS Concrete Bridge Code. The quality of water shall conform to IRS concrete Bridge Code and relevant IS codes Like IS 456. The water shall be stored in drums and tanks or cisterns to the approval of the Engineer. Care shall be exercised to see that water is not contaminated in any way.

3.5 Mixers and Vibrators 3.5.1 The Contractor shall provide weigh batcher (mobile weigh batcher refinery)

/Automatic Batching Refinery for production of concrete of required grade.

Page 49: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

49 of 215

3.5.2 He shall also provide vibrators of the following types as required for concreting: Immersion type (IS 2505), Screed board type vibrators (IS 2506) and form vibrators (IS 4656).

3.6.0 Concrete Mixes 3.6.1 The concrete shall be of specified grade not below grade M-20, M-30 & M-

35 with characteristic strength as per IS 456 unless otherwise specified. 3.7.0 Design of mixes 3.7.1 Design mix of concrete of all the grades as required shall be carried out by

the Contractor at his own cost from an approved lab and got approved from the Engineer-in- charge. Mix design shall confirm to relevant IS code. Admixture if required shall be at the contractor’ s own cost

3.7.2 Whenever there is a significant change in the quality of any of the

ingredients for concrete, the Engineer may at his discretion order the carrying out of the fresh trial mixes. All costs for trial mixes and tests shall be to the Contractor’s account and held to be included in the Contract rates.

3.7.3 When the proportions of a concrete mix have been approved by the

Engineer, the Contractor shall not vary the quality or source of the materials or the mix without the written approval of the Engineer.

3.8.0 Concrete Cube Tests 3.8.1 The quality of the hardened concrete will be verified by conducting cube

test as per IS 456. 3.9.0 Acceptability Criteria 3.9.1 The strength requirement of any particular grade of concrete will be

considered satisfactory if it satisfies the conditions given in IS 456.

3.9.2 If the concrete produced at site does not satisfy the above strength requirements, the Engineer will reserve the right to require the Contractor to improve the method of batching, the quality of the ingredients and redesign the mix with increased cement content if necessary. The Contractor shall not be entitled to claim any extra cost for the extra cement used for the modifications stipulated by the Engineer for fulfilling the strength requirements specified.

3.9.3 It is the responsibility of the Contractor to design the concrete mixes by approved standard methods and to produce the required concrete conforming to the specifications and the strength requirements approved by the Engineer. It is expected that the Contractor will have competent staff to carry out this work.

3.9 Failure to meet specified requirements 3.9.1 If from the cube test results it appears that some portion of the Works has

not attained the required strength, the Engineer may order that portion of the structure be subjected to further testing of any kind whatsoever as desired by the Engineer, including, if so desired by him, full load testing of

Page 50: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

50 of 215

the suspected as well as the adjacent portions of the structures as specified in the Conditions of Contract. Such testing shall be at the Contractor’s cost. The Engineer may also reject the work and order its demolition and reconstruction at the Contractor’s cost.

3.10 Admixtures

No admixtures shall in general be allowed. Admixtures generating, hydrogen, nitrogen etc. shall not be used. Employer may, however, permit or direct admixtures for specific purpose for which specifications will be drawn and approved in advance. Nothing extra shall be payable for the admixtures and the cost of the same shall be deemed to have been catered for in quoted rates. To improve the workability of concrete and cement grout admixtures confirming to IS: 6925 and IS: 9103 may be permitted/directed by Engineer-in-charge, subject to satisfactory proven use. The decision of Engineer-in-charge shall be final in this case.

3.11 Volume batching with Weight control Volume batching of concrete even with weight control shall not be permitted. Concrete is to be produced through Weigh Batcher/Automatic Batching Refinery. If nominal mix M-20 is permitted it shall be as per table 5 of IRS concrete Bridges Code.

3.12 Placing Temperature 3.12.1 During extreme temperatures, high or low, the concreting shall be done, as

per procedures set out in IS 7861 (Part I & II). The aggregate shall be kept under shades and it shall be sprinkled with water for sufficient time before concreting in order to ensure that the temperature of these ingredients is as low as possible prior to batching. The mixer and batching shall also be kept under shades and if necessary painted white in order to keep their temperatures as low as possible. The placing temperature of concrete shall be as low as possible in warm weather and care shall be taken to protect freshly placed concrete from overheating by sunlight in the first few hours of its laying. The time of the day selected for concreting shall also be chosen so as to minimize placing temperature. In case of concreting in exceptionally hot weather the Engineer may in his discretion specify the use of either ice flakes or chilled water for mixing the concrete.

3.13 Transportation, Placement, Compaction and Curing of Concrete 3.13.1 Transportation - Mixed concrete shall be transported from the place of

mixing to the place of final deposit as rapidly as practicable by methods which will prevent the segregation on loss of ingredients. Concrete shall be deposited as near as practicable to its final position to avoid re-handling.

3.13.1.1 When concrete is conveyed by chute, the refinery shall be of such size

and design as to ensure practically continuous flow in the chute. The slope of the chute shall be such as to allow the concrete to flow without the use of excessive quality of water and without segregation of the

Page 51: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

51 of 215

ingredients. The delivery end of the chute shall be as close as possible to the point of deposit. When the operation is intermittent, the spout shall discharge into a hopper. The chute shall be thoroughly flushed with water before and after each working period; the water used for this purpose shall be discharged outside the formwork.

3.13.1.2 During hot or cold weather, concrete shall be transported in deep

containers. Other suitable methods to reduce the loss of water by evaporation in hot weather and heat loss in cold weather may also be adopted.

3.13.2 Placing – The concrete shall be placed before setting has commenced and

shall not be subsequently disturbed. Concrete shall be so placed as to avoid segregation of the materials and displacement of the reinforcement. To achieve this, concrete should be lowered vertically in the forms and horizontal movement of concrete inside the forms should as far as practicable be brought to a minimum. In wall forms drop chute attached to hoppers at the top should preferably be used to lower concrete to the bottom of the form. Under no circumstances concrete shall be dropped freely from a height of more than 1.5 meter.

3.13.2.1 A record shall be kept of the time and date of placing the concrete in

each portion of the structure. 3.13.2.2 Concrete cover blocks of the same strength and density as parent

concrete shall be used. 3.13.3 Compaction – No concrete shall be allowed without vibration except under

water concreting or tremie concreting, or in specific cases with prior approval where access is not available. Concrete shall be thoroughly compacted and fully worked around the reinforcement, around embedded fixtures and into corners of the formwork. To achieve proper compaction mechanical vibrators shall be used. The vibrator can be internal or external type and depending on the shape and size of the member both the types may be used in combination. When internal vibrators are used they shall be used vertically to the full depth of the layer being placed and shall penetrate into the layer below while it is still plastic to the extent of 100mm. The vibrator shall be kept in place until air bubbles cease to escape from the surface and then withdrawn slowly to ensure that no hole is left in the concrete, care being taken to see that it remains in continued operation while being withdrawn. Vibrator should not be used to move the concrete as it can cause honeycombing.

3.13.3.1The internal vibrators shall be inserted in an orderly manner and the

distance between insertions should be about 1.5 times the radius of the area visibly affected by vibration.

3.13.3.2 The use of vibrators complying with IS 205. IS: 2514 and IS: 4656 for

compacting concrete is recommended. Over- vibration and under vibration of concrete are harmful and should be avoided.

Page 52: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

52 of 215

3.13.4 Curing of Concrete 3.13.4.1 Moist Curing- The concrete should be kept constantly wet for a

minimum period of 14 (fourteen) days. Water should be applied on unformed surfaces as soon as it can e done without marring the surface and on formed surfaces immediately after the forms are stripped. The concrete shall be kept constantly wet by ponding or covered with a layer of stacking, canvas, hessian or a similar absorbent material. When air temperature is expected to drop below 5ºC during the curing period, additional covering of cotton/gunny bags, straw or other suitable blanketing materials shall be provided so that concrete temperature at surface does not fall below 10ºC.

3.13.4.2 Curing Compound – Approved curing compounds may be used at no

extra cost in lieu of moist curing with the permission of the engineer. Such compounds shall be applied to all exposed surface of the concrete along with stripping of form work. Tests shall be done to ascertain:

i) Loss of moisture in concrete with and without curing compound. ii) Cube strength of concrete with moist curing and curing compound.

iii) Permeability of concrete.

3.14. Construction Joints 3.14.1 Concreting shall be carried out continuously upto the construction joints, the

position and arrangement of which shall be predetermined by the designer. 3.14.2 The construction joints shall comply with the provisions given at Appendix-A

of IRS Concrete Bridge Code Properly designed reinforcement shall be provided for transfer of full tensile stress across the joints prior to casting of the next lift.

3.15. Cracks If any structural crack develops in the concrete construction, the Contractor

shall dismantle the construction, carry away the debris, replace the construction and carry out all consequential work thereto at his own cost.

3.16. Defective Concrete Should any concrete be found honeycombed or with hair-line shrinkage

cracks, or in any way defective, such concrete shall on the instruction of the Engineer, be cut out by the Contractor and made good at his own cost.

3.17. Exposed faces, Holes and Fixtures On no account shall concrete surfaces be patched or covered up or

damaged concrete rectified or replaced until the Engineer has inspected the Works and issued written instructions for the rectification. Failure to observe this procedure will render that portion of the works liable to rejection which has failed to meet specified strength requirements. Holes for foundation or other bolts or for any other purposes shall be moulded and steel angles, holds fasts or other fixtures shall be embedded, according to the drawing or as instructed by the Engineer.

3.18. Finishes

Page 53: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

53 of 215

Unless otherwise instructed the face of the exposed concrete placed against formwork shall be rubbed down immediately on removal of the formwork to remove irregularities. The face of the concrete for which the form work in not provided other than slabs shall be smoothed with a float to give a finish equal to that of the rubbed down face, where form work is provided. Faces of concrete requiring surface treatment shall be plastered in mix of 1:4 of 5mm thickness.

3.19. Measurement

All concrete and reinforced cement concrete items are including cost of cement and formwork and excluding reinforcement which shall be paid for separately unless specified otherwise. The volume of concrete measured shall include that occupied by:

a) Reinforcement and other metal sections. b) Cast-in components each less than 0.01 cum in volume. c) Rebates fillets or internal splays each less than 0.005 Sqm in cross-

sectional area. d) Pockets and holes not exceeding 0.01 cum in volume. 3.19.1 Reference of IRS code and relevant IS codes are specified. In case of any

conflicting provisions, the provisions of IRS codes will prevail.

4.0 FALSE WORK & FORM WORK 4.1 False work – False work shall be designed to meet the requirements of the

permanent structure, taking into account the actual conditions of materials, environment and site conditions. Careful attention shall be paid to the detailing of connections and function with a view to avoiding gross errors leading to significant damage or failure. All the materials shall conform to the specified quality consistent with the intended purpose and actual site condition as applicable.

4.2 Formwork: 4.2.1 General – The formwork shall conform to the shapes, lines and dimensions

shown on the drawings such that the relevant tolerances of finished concrete are achieved.

4.2.2 Formwork shall be so constructed and supported as to remain sufficiently

rigid during the placement and compaction of the concrete and shall be sufficiently watertight to prevent loss of water or mortar from concrete. The formwork and false work must be designed keeping in view all loads and forces.

4.2.3 Forms for finished surfaces should be smooth and mortar tight. If wood

forms are used, the boards must be uniform in the thickness, tongued and grooved, smoothly finished on the surface next to the concrete, evenly matched and tightly placed, except where the desired surface or appearance requires special treatment. The use of forms of ply-wood/similar product, which can absorb water, is not recommended.

Page 54: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

54 of 215

4.2.4 Finishing: No surface finishing will normally be provided. If minor defects are noticed, the surface should be rendered. The required finish shall be obtained by use of properly designed formwork of closely jointed boards. The surface may be improved by carefully removing all fins and other projections, thoroughly washing down and then filling the most noticeable surface blemished with a cement and fine aggregate paste. For major defects, if noticed any repairs should be carried out with prior approval of the engineer.

4.3 Cleaning and Treatment of Forms- All rubbish particularly chippings,

shavings and sawdust shall be removed from the interior of the forms before the concrete is placed and the formwork in contact with the concrete shall be cleaned and thoroughly wetted or treated with an approved release agent. Care shall be taken that such approved release agent is kept out of contact with the reinforcement.

4.4 Stripping Time- Forms shall not be struck until the concrete has reached

strength at least twice the stress to which the concrete may be subjects at the time of removal of formwork. The strength referred to shall be that of concrete using the same cement and aggregates with the same propositions and cured under conditions of temperature and moisture similar to those existing on the work. Where possible, the formwork shall be left longer as it would assist the curing.

4.4.1 In formal circumstances and where ordinary Portland cement is used, forms

may generally be removed after the expiry of the following periods.

a) Walls columns & vertical faces of all structural members.

24 to 48 hrs. as may be decided by the Engineer.

b) Slabs (props left under) 3 days c) Beam soffits (props left under) 7 days d) Removal of props under slabs:

i) Spanning up to 4.5m ii) Spanning over 4.5m

7 days 14 days

e) Removal of props under beams: i) Spanning upto 6m ii) Spanning over 6m

14 days 21 days

For other cements, the stripping time recommended for ordinary Portland cement may be suitably modified.

4.4.1.1 The number of props left under, their sizes and disposition shall be such as

to be able to safely carry the full dead load of the slab or beam as the case may be together with any live load likely to occur during curing or further construction.

4.4.2 Where the shape of the element is such that the formwork has reentrants

angles, the formwork shall be removed as soon as possible after the concrete has set, to avoid shrinkage cracking occurring due to the restraint imposed.

Page 55: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

55 of 215

4.4.3 The forms should be so constructed as to be removable in the sections without marring or damaging the surface of the concrete. Forms should be removed as soon as possible in order to make necessary repairs are removed list of major/minor defects noticed in concrete should be approved by Engineer-in-charge. After making necessary repairs, the surface should be finished with wood float so as to free from streaks, discolourations or other imperfections. Plastering should not be permitted and a steel trowel should not be used to finish surfaces.

4.5 The Tolerances for Finished Concrete Bridge Structures:-

1. Shift from alignment +25mm 2. Deviation from plumb or specified,

batter for face of exposed piers. 1 in 250, subjected to a maximum value of .05 times the least lateral dimension of pier.

3. Deviation from plumb or specified, batter for face of backfilled abutments.

1 in125

4. Cross-sectional dimensions of piers, abutments and girders

- 5 + 20mm

5. Thickness of deck slab of bridges + 6mm - 3mm

6. Size and locations of openings +12mm 7. Plan dimensions of footings (Formed) + 50mm

-25mm 8. Plan dimensions of footings

(Unformed excavations) + 75 -00m

9. Thickness of footings +No limit -5%

10. Footing eccentricity 0.02 times the width of the footing in the direction of deviation but not more than 50mm.

11. Reduced level of top of footing/pier/bed block

5mm

12. Centre to centre distance of pier and abutments at pier top.

5mm

13. Centre to centre distance of bearings along span.

5mm

14. Centre to centre distance of bearings across span.

5mm

4.5.1 The Contractor shall not be permitted reuse of timber facing form work

brought new on the works more than 5 times for exposed concrete form work and 8 times for ordinary form work. 5 or 8 uses shall be permitted only if forms are properly cared for, stored and the ones which go bad are repaired after each use. The Engineer may, in his absolute discretion, ask for removal from the site of any forms he considers unfit for use for particular item and other brought on the site will be proportionately allowed

Page 56: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

56 of 215

fewer uses as decided by the Engineer. Use of different quality boards or the use of old and new boards in the same form work shall not be allowed.

5.0 REINFORCEMENT: 5.1 Reinforcement All steel reinforcement shall conform strictly to latest Indian Standards.

They shall be of tested quality and the manufacturers test certificate shall be produced by the Contractor. Mild steel shall conform to IS 432 and TMT bars (Fe 500) shall conform to IS: 1786 and testing to be done as per relevant IS codes.

Reinforcement shall be fabricated placed in position all as shown on

drawings and specified. All reinforcement shall be bent cold. The laps and splices shall be as specified in the drawings.

All reinforcement shall be free from rust and scales, tied with 18 SWG soft

drawn annealed binding wire with suitable chairs, if required. Proper chairs and spacers shall be provided to maintain the cover requirements. The steel shall be properly braced, supported and otherwise held in position so as to get proper cover and to prevent displacement while concrete is put in. Protective Coatings for reinforcement shall be provided as per para 7.1.5 of IRS Concrete Bridge Code 1997. Steel bars of reputed brands should procure at site. List of brands is TATA steel, SAIL, RINL, Jindal steel. The agency should ensure procurement of steel from these brands only.

5.2 Mode of Measurement of Reinforcement Steel It shall be measured in running meter and shall include the necessary laps,

splices, hook, chairs or spacer bars but excluding binding wire, which is deemed to be included in the cost for reinforcement. The running length shall be converted to corresponding weight by applying weight per running meter.

5.3 Dismantling :

Some existing structures like stone /brick masonry walls, concrete pavements, road drain, sheds etc may be required to dismantle by contractor without affecting the other nearby structures. The dismantled materials to be disposed and staked properly by contractor at a suitable place inside the refinery area at Bhatinda as per the direction of Engineer – in-charge/HMEL at site the payment for dismantling of such works shall be made as per relevant items of BOQ.

Page 57: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

57 of 215

GENERAL SPECIFICATIONS

1. Schedule of Quantities also termed Bill of Quantities, will include the

following: i) DSR 2013 items ii) Non DSR or Non Schedule Items 2. In the case of Delhi Schedule of Rates 2013 items CPWD Specifications for

Civil Works 2009 or latest versions Vol.-I to II. And relevant AOR shall be followed.

3. In the case of Non Schedule Items, necessary Specifications on materials,

workmanship, method of measurement etc. have been detailed in subsequent paras.

4. For items where no specific reference has been made to any Specifications,

the following should be adopted in the order of precedence starting from top and in all cases the latest edition with up to date correction slip should be followed.

i) CPWD Specifications ii) Indian Standard Specifications issued by Bureau of Indian

Standards iii) MOST (Minis try of Surface Transport) Specifications

In case of doubt, the Engineer in Charge’s Directives may be sought, which is final.

5.0 General 5.1 The materials and manufactured goods shall be the best of their respective

kinds and as described in the specifications, drawings and Bill of Quantities. The Contractor shall submit for the approval of the Engineer-in-Charge within a reasonable time after receipt of the Employer’s order to commence the Works, a list of the names and addresses of the manufacturers, the trademarks and types of all materials and articles he proposes to employ together with all specifications and descriptions and samples that may be required in this connection before any orders are placed. Within a reasonable time the Engineer-in-Charge shall issue written decision on the Contractor’s proposals. If any of the manufacturer’s, materials, etc. have been rejected then the Contractor must propose acceptable alternatives within one week of such rejection. The Engineer-in-Charge’s decision shall be final and binding on the Contractor.

5.2 The Contractor shall submit to the Engineer copies of all orders for

materials. 5.3 Where a particular proprietary product, supplier or supplier’s catalogue is

referred to in the specifications or in the Bills of quantities and the material specified is not available, other equal and approved product shall be permitted in use subject to downward price adjustment if called for. Upward price adjustment in such cases will not be accepted.

Page 58: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

58 of 215

5.4 If, during the course of the Contract, certain materials required for use in the Works should be unobtainable despite the best efforts of the Contractor, then the Contractor may offer substitute materials for the approval of the Engineer-in-Charge. These substitute materials, although not complying fully with the specifications, must nevertheless be suitable and appropriate for use in the Works. Acceptance or refusal of such substitute materials shall be at the sole discretion of the Engineer-in-Charge. In the event of acceptance of the substitute materials a suitable price reduction shall be made in respect of decrease in quality or value but no price addition shall be made in respect of increase in quality or value. In the event of refusal of the substitute materials, the Contractor shall not be relieved of any of his obligations under the Contract and shall be solely liable for any delay or loss occasioned by his failure to provide materials as specified.

6.0 Samples The Contractor shall furnish for approval, with reasonable promptness,

samples of all materials and workmanship. The Engineer shall check and confirm approval of such samples with reasonable promptness if they conform with the design concept of the Works and with the requirement given in the contract documents. The work shall be in accordance with approved samples. The procedure for submission and approval of samples shall be as follows:

(a) All material samples in duplicate shall be delivered to the Engineer’s

office at the Contractor’s cost. Samples shall be properly labeled with Name of Project Name of Contractor Name of Product Name of Manufacturer Reference No. of BOQ Date of Submission Date of Fabrication/ Casting – if applicable Samples shall be accompanied by technical specification/ manufacturer’s

catalogue In case the Contractor intends to keep an approved sample in his

possession he shall submit additional samples for the Engineer’s approval. Samples shall be furnished well in advance to give the Engineer reasonable time for his consideration.

7.0 Testing of Materials and Site Laboratories 7.1 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 incorporation in the work.

All the materials to be used in and on every part of the works shall be

subjected to Mandatory tests from time to time as prescribed in the RDSO/ Zonal Railway/ MORTH/ Applicable Zonal Railway SOR or other specifications as stipulated. These Mandatory tests/ norms are the minimum requirement and the Engineer may supplement these with

Page 59: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

59 of 215

additional tests / checks according to the site condition. Materials for such extra tests shall make available by the Contractor free of cost. In the case of Non-Mandatory or Extra tests, if the test results show that the Material / workmanship is not to the required standard, the cost of test shall be borne by the Contractor. If the test result is satisfactory, the cost of test will be borne by the Employer, except that the cost of sample will always be borne by the Contractor. The samples for tests shall be in all cases selected by the Engineer and supplied by the Contractor as part of the Contract. If at any time, any material so tested, fails to meet the acceptance criteria, the same shall be removed from the site of works and other materials substituted there for. In the absence of any specified test / acceptance criteria, the decision of the Engineer shall be final and binding as to whether the said material or materials shall be used on the works, or forthwith removed and other materials substituted.

7.2 The Contractor shall produce on demand from the Engineer the

manufacturing certificates certifying that the materials conform to the technical specifications.

7.3 The Contractor has to establish at his own cost, a testing laboratory/ field

laboratory with equipments and instruments as given in Annexure – “B -1" to conduct regular and routine tests on materials, measurements of temperature and any other tests stipulated in the technical specifications of the items to be executed in the Contract. On completion of works, the site laboratory shall be dismantled and site cleared unless the Employer directs otherwise. The Site laboratory shall be manned by technically competent staff to be appointed and paid by the Contractor at his cost.

7.4 The Contractor shall permit the Engineer or his authorized representative to

be present during any or all the tests. Before issuing the notification to the Engineer in charge that the work has been completed, the Contractor shall make under the direction and in the presence of Engineer such tests and inspections as have been specified or as the Engineer shall consider necessary to determine whether or not in the Works the full intent of requirements of the plans and specifications has been fulfilled. In case the work does not meet the full intent of the specifications it shall be rectified by the Contractor at no extra cost and the Contractor shall bear all the expenses for any further tests considered necessary.

7.5 For any tests as directed by the Engineer that have to be carried out at an

outside laboratory, the cost of such tests, materials, transport etc. shall be borne by the Contractor/ Employer.

8.0 Storage of Materials

The Contractor shall construct suitable godowns at the site of work for storing the materials safe against damage by sun, rain, dampness, fire, theft etc. at his own cost and also employ necessary watch & ward establishment for the purpose at his own cost.

Material brought to site by the Contractor shall be the Property of the

Employer and will be under the control of Engineer. Contractor shall not

Page 60: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

60 of 215

remove these materials without the written consent of the Engineer. The Engineer will not however be responsible for the custody of such materials. Procedure for removal of rejected/ sub-standard materials from the site of work is also at Annexure B2.

9.0 Mandatory Tests

Mandatory Tests to be carried and Details of Mandatory Tests to be carried out have been stipulated in RDSO/Zonal Railway/MOTTH/Applicable state SOR specifications.

10.0 DRAWINGS AND SPECIFICATIONS 10.1 Issue and custody 10.1.1 The Contractor shall receive from the Engineer-in-charge through the

Engineer two set of drawings approved for construction. These drawings will be generally same as issued at tender stage. However these drawings may have additional details from construction / working/ execution point of view and to facilitate ease of installation, erection or construction. Additional detailing shall not in any way vitiate the Contract nor allow the Contractor to claim extra compensation. Deviation or alteration to basic drawings only shall be treated as variation. Any additional copies of Drawings if requested by the Contractor shall be provided on making separate payment to the Engineer-in-charge.

10.1.2 The Contract shall be executed in triplicate and the Employer, the Engineer

and the Contractor shall be entitled to one executed copy each for his use. The Contractor on the signing thereof shall be furnished by the Engineer-in-charge, copies of Drawings as mentioned above. The Contractor shall keep one copy of all Drawings at the works site and the Employer/ Engineer-in-charge/ Engineer shall at all reasonable time have access to the same. Before the issue of the final certificate to the Contractor, he shall forthwith return to the Engineer all Drawings and Specifications.

10.2 Errors and Omissions in Drawings or Specifications Any apparent errors or omissions in drawings or specifications or

instructions issued by the Engineer in-charge or the Engineer shall be brought to the notice of the Engineer by the Contractor as soon as the documents have been made available to him. The Engineer shall correct such errors or omissions with the approval of the Engineer in-charge. The Contractor shall neither be eligible for any additional cost, time etc. on this account nor shall he be permitted to take any advantage thereof.

11.0 Standards to be followed – Materials and workmanship At various places throughout the specifications and the Bills of quantities,

reference is made to the standards, specifications and bye-laws issued by the Indian Standards Institution and other similar organizations. These references shall in every case 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

Page 61: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

61 of 215

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.

_____________________

Page 62: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

62 of 215

Annexure B-1

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 100 C-

Sensitivity 10 C. 3. Sieves : as per IS 460-1962

(i) I.S. Sieves – 450 mm internal dia of sizes 100 mm, 80mm, 63mm,

50 mm, 40mm, 25mmm, 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, 425microns, 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, electrically operated. 8. Graduated measuring cylinders 200 ml capacity – 3 nos. 9. Cube moulds for concrete 150 mm x 150mm x 150 with Base 24 no 10. Cube vibrating table electricity operated with table size 50cmx50cm

X50cm and 150 kg load carrying capacity - 1 No. 11. Unit weight measure IS:1199 - 1 nos. 12. Tools for non-destructive testing of concrete - 13. Soil Testing equipment for Sieve Analysis and determination

of C.B.R. Value FIELD TESTING INSTRUMENTS 1. Steel tapes – 3m 2. Vernier Calipers 3. Micrometer Screw 25 mm gauge 4. 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

Page 63: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

63 of 215

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

_____________

Page 64: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

64 of 215

ANNEXURE B2

SPECIAL CONDITIONS FOR CEMENT AND STEEL A) Conditions for Cement

(i) No cement shall be supplied by the Employer. The Contractor shall procure 43 grade (conforming to 8112) Ordinary Portland Cement or any other grade specified as required in the work, from approved manufacturers of cement.

(ii) The cement shall be in 50 kg. bags and brought at site in bulk supply

of approximately 50 tonnes or as decided by the Engineer-in-Charge at any time.

(iii) 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. Double lock provision shall be made to the door of the cement godown. The keys of one lock shall remain with the Engineer 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 at any time.

(iv) The cement shall be got tested by the Engineer and shall be used

on work only, after test results have been received. The Contractor shall supply free of charge the cement required for testing. The cost of tests shall be borne by the Contractor.

(v) Cement brought to site and cement remaining unused after

completion of work shall not be removed from the site without written permission of the Engineer.

(vi) Damaged cement shall be removed from the site immediately by the

Contractor on receipt of a notice in writing from the Engineer. If he does not do so within three days of the receipt of such notice, the Engineer shall get it removed at the cost of the Contractor.

(vii) Day to day receipts and issue accounts of cement shall be

maintained in the prescribed register and signed by the Contractor or his authorized agent. The theoretical consumption and shall be covered by the conditions laid therein. In case the cement consumption is less than the theoretical consumption including permissible variation, recovery at the rate so prescribed shall be made.

B) Conditions for Steel (i) No steel shall be supplied by the Employer. The Contractor shall

procure steel reinforcement bars conforming to relevant BIS codes

Page 65: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

65 of 215

from main producers as approved by the Ministry of Steel. The Contractor shall have to obtain, and furnish test certificates to the Engineer-n-Charge in respect of all supplies of steel brought by him to the site of work. Samples shall also be taken and got tested by the Engineer as per the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel arrangement by the Contractor does not conform to BIS codes, the same shall stand rejected and shall be removed from the site of work by the Contract at his cost within a week time from written orders from the Engineer to do so.

(ii) The steel reinforcement shall be brought to the site in bulk supply of

10 tonnes or more or as decided by the Engineer-in-Charge. (iii) The steel reinforcement 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 of lengths shall be stored separately to facilitate easy counting and checking.

(iv) For checking nominal mass, tensile strength, bend test, re-bend test

etc. specimen of sufficient length shall be cut from each size of bar at random at frequency not less than that specified below.

Size of bar For consignment below 100 tonnes

For consignment above 100 tonnes

Under 10mm dia bars

One sample for each 25 tonnes or part there of

One sample for each 40 tonnes or part there of

10 mm to 16 mm dia bars

One sample for each 35 tonnes or part there of

One sample for each 45 tonnes or part there of

Over 16 mm dia bars

One sample for each 45 tonnes or part there of

One sample for each 50 tonnes or part there of

(v) The Contractor shall supply free of charge the steel required for

testing. The cost of tests shall be borne by the Contractor. (vi) Steel brought to site and steel remaining unused shall not be

removed from site without the permission of the Engineer. (vii) Day to day receipts and issue accounts of steel shall be maintained

in the prescribed Register and signed by the Contractor or his authorized agent. The theoretical consumption of steel shall be worked out as per procedure prescribed in Clause 42 of the Contract and shall be covered by the conditions laid therein. In case the consumption is less than the theoretical consumption including

Page 66: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

66 of 215

permissible variations, recovery at the rate so prescribed shall be made.

C) Procedure for removal of rejected/sub-standard material

The following procedure should be followed in case of removal or rejected sub-standard materials from the site of work.

(i) Whenever any material brought by the Contractor to the site of work is

rejected, entry thereof should invariably b e made in the site order book under the signature of the Engineer giving approximate quantity of such materials.

(ii) As soon as material is removed, a certificate to that effect may be recorded

by the Engineer against the original entry, giving the date of removal is by truck, the registration number of the truck should be recorded.

(iii) When it is not possible for the Engineer to be present at the site of work at

the time of actual removal of the rejected/sub-standard materials from the site, the required certificate should be recorded by the representative of the Engineer and the Engineer should countersign the certificate recorded by his representative.

Page 67: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

67 of 215

Technical Specifications for Permanent Way

General: All works related to supply of P. W. materials and linking of track shall conform to relevant provisions of Permanent Way manual, (reprint 2004) with up dated correction slips, I.R. Standard specifications, relevant RDSO /Railway drawings, circulars and guidelines on the subject and Indian Railway Track Manual (with up dated corrections) as applicable. 1.0 Materials: The track shall consist of the following elements:- 1.1 Rail 52Kg/T-12/90 UTS flat bottom (1st quality as specified in schedule of

quantity) as per I. R. Specification T-12/96 with up to date amendments. 1.2 Rail fastenings

1.2.1 52 Kg. Fish Plates to RDSO Drg. No. T-090(M) cor.6 of July 92, in length of 610 mm to IRS specifications No. T 1-66.

1.2.2 Fish Bolts 25mm Dia with nuts to RDSO Drg. No. 11501 – IRS Specification T-23/67.

1.3 Mono block Pre-stressed concrete sleepers as per IRS Specification T-

39/1993 Cor. 4 of Oct. 2003.

1.3.1 For plain track on straight & curves of radius > 350m to Drg. No. T 2496/Alt.3, May 1996 with modifications, if any.

1.3.2 For curves laid on sharper than 5° (Radius < 350m) as per Drg. No. RDSO/T-4170 to T-4173 for track gauge of 1675, 1677, 1679 & 1681 with use of normal liners.

1.3.3 For level crossing to RDSO Drg. LNo. T-4148 with modifications, if any.

1.3.4 For 52 Kg. 1 in 8 ½ Fan shaped turnout with curved switches and CMS crossing to RDSO Drg. T-4865.

1.3.5 For 52 Kg. 1 in 12 Fan shaped turnout with curved switches and CMS crossing to RDSO Drg. T-4732.

1.3.6 For 52 Kg. 1 in 8 ½ Derailing switches with curved switches to RDSO Drg. T-5836.

1.3.7 For ballasted deck bridges with check rails, PSC sleepers as per RDSO drawing NO. T-4088, sleeper Nos. T-4089 to 4097 to be used.

1.3.8 On Fish plated joint in PRC track, PSC Sleepers will be as per RDSO Drg. NoT-2496 with ERC ‘J’ Clips as per RDSO Drg. LNo. T-4158.

1.3.9 On approaches of bridges with guard rails, PSC sleepers to RDSO drawing Nos. T-4089 to 4097 is to be used.

1.4 PSC Sleeper Fittings:

52 kg rails will be used on 60 kg PSC sleepers. The following fittings are to be used on these sleepers -

Page 68: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

68 of 215

1.4.1 Grooved Rubber Sole Plate 6mm thick to RDSO Drg. No. T-3711/ALT-1.

1.4.2 Elastic Rail Clips to RDSO Drg. No. T-3701, IRS specifications: T-31/1992. At fish plated rail joints ERC-‘J’ Clips to RDSO Drg. No. T-4158 are to be used.

1.4.3 Glass Filled Nylon (GFN) Liners (GFN – 66 insulating liners for 52 Kg. Rails on 60 kg sleepers) as per RDSO drawing No. T-3707 & T-3708 to IRS specifications: T-44/95.

1.4.4 Metal Liners as per RDSO drawing No T-3741 & T-3742 on non track circuited areas..

1.5 Turnouts:

a) 1 in 8 ½ BG Turnout 52 Kg. with curved switch and CMS crossing on PSC Sleepers (Fan shaped) – as per RDSO Drg. No. T-4865 with elastic fastenings, switch sub Assembly as per RDSO Drg. No. T-4866 and CMS crossing sub Assembly as per RDSO Drg. No. T-4867, PSC sleepers and lead rails complete.

1.5.1 List and RDSO / Drg. No. of PSC Sleeper for turnout is as under:-

Sleeper No. Sleeper as per RDSO Drawing No.

Sleeper Length (mm)

60-S T-4786 2750 60-4A T-4790 2750 60-3A T-4789 2750

60-2AS T-4788 2750 60-1AS T-4787 2750

1&2 T-4512 2750 3&4 T-4793 & T-4794 3750

5 to 11 T-4795 to T-4801 2750 12 T-4802 2790 13 T-4803 2820 14 T-4804 2840 15 T-4805 2870 16 T-4806 2900 17 T-4807 2930 18 T-4808 2960 19 T-4809 2990 20 T-4810 3020 21 T-4811 3060 22 T-4812 3100 23 T-4813 3130 24 T-4814 3180 25 T-4815 3220 26 T-4816 3260 27 T-4817 3310 28 T-4818 3350 29 T-4819 3400 30 T-4820 3450 31 T-4821 3500

Page 69: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

69 of 215

32 T-4822 3550 33 T-4823 3610 34 T-4824 3660 35 T-4825 3720 36 T-4826 3780 37 T-4827 3840 38 T-4828 3900 39 T-4829 3970 40 T-4830 4030 41 T-4831 4100 42 T-4832 4170 43 T-4833 4230 44 T-4834 4290 45 T-4835 4350 46 T-4836 4430 47 T-4837 4490 48 T-4838 4550 49 T-4839 4620 50 T-4840 4690 51 T-4841 4750 52 T-4842 4830 53 T-4843 4880 54 T-4844 4900

E1 to E4 (2 Sets)

T-5471 to T-5474 2550

1.6 Derailing Switches (Trap points):

52kg Derailing switches to drg. No. RDSO T-5836 with PSC sleepers and all fixtures & fastenings complete on PSC sleepers. Details are given below

Component RDSO Drg No. Remarks Derailing switch (trap point) 52 kg, 6400mm, BG on PSC sleepers

RDSO/T-5836

Tongue Rails 52 kg RDSO/T-4866/2

Stock Rail 52 kg RDSO/T-4866/2

PSC Sleepers RDSO/T-4512 RDSO/T-4793 to RDSO/T-4812

2 Nos 1 Each, 20 Nos Total = 22

Note: In addition 5 (five) approach PSC sleeper to RDSO Drg. No. T-4786 to 4790 (one each) and one set of exit sleepers to RDSO Drg No.T-5471 to T-5474 (one each) will be provided. The points & crossings and trap points which are to be laid in track circuited portions as per S&T plans, shall be supplied with insulating materials only

Page 70: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

70 of 215

1.7 Ballast: Track ballast machine crushed, conforming to RDSO specifications of Track ballast, June 2004, with up to date modifications thereto, shall be supplied and used on the work. Note: The word IRPWM wherever used in these specifications shall mean ‘Indian Railway Permanent Way Manual’ 1986 reprinted in 2004.

Technical Specifications for laying Permanent Way

1.0 TRACK STRUCTURE 1.1 Components

The track shall consist of the following elements. i) Rails 52 Kg. /T-12, 90 UTS flat bottom (1st quality / 2nd quality,/

industrial use as specified). ii) Rail fastenings – Fish Plates 52 Kg. with bolts and nuts. iii) Mono block pre-stressed concrete sleepers for plain tracks, suitable

for wider gauge on curves, level crossings, bridges, fish plated joints as required.

iv) Guard rails on bridges, check rail on level crossings. v) Fittings for sleepers – grooved rubber sole plates, Elastic rail clips

Mark-III (RDSO Drawing No. /T-3701) for normal track and Elastic rail –J-clips for Fish plated rail joints to RDSO Drawing No.T-4158, GFN liners, metal liners.

vi) Points & Crossings & derailing switches. vii) Track Ballast as per RDSO Specifications of June 2004. viii) Km posts, Gradient posts, curve monuments & Boards, Fouling

marks etc. as per provisions of IRPWM. 1.2 The track will be laid with mono block PSC Sleeper 1340 / 1540 / km as

specified in Schedule of Quantities. The points & crossings and derailing switches shall be with curved switches and Fan shape design the ballast cushion will consist of Track ballast as per RDSO specifications to a depth of 250 mm below the bottom of sleepers as measured under the rail seat.

1.3 POINTS & CROSSINGS – 1 in 8 ½ BG turnouts and derailing switches with

curved switches and CMS Crossing laid on PSC sleepers, Fan shape design.

1.4 Guard Rails on bridges with span over 3.00m. 1.5 Check Rail at level crossings. 2.0 Procurement of Materials : 2.1 All the materials and equipment required for track construction shall be

procured from the suppliers / manufactures approved by Railways /RDSO.

2.2 Other track materials for which approved manufacturers / suppliers are not available, shall be procured from sources after getting them approved from RITES/HMEL.

2.3 All the materials shall be got inspected and passed from the Railways authorised inspecting agencies such as RDSO/Railway/RITES etc. at

Page 71: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

71 of 215

suppliers own cost and certificates obtained to this effect which will be submitted along with supply of materials.

3.0 Ballast:

The Contractor shall procure, at his own cost, track ballast conforming to RDSO’s ‘specifications for Track Ballast, June 2004 (with up to date amendments) of approved quality for use on all lines and points & crossings with 250 mm cushion. The test reports for the ballast for quality as required (in terms of RDSO specifications), should be submitted before ballast is brought to site. Ballast should be supplied in stacks on leveled ground along the proposed alignment as per directions of the site engineer.

4.0 Linking On the formation already constructed and compacted track ballast as directed by the site engineer, shall be laid and compacted by at least 2 passes of 5 to 10 t roller before laying the PSC sleepers and rails.

4.1 Curves:

i. The alignment of track on certain locations is on curved alignment as per index plan. While laying track on such locations, the layout of the curve shall be done accurately with deflection angle, degree of curvature, transition length and curve length and laid to required super elevation for each curve as directed by Engineer-in-Charge.

ii. The design of curves specifying all parameters (transition length, total length of curve, super elevation etc.) shall be done by Engineer-in-Charge and advised to the contractor who shall then lay the curves accordingly as indicated in the above para so that it conforms to the designed parameters.

iii. The station numbers shall be marked, starting from zero at TP (i.e. from the start of curve) at 10 meter interval on the inside web of outer rail of the curve and shall be continued over the entire length of the curve with figures in white paint over black back ground and the. Super elevation at each station shall be indicated just opposite to the station number on inside web of inner rail with black background and figures with white paint.

iv. Curve posts as per Railway design shall be fixed at both ends of curves, at TP (Transition Point) and TTP (Transition Tangent Point), and the details of the curve shall be written on TP post at both ends mentioning Curve No: degree of curvature, transition length, curve length and super elevation with appropriate painting scheme as followed by Railways.

5.0 Longitudinal level of Track.

The longitudinal level of the track shall be in accordance with the gradients as indicated in L- Section supplied by Engineer-in-Charge. Gradient posts at each change of gradient shall be provided as per approved design and shall be engraved with the values and arrow indicating rise, fall or level as the case may be, on both faces with figures in black on white back ground.

6.0 Kilometer & Gradient Posts:

Page 72: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

72 of 215

RCC kilometer & Gradient posts as per approved drawing shall be casted and fixed at each kilometer/Point of change of gradient on cess and number engraved on both faces and surface painted with white and engraved figure written with black.

7.0 Ballasting:

i. Once the central line and level pegs have been provided, the ballast should, on clearance by the Engineer in charge/ his authorised representative, be lead out from the stacks and spread on the track formation. The ballast layer shall be consolidated by running of heavy rollers (5-10 tonne). The ballast cushion which is to be finally achieved shall be 250 mm. Hence about 8% more cushion shall be provided initially, which on consolidation, shall come down to the required dimensions. The profile of ballast, finally to be provided shall be as per IRPWM para 263, for SWR.

ii. On all flat top, arch and pre-stressed concrete girder bridges with deck

slab, where guard rails are not provided, the whole width of the bridge between the parapet walls shall be filled with ballast up to the top of the sleeper level.

iii. The payment for supply of ballast will be made on the basis of stack measurement of ballast without deduction for any shrinkage, as laid down in RDSO specifications, June 2004. The measurement and passing of ballast in stacks shall be done by Engineer-in-Charge as per RDSO specifications.

8.0 Concrete Sleepers: i. Concrete sleepers are very heavy and prone to develop cracks / chipping, if

handled roughly. Manual handing of these sleepers is, therefore, not desirable. The sleepers directly received at site through road trucks shall be unloaded using mechanical gantries/cranes, whereas those received on railway BFRS/ other rolling stock, shall be unloaded through cranes/mechanical unloading equipment. One such device is Jib crane attachable to BFR/BRH for handling concrete sleepers and PSC turn out sleepers. The shifting of sleepers shall be done using slings which should lift the sleepers through hooks fixed to inserts.

ii. Unloaded sleepers shall be kept at site of placement, properly supported

underneath.

iii. On the ballast already laid and consolidated, PSC sleepers 60 kg to RDSO drg. No T-2496/ sleepers for curves/points & crossings etc. shall be laid at specified spacing and orientation. All care be taken in handling the sleepers so as to avoid breakage. The sleepers on plain track shall be laid to the specified sleeper density. For fish plated joints, the spacing shall be 40 cms (centre to centre). The sleeper spacing at welded joints shall be the same as intermediate sleeper spacing as per para 244 (h) of IRP WM. No damaged sleepers will be accepted.

iv. To get proper track alignment, it is necessary that the centre line of the sleepers coincide with the centre line of the alignment marked.

Page 73: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

73 of 215

v. Greasing of Elastic rail clips and MCI / SGCI Inserts :

All the Elastic rail clips and inserts fixed in the concrete sleepers shall be thoroughly cleaned and grease to I.S. specification I.S. 15: 408 – 1981 (Specification for Grease No. “O” Graphited) should then be applied on the central leg of ERC and eye of the insert and then the clip be driven at the time of assembly of the rail with the sleeper as per provisions of para 1411 (5) (a) of IRP WM. All the aforesaid items of work are included in the item rate and nothing extra shall be payable on this account.

9.0 Rails: 9.1 a) 52 kg new rails IU quality required for track linking of siding/ loops /

spurs shall be arranged by RITES/HMEL at any suitable location in the GGS Refinery, from where the contractor shall lead the rails for use on the work at his cost. The rails will be supplied to the contractor free of cost, except rails required for points and crossings and glued joints which are included in the item rate and will, therefore, be arranged by the contractor at this own cost.

b) For check rails at level crossings and guard rails at bridges as also for

miscellaneous use like rail posts etc., Industrial use rails shall be procured by the contractor at his cost and brought to site for use on the project. This work shall be paid under relevant items of schedule of rate.

c) Similarly track fittings including fittings for points & crossings and check

rails at level crossings shall be procured by contractor at his cost and appropriate storage of the same at any suitable location in the GGS Refinery, from where the contractor shall lead the fittings for use on the work at his cost.

d) The rails and other fittings as required for the work shall be lead to site

of actual laying in track by any means convenient to the contractor depending upon the site conditions either by head lead or other means and be placed at places where these are to be laid. The rails shall be adjusted in pairs along the alignment on the cess. The contractor will remove kinks from each rail, if any, with the help of Jim Crow, etc. Handling of rails shall be done as per Manual of Instructions on Handling of Rails – July 2000, issued by RDSO.

e) Single rails so brought to site shall be converted into 3 rail welded

panels as required by Short Pre Heat process of Thermit Welding by the contractor at his own cost. Payment for welding of joints shall be done under relevant item of the schedule.

f) On curves, cutting of rails on inner rail will be required to be done so as

to keep the rail joints square / with in the permissible tolerances as detailed in para 424 of Indian Railway Permanent Way Manual. The joints have to be within the tolerances as laid down in para 7.2 of these specifications.

g) The cutting of rails, where required shall be done using Abrasive rail

cutting Machines and the holes drilled with rail drilling machines approved

Page 74: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

74 of 215

by Rlys. All the holes drilled in rails shall be chamfered using approved chamfering kit in terms of para 251 (5) of IRPWM. Handling of rails shall be done carefully (so as to avoid any damage to them) as per ‘Manual of Instructions on Handling of rails- July 2000, issued by RDSO.

10.0 POINTS & CROSSINGS: a) Turnouts and traps shall be laid on PSC sleepers as per RDSO design.

Relevant drawings are detailed below:

S.N Layout

RDSO Drawings

Layout Switch sub-assembly

x-ing sub-assembly Sleepers

1 1 in 8 ½, 60 kg curved switch 6400 mm, CMS x-ings, PSC sleepers, fan shaped design.

T-4865 T-4966 T-4967

RT-4512 (2 nos.) & RT-4793 to 4844 (0ne each)

2. Derailing switches (Trap Points) 52 Kg, 6400 mm, BG on PSC Sleepers

T-6068 T-4966 (Tongue & stock rails)

T-4512 (2 Nos.) T-4793 to T-4812 (one each)

(b) The sleepers under the turnouts shall be laid at correct angle as shown

in the relevant drawings. Summarized position is given below:

S.No. Disposition of sleepers

Sleeper number to be laid

Remarks 1 in 1 in 81/2 T. O. (Sleeper No).

1. Sleepers under switch which are to be laid perpendicular to main line

1 to 13

While laying sleepers, ends with RE marks shall be kept on the straight-line side.

2.

Sleepers to be laid at half the angle of inclination of outer lead rail with Main Line at that location.

14 to 41

3. Sleepers to be laid perpendicular to the central line of x-ing

42 to 54

Note: On the approaches of the turnout, 5(five) approach sleepers shall be laid as per RDSO drawing No. T-4786 – 4790 (one each) to smoothen canting of rails. Similarly on both the exits of the turnout, 4 exit sleepers to RDSO drg No.RT-5471 to 5474 shall be laid. Similarly on approach of Derailing Switch five sleepers to Drg. No. T-4786 to T-4790

Page 75: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

75 of 215

(one each) and four exit sleepers to Drg. No. T-5471 to T-5474 (one each) shall be provided.

c) All the points & crossings including trap points shall be supplied complete including all parts (sub assemblies), lead rails, all fittings and sleepers including approach and exit sleeper.

d) All the points and crossings shall be laid at correct locations and alignment and

correctly linked as per the relevant drawings and specifications and as directed by the site engineer.

e) Transport of sleepers While transporting PSC Points and crossing sleepers, the loading and

unloading shall be done carefully as per para 1413 (1) and (2) of IRPWM so as to avoid damage to them.

f) Laying in Track

(i) The turnout shall be linked at proper location on properly prepared ballast bed. They should be properly connected with the approach tracks on all sides.

(ii) The instructions as laid down in 1413 of IRPWM shall be followed while laying PSC points and crossings.

(iii) The turn in curve of the turn outs shall conform to provisions of para 410 of IRPWM. The ballast profile of turn in curves (wider width on out side) shall be as per Annexure 2/13 para 263 of IRPWM.

(iv) After linking in position, the turnouts shall be correctly aligned and leveled to designed L-section.

11.0 Bridges:

a) The rail joints on girder bridges with opening less than 6.1m shall be avoided. For other spans, the preferred position of rail joints is at 1/3rd of span from either end as per para 272 (3) of IRPWM).

b) Guard rails shall be provided on all bridges which have a single span of more than 3 metres as per para 1.5 of these conditions. The contractor may use Industrial Use rails for fabricating guard rails.

c) The design of guard rails on the bridge and its approaches shall be as per para 275(2) of IRPWM.

d) PSC sleepers to RDSO drg no T- 4089 to Drg. No. T-4097 with complete fittings as shown in the drawings, shall be used on ballasted deck bridges with guard rails and their approaches. The fixing of guard rails shall be done as per RDSO drg no T- 4088 to Drg. No. T-4097 as per para 275(3) of IRPWM, CS No. 102 dated 29.05.2007. M.S. flat/ tie bars for tying PSC sleepers together at ends is not required (CS No. 102 dated 29.05.2007 to IRPWM).

e) Gang path as per para 276 of IRPWM, shall be provided on the sleepers on the bridge only in case of un-ballasted girder bridges.

12.0 Level Crossings:

a) Track on level crossings shall be laid as per RDSO drg. No T-4148 with 52 kg running rail and 52 kg check rails as per RDSO Drg No. T-

Page 76: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

76 of 215

4916, complete with fittings. The parameters laid down in Annexure 9/1 of para 904 of IRWM shall be followed.

b) Coal tar shall be applied on running rails and guardrails to prevent corrosion.

c) Asphalting of road surface between gate posts to full width of road on level crossings shall be provided by the contractor at his cost. The road shall be provided complying with instructions contained in items 12 to 15, of Annexure 9/1 para 904, Chapter IX of IRPWM.

d) Gate posts as per approved design, made out of 52 kg Industrial Use rails shall be provided at the level crossing to hold the chain.

e) Whistle boards (W/L), Stop boards etc. shall be provided for the approaching trains at a distance of 600m and 30m from the level crossing respectively. Similarly, LC indicator boards and Speed breaker indicator boards shall be fixed on the road approaches as per IRPWM para 916.

13.0 Follow up Packings: 13.1 First Packing:

a) First round of packing shall then be carried. It is important that the contractor carries out packing operations very cautiously as the PSC sleepers are, otherwise, likely to get damaged. For this purpose, wooden beaters/ blunt ended crow bars may used for packing the sleepers. In any case, the contractor has to avoid damage to sleepers at all costs.

a) The track shall be lifted to the correct profile and brought to correct alignment as directed by the Engineer’s representative. b) The sleepers shall be well packed with ballast under them, taking

care that the sleepers are not damaged during packing. For packing the PSC sleepers, adequate quantity of ballast shall be provided throughout the length of the sleepers.

c) Stone ballast from the stacks along the alignment shall be lead and dumped over the track to correct profile as indicated in para 263 of Indian railway permanent way manual 1986 reprint of 1999 and as directed by the Engineer or his representative.

d) Correct track parameters i.e. Gauge, alignment of rails, square ness of the sleepers, longitudinal and cross levels, expansion gaps at rail joints etc. shall be achieved as directed by the Engineer’s representative.

13.2 Second packing:

a) After the First packing, a gap of 2/3 days be given and effort shall be made to roll the track with a locomotive/ other rail vehicle, if available. RITES/ HMEL shall try to arrange run of a locomotive for this purpose, free of cost. However, this may or may not be possible and the contractor can not put a claim on this account. Before such a run, it is, essential that the contractor brings all track parameter in a satisfactory condition so as to allow such rolling without affecting safety of such rolling stock/track for which the contractor shall be solely responsible. If this is not possible, the contractor should, at his own arrange a run of any other loaded vehicle/ lorry etc. at his cost,

Page 77: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

77 of 215

to carry out whatever rolling and consolidation is possible under the circumstances.

b) The joint and shoulder sleepers shall be adjusted to correct spacing and alignment before the Second round of packing.

c) During this packing the alignment and levels of track, points and crossings, level crossings, bridges etc. shall be brought to designed value. Similarly curves shall be adjusted to designed alignment, levels and proper super elevation shall be provided at them as per design.

d) The ballast section shall be dressed as directed by Engineer’s representative to uniform height and width with correct side slopes.

13.3 Third and Final Packing: a) Again, a gap of 2/3 days be given and effort shall be made to roll the

track with a locomotive/ other rail vehicle, if available. RITES/ HMEL shall try to arrange run of a locomotive for this purpose, free of cost. However, this may or may not be possible and the contractor can not put a claim on this account. If this is not possible, the contractor should, at his own arrange few runs of any other loaded vehicle/ lorry etc. at his cost, to carry out maximum possible rolling and consolidation under the circumstances.

b) On this round of packing, the track should be brought to required alignment, level, gauge etc. as enumerated in these specifications. The track shall be opened for the traffic after the aforesaid packing (Third packing). It is, therefore, essential that the contractor brings all track parameters in a satisfactory condition so as to allow specified speed (unless such a speed is not permissible due to curves or any other restraints as decided by the Engineer in charge of the work).

c) In case the contractor fails to achieve specified track tolerances, the contractor shall have to carry out additional manual packings as required but in any case he has to achieve the specified track tolerances. The cost of all such packing shall be entirely on contractor’s account.

d) Any sleeper which has been shifted from correct spacing or gone out of square shall be moved back and squared after loosening the fastenings, care being taken not to damage the PRC Sleepers while slewing the sleeper. The fastenings shall be tightened again after squaring.

e) The joint and shoulder sleepers shall be specially checked and adjusted. The ballast section shall be dressed neatly as directed by Engineer’s representative to uniform height and width with correct side slopes.

f) The ballast section shall be dressed as per the specified ballast profile for plain track, curves, bridges, level crossings, bridges etc.

g) The final work shall be accepted only when it complies with the technical specifications and drawings as mentioned in these documents.

14.0 Specifications for Finished Work:

Page 78: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

78 of 215

14.1 Ballast profile:

a) The ballast profile should be in conformity with para 263 of IRPWM and brought to specified section, as directed by the RITES representative.

b) The ballast cushion shall be checked at three places in each km at random locations (these locations shall be recorded) and the average value shall be considered for acceptance.

c) The expression “Ballast Cushion” wherever used in these specifications, shall mean depth of clean layer of ballast below the bottom of sleepers and above the finished top of formation, measured under the rail seat of the sleeper.

14.2 New Track Tolerances: The new track shall conform to the following track standards. The track measurements should be taken in floating conditions.

S.N

Track Parameter Items for measurement Max variation acceptable

1 Gauge (refer table of para 607, (3) IRPWM.

Gauge. Sleeper to sleeper variation

1673 mm 3mm

2mm 2 Expansion Gap at

rail joints # Maximum deviation from the prescribed gap (Average gap worked out by recording 20 successive gaps)

± 2mm

3 Joints # Low joints not permitted. High joints not more than Maximum out of Square-

ness of joints on straight. Maximum out of squareness

of joints on curves

--- 2mm

±10mm

½ pitch of fish bolts holes.

4 Spacing of Sleepers #

With respect to theoretical spacing

± 20mm

5 Cross level To be recorded on every 4th sleeper

± 3mm

6 Alignment On straight- IRPWM, para-607 (2)(1) a) On curves, IRPWM, para-607 (2)(1)b)

On straight on 7.5 m chord On curves - variation over

theoretical versions. (on curves station to station variation in version shall not be more than 10mm)

± 5mm* ± 5mm**

*Values up to 10mm can be accepted at few isolated locations.

** Values up to 7mm can be accepted at few isolated locations.

7 Longitudinal level # Variation in longitudinal level with reference to approved longitudinal sections.

50mm

8 Uneven ness Unevenness (variation in not more than 6mm,

Page 79: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

79 of 215

IRPWM, table of para-607 (1) item (1)- B cat track.

longitudinal profile of track as measured on 3.6 m chord at the centre)

values of 10 mm can be tolerated at

few locations

Note: 1 . # For these items refer para 317 © of IRPWM. 2. In item 6 isolated locations mean not more than 10 in a km.

15.0 Maintenance /Defect liability period:

(i) The maintenance of all assets / works of the project handed over to the contractor by client/ constructed by the contractor will be the responsibility of the contractor, during the period of construction.

(ii) After completion of the works, the contractor shall maintain all assets for a period of twelve months from the date of completion of the works. No Payment shall be made for this work. During this period the contractor shall carry out the following activities at his cost:

a) Maintenance and repairs to formation, cess and slopes of banks/ cuttings to proper profile.

b) Cleaning and repairs to drains including cleaning of water ways of the bridges.

c) Maintenance of ballast profile to designed section including recoupment of deficiency, if any.

d) Maintenance and repairs to track, as required, to keep the track parameters within the limits as specified in para 7(iii).

e) Replacement of missing/ defective/ ineffective fittings and keeping all fittings in proper position and fully tight.

f) Maintenance and adjustment of expansion gaps at rail joints as laid down to keep the joint gaps within the range as specified in para 510(3) of IRPWM.

g) Maintenance of track on bridges, level crossings and points and crossings as per design. The track parameters during maintenance period shall be maintained within the parameters as laid down in para 7(iii).

h) Maintenance of all civil works including road, equipment, and fixtures/ fittings etc. at level crossings.

i) Maintenance of station yards, fouling marks, all name boards, indication boards and all track indicators painted on rails/ boards etc. to a satisfactory condition.

(iii) The contractor shall be responsible for rectification of defects arising out

of defective work man-ship/ defective materials for this period of twelve months from the date of completion of the work and shall be responsible for replacement of all defective materials and for rectification of all defects at his own cost. The assets shall be handed over to Engineer-in-Charge of RITES / HMEL at the end of the maintenance period as per stipulations given in Technical Specifications.

16.0 Handing over of track by the contractor to RITES/HMEL on completion

of Maintenance period of twelve months:

Page 80: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

80 of 215

i. On expiry of the maintenance period of six months after completion of works, the works shall be handed over by the contractor to RITES/ HMEL along with all warranties of materials and record of project detailed in GCC/ Special Conditions of Contract.

ii. The contractor shall hand over the assets constructed in proper condition as indicated below - a) The formation, cess and slopes of banks/ cuttings in standard profile. b) All the drains in proper condition and profile, well cleaned and

functional. c) The ballast profile of the track as per the designed section including

recoupment of deficiency, if any. d) All track fittings in proper condition and effectively placed in position.

There should be no missing fittings. e) The expansion gaps at rail joints within the range as laid down in

para 510(3), table-II of IRPWM. f) The track on bridges, level crossings and points and crossings as

per design and properly maintained. g) Level Crossings – All equipment, fixtures/ fittings etc. at level

crossings in proper shape and complete. h) The station yards, fouling marks, all boards, indication boards and all

markings on track properly painted on rails/ boards etc. as specified and in a satisfactory condition.

iii. Not withstanding track parameters as detailed in para 5.2) above, which must be achieved after final round of tamping/packing and completion of the work, the track parameters at the time of handing over of assets on completion of defect liability period of twelve months, shall be within the following limits :

a) Gauge: on straight: ±6 mm of 1673mm normal gauge (Para 224(ii)(e)(v),Table –item (a)

IRPWM) On curves: (Para 224(ii)(e), (v), Table –item (b and c) IRPWM) Radius 350 m or more: -6 to +15mm of normal gauge. Radius less than 350 m: up to +20mm of normal gauge.

b) Expansion Gaps: Average expansion gap worked out by recording 20 successive gaps

: shall fall within the range of expansion gaps as specified in para 510(3) of IRPWM (table II).

c) Square-ness of joints on straight : ±10 mm d) Spacing of Sleepers with respect to theoretical spacing : ±20 mm e) Cross levels: To be recorded at every 4th sleeper : ± 3 mm f) Alignment: On straight on 7.5 m chord : + 5 mm, values up to 10 mm could

be tolerated at few isolated locations. (para 607 (2)(i) (a) of IRPWM). On curves: variation over theoretical versines: + 5 mm, values up to

+ 7 mm could be tolerated at few isolated locations. (para 607 (2)(i) (b)of IRPWM)

Page 81: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

81 of 215

g) Longitudinal Level / un- evenness (3.5 m chord) : 10 mm in general and 15 mm at isolated locations. (para 607 (2)(vi)of IRPWM)

h) Variation in longitudinal level with reference to approved longitudinal section: 50 mm.(para 317 © of IRPWM).

Notes: a) Isolated locations mentioned above mean not more than 10 locations in

one kilometer. b) Measurements are to be taken in floating condition on the specified

chord length as a versine at the centre of the chord. c) In case the above parameters are not achieved, the track shall not be

taken over and the contractor shall attend to track and bring it to the aforesaid parameters at his own cost. Maintenance certificate shall be issued by the Engineer-in-charge only after these parameters are achieved by the contractor.

__________________

Page 82: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

82 of 215

SECTION NO. 4

General Details

Page 83: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

83 of 215

1. Name of Work: “Construction of additional spur with associated facilities within the refinery area, Guru Gobind Singh Refinery, Bhatinda”.

2. Performance Guarantee 10% of Tendered value

3. Security Deposit: 1% of Tendered value

4. Employer M/s HPCL-Mittal Energy Limited

5. Engineer-in-Charge Sr.DGM/Manager/RITES

6. Location In-charge DGM/Projects/HMEL, Bhatinda

7. Tender Accepting Authority HMEL

8. Standard Schedule of Rates DSR’2013

9. Time allowed for submission of PBG from the date of issue of Letter of Acceptance 30 days. 10. Time allowed for execution of work 6 (Six) months

11. Specifications to be followed CPWD Specifications 2009 (Vol.I-

II) and latest version for Cement Mortar, Cement Concrete and RCC Works. with up to date Corrections read with Specifications in Section 5 of Tender Documents.

IS 456 – 2000

12. Deviation Limit upto which contractor is bound to execute work at contracted rates i) For Building Works 25% ii) For Foundation Items 25% iii) For P. Way 25 % Note: For Earthwork individual classification Quantity can vary to any extent But overall Deviation Limits will be as above.

13. Minimum Qualifications & Experience required for Principal Technical Representative (a) Project Manager: Graduate with 15 years experience

or retired Assistant Engineer possessing at least recognized diploma in Engineering.

(b) Deputy Project Manager: Graduate with 10 years experience or Recognized Diploma Holder with 15 years experience.

c) Discipline to which the Principal Civil. Technical Representative should

Belong

Page 84: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

84 of 215

14. Cement/Steel consumption for DSR items i)(a) Schedule/statement for determining theoretical quantity of cement & bitumen

Approved design Mix/ DSR 2013

ii) Variations permissible on theoretical Quantities

2% plus / minus

Bitumen for All Works 2.5% plus only & nil on minus side Steel Reinforcement and structural steel sections for each diameter, section and category

2% plus / minus

All other materials Nil 15. City of Jurisdiction of Court Delhi 16. Sum for which Third Party Rs. 2.00 Lakhs per occurrence Insurance to be obtained with the number of occurrences limited to four.

______________

Page 85: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

85 of 215

SECTION NO. 5

DRAWINGS

Page 86: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

86 of 215

LIST OF DRAWINGS ENCLOSED

1. General layout Plan - one drawing

________________

Page 87: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

87 of 215

Page 88: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

88 of 215

PART-2

GENERAL CONDITIONS OF CONTRACT

Page 89: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

89 of 215

SECTION NO. 6

GENERAL CONDITIONS OF CONTRACT (HMEL)

Page 90: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

90 of 215

Page 91: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

91 of 215

Page 92: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

92 of 215

Page 93: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

93 of 215

Page 94: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

94 of 215

Page 95: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

95 of 215

Page 96: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

96 of 215

Page 97: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

97 of 215

Page 98: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

98 of 215

Page 99: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

99 of 215

Page 100: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

100 of 215

Page 101: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

101 of 215

Page 102: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

102 of 215

Page 103: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

103 of 215

Page 104: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

104 of 215

Page 105: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

105 of 215

Page 106: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

106 of 215

Page 107: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

107 of 215

Page 108: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

108 of 215

Page 109: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

109 of 215

Page 110: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

110 of 215

Page 111: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

111 of 215

Page 112: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

112 of 215

Page 113: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

113 of 215

Page 114: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

114 of 215

Page 115: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

115 of 215

Page 116: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

116 of 215

Page 117: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

117 of 215

Page 118: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

118 of 215

Page 119: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

119 of 215

Page 120: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

120 of 215

Page 121: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

121 of 215

Page 122: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

122 of 215

Page 123: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

123 of 215

Page 124: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

124 of 215

Page 125: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

125 of 215

Page 126: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

126 of 215

Page 127: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

127 of 215

Page 128: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

128 of 215

Page 129: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

129 of 215

Page 130: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

130 of 215

Page 131: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

131 of 215

Page 132: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

132 of 215

Page 133: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

133 of 215

Page 134: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

134 of 215

Page 135: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

135 of 215

Page 136: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

136 of 215

Page 137: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

137 of 215

Page 138: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

138 of 215

Page 139: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

139 of 215

Page 140: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

140 of 215

Page 141: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

141 of 215

Page 142: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

142 of 215

Page 143: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

143 of 215

Page 144: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

144 of 215

Page 145: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

145 of 215

Page 146: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

146 of 215

Page 147: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

147 of 215

Page 148: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

148 of 215

Page 149: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

149 of 215

Page 150: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

150 of 215

Page 151: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

151 of 215

Page 152: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

152 of 215

Page 153: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

153 of 215

Page 154: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

154 of 215

Page 155: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

155 of 215

Page 156: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

156 of 215

Page 157: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

157 of 215

Page 158: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

158 of 215

Page 159: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

159 of 215

Page 160: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

160 of 215

Page 161: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

161 of 215

Page 162: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

162 of 215

Page 163: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

163 of 215

Page 164: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

164 of 215

Page 165: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

165 of 215

Page 166: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

166 of 215

Page 167: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

167 of 215

Page 168: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

168 of 215

Page 169: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

169 of 215

Page 170: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

170 of 215

Page 171: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

171 of 215

Page 172: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

172 of 215

Page 173: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

173 of 215

SECTION NO. 7

SPECIAL CONDITIONS OF CONTRACT

Page 174: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

174 of 215

TABLE OF CONTENT

1.0 GENERAL 2.0 WATER, POWER AND OTHER FACILITIES 3.0 SCOPE OF WORK 4.0 SCOPE OF SUPPLY 5.0 TIME SCHEDULE 6.0 LABOUR LICENCE 7.0 SITE CLEANING 8.0 MEASUREMENT OF WORKS 9.0 ON ACCOUNT PAYMENTS 10.0 ROUNDING OFF 11.0 PRICE ESCALATION 12.0 TAXES AND DUTIES CONTRACT 14.0 INCOME TAX & CORPORATE TAX 15.0 PROVIDENT FUND 16.0 ENTRY PASSES, GATE PASSES, WORK PERMITS & SAFETY

REGULATIONS 17.0 CHECKING OF LEVELS 18.0 STATUTORY APPROVALS 19.0 UNDERGROUND AND OVERHEAD STRUCTURES 20.0 EMPLOYMENT OF LOCAL LABOUR AND PREFERENCE TO LAND LOOSERS

AND/OR DEPENDENT OF LAND LOOSERS 21.0 CONTRACTOR'S LABOURERS TO LEAVE SITE ON COMPLETION OF THE

WORK 22.0 FUEL REQUIREMENT OF WORKERS 23.0 PROJECT SCHEDULING & MONITORING 24.0 CONSTRUCTION 25.0 GUARANTEE 26.0 RESPONSIBILITY OF CONTRACTOR

Page 175: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

175 of 215

27.0 MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION OF CONSTRUCTION EQUIPMENT

28.0 TESTS AND INSPECTION OF WORKS 29.0 FINAL INS PE CTI ON 30.0 INSPECTION OF SUPPLY ITEMS 31.0 MAKE OF MATERIALS 32.0 LEADS 33.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE 34.0 CO MP LETI ON DOC U ME NTS 35.0 ADDITIONAL WORKSI EXTRA WORKS 36.0 COMPUTERISED CONTRACTOR'S BILLING SYSTEM 37.0 COORDINATION WITH OTHER AGENCIES 38.0 MODIFICATION TO GENERAL CONDITIONS OF CONTRACT 39.0 EXECUTION OF ELECTRICAL WORKS 40.0 LAND FOR CONTRACTOR'S FIELD OFFICE, GODOWN AND WORKSHOP 41.0 LAND FOR RESIDENTIAL ACCOMMODATION 42.0 SAFETY STANDARDS FOR TEMPORARY BUILDINGS 43.0 IF THE CONTRACTOR DIES 44.0 CONTRACTOR'S SUBORDINATE STAFF AND THEIR CONDUCT 45.0 PATENTS AND ROYALTIES 46.0 LIENS 47.0 STRIKES BY CONTRACTORS 48.0 RESPONSIBILITY FOR LEVEL AND ALIGNMENT 49.0 HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS 50.0 PERSONAL CONDUCT 51.0 HEALTH, SAFETY & ENVIRONMENT (HSE) MANAGEMENT 52.0 SITE ORGANISATION 53.0 CONSTRUCTION EQUIPMENT 54.0 MODIFICATIONS TO GCC

Page 176: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

176 of 215

55.0 VALUE ADDED TAX 56.0 MODIFICATIONS TO BIDDING DOCUMENT 57.0 LAND FOR CONTRACTOR'S FIELD OFFICE, GODOWN AND WORKSHOP 58.0 CONDITIONS FOR ISSUE AND RECONCILLATION OF MATERIALS 59.0 SECURED ADVANCE ON MATERIALS 60.0 RUNNING ACCOUNT BILLS 61.0 RECORD DRAWINGS & MAINTENANACE MANUAL 62.0 FINAL BILL 63.0 DELAYS OR DEFERMENTS. 64.0 ALTERNATIVE DISPUTES RESOLUTION

Page 177: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

177 of 215

1.0 GENERAL 1 1 Special Conditions of Contract (SCC) shall be read in conjunction with the

General Conditions of Contract (GCC). Schedule of Rates, specifications of work, drawings and any other document forming part of this Contract wherever the context so requires.

1.2 Notwithstanding the sub-division of the document into these separate sections

and volumes, every part of each section shall be deemed to be supplementary of every other part and shall be read with and into the Contract so far as it may be practicable to do so.

1.3 Where any portion of the GCC is repugnant to or at variance with any provisions

of the Special Conditions of Contract, then unless a different intention appears, the provision(s) of the Special Conditions of Contract shall be deemed to override the provision(s) of GCC only to the extent that such repugnancies of variations in the Special Conditions of Contract are not possible of being reconciled with the provisions of GCC.

1.4 Wherever it is stated in this Bidding Document that such and such a supply is to

be effected or such and such a work is to be carried out, it shall be understood that the same shall be effected/carried out by the Contractor at his own cost, unless a different intention is specifically and expressly stated herein or otherwise explicit from the context. Contract value (also referred to as Contract Price) shall be deemed to have included such cost.

1.5 The materials, design and workmanship shall satisfy the applicable relevant Indian

Standards, the job specifications contained herein & codes referred to. Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied. In the absence of any Standard/ Specifications/Codes of practice for detailed specifications covering any part of the work covered in this Bidding Document, the instructions/directions of Engineer-in-Charge will be binding on the Contractor.

1.6 In the absence of any Specifications covering any material, design or work(s) the

same shall be performed/ supplied executed in accordance with standard Engineering practice as per the instructions/directions of the Engineer-in-Charge, which will be binding on the Contractor.

2.0 WATER, POWER AND OTHER FACILITIES 2.1 Construction power (440V, 3phase) shall be provided to the Contractor, on

chargeable basis. All the works related to laying of cable etc. for construction power shall be arranged by Contractor at his own cost. The cost of power supply shall be recovered by the OWNER every month at the rate of Rs 7.96 /KWH as base cost further subjected to revision as per variation in PSEB Tariff by deduction from the Contractor’s bills (without prejudice to any other mode of recovery available to the owner). The energy meter to be installed by the Contractor shall be tested and certified by State Electricity Board or any other agency approved by the owner. The construction power shall be made available to the Contractor subject to grid disturbance, and no extension of time or compensation shall be payable on this account. Therefore, the Contractor shall within the Contract Price make alternate arrangement to cope with such eventuality.

Page 178: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

178 of 215

2.2 No Construction Power shall be provided by owner for work outside the battery limit of the Plant. Contractor shall make his own arrangement for Construction Power at his own cost for fabrication outside battery limit of Plant

2.3 Construction Water shall be provided to the Contractor, free of cost, at one point

near the battery limit of the Plant Contractor shall arrange for further distribution of the same at his own cost.

2.4 HMEL shall endeavor to provide land out of available land to the Contractor, for

the sole purpose of field office and fabrication yard. Contractor shall have to use Contractor's own container (porta cabin). No land shall be provided for accommodation purpose.

2.5 The Contractor shall remove all temporary buildings / facilities etc. before leaving

the site after completion of works in all respect. 3.0 SCOPE OF WORK 3.1 The scope of work covered in this contract will be as described in Technical Bid of

the Bidding Document 4.0 SCOPE OF SUPPLY 4.1 The scope of supply covered in this contract will be as described Technical bid of

the Bidding Document 5.0 TIME SCHEDULE 5.1 The Work shall be executed strictly as per time schedule given in Technical Bid.

The period of completion given includes the time required for mobilization, demobilization and completion of work in all respects to the satisfaction of the Engineer-in-Charge.

5.2 A joint program of execution of work will be prepared by the Engineer-in-Charge

and Contractor. This program will take into account the time of completion mentioned in clause 5.1 above.

5.3 Weekly execution program will be drawn up by the Engineer-in-Charge jointly with

the Contractor based on priorities and the joint program of execution as referred to above. The Contractor shall scrupulously adhere to the Targets/Program by deploying adequate personnel, Construction Equipment, Tools and Tackles and also by timely supply of required materials coming within his scope of supply as per Contract. In all matters concerning the extent of target set out in the weekly/monthly program and the degree of achievement, the decision of the Engineer-in-Charge will be final and binding on the Contractor.

5.4 Contractor shall give every day category-wise labour and equipment deployment

report along with the progress of work done on previous day in the format prescribed by the Engineer-in-Charge.

6.0 LABOUR LICENCE 6.1 Before starting of work, Contractor shall obtain a license from concerned

authorities under the Contract Labour (Abolition and Regulation) Act 1970, and furnish copy of the same to Owner.

Page 179: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

179 of 215

7.0 SITE CLEANING 7.1 The Contractor shall clean and keep clean the work site from time to time to the

satisfaction of the Engineer- in-Charge for easy access to work site and to ensure safe passage, movement and working.

7.2 If the work involves dismantling of any existing structure in whole or part, care

shall be taken to limit the dismantling upto the exact point and/ or lines as directed by the Engineer-in-Charge and any damage caused to the existing structure beyond the said line or point shall be repaired and restored to the original condition at the cost and risk of Contractor to the satisfaction of the Engineer-in-Charge, whose decision shall be final and binding upon the Contractor.

7.3 The Contractor shall be the custodian of the dismantled materials till the Engineer-

in- Charge takes charge thereof. 7.4 The Contractor shall dispose off the unserviceable materials, debris etc. to any

area within Refinery premises/ other area as directed by the Engineer-in-Charge. 7.5 The Contractor shall sort out, clear and stack the serviceable materials obtained

from the dismantling/ renewal at places as directed by the Engineer-in-Charge. 7.6 No extra payment shall be paid on this account. The rates quoted in SOR are

deemed to be inclusive of all the costs towards all the above activities as well. 8.0 MEASUREMENT OF WORKS 8.1.1 Measurement of Works shall be as per ANNEXURE – III to SCC. 9.0 ON ACCOUNT PAYMENTS 9.1 In addition to provisions of Clause 7.b. of General Conditions of Contract "On

Account Payments" shall be subject to terms given in schedule of quantity. 10.0 ROUNDING OFF 10.1 All payments to and recoveries from the bill of Contractor shall be rounded off to

the nearest Rupee. Wherever the amount to be paid/ recovered consists of a fraction of a Rupee (Paise), the amount shall be rounded off to the next higher rupee if the fraction consists of 50 (fifty) paise or more and if the fraction of a Rupee is less then 50 (fifty) paise, the same shall be ignored.

11.0 PRICE ESCALATION 11.1 The Contract Price shall be deemed to be firm and valid for the entire duration of

the Contract till the completion of Work in all respects and shall not be subject to any adjustment due to increase in price of materials, consumables, labour etc., or any other input for performance of Work.

12.0 TAXES AND DUTIES 12.1 This Project is exempted from Octroi and Entry tax, If levied at a later date shall

be reimbursed at actual on submission of documentary evidence. 12.3 Service Tax 12.3.1 The contracted rates in the Schedule of Price are inclusive of Service Tax.

Page 180: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

180 of 215

12.4 Sales Tax 12.4.1 OWNER shall issue C-Form to Contractor, on all inter-state sales in India of

materials for permanent incorporation in the Works (only on finished items as mentioned in Details of Taxes and Duties format of the Schedule of Price) by the Contractor to enable the Contractor to avail concessional rate of Sales Tax on such sales. It may be noted that HMEL shall be the consignee in respect of supply of these items/materials by the Contractor to site. The consignee should be mentioned as "Consignee - HMEL, Guru Gobind Singh Refinery, Bathinda – A/c Contractor". Fabrication Yard outside the Refinery Premises (if provided by Owner) is also included in HMEL's Sales Tax Registration list and accordingly C-Form shall be issued by OWNER to the Contractor for materials entering to such Fabrication Yard located outside the Refinery Premises.

13.0 WORKS CONTRACT 13.1 The works contract tax (VAT on Works Contract) is included in the Contract Price.

No variation shall be paid on WCT. 14.0 INCOME TAX & CORPORATE TAX 14.1 Income Tax deductions shall be made from all payments made to the Contractor

as per the rules and regulations in force in accordance with the Income Tax Act prevailing from time to time.

14.2 Corporate Tax Liability if any shall be to Contractor's account. 15.0 PROVIDENT FUND 15.1 The Contractor shall strictly comply with the provisions of Employees Provident

Fund Act and register the establishment with the concerned Regional.

Provident Fund Commissioner before commencing the work. The Contractor shall deposit "Employees" and "Employers" contributions in the designated account with the designated Authority every month. The Contractor shall furnish along with each running bill, the challan/ receipt for the payment of provident fund made to the RPFC for the preceding month(s).

15.2 In case the Provident Fund Authority's receipted challan referred to above is not

furnished, the OWNER shall deduct 5% (five percent) of the payable amount from the Contractor’s running bill and retain the same as a security for the payment of the Provident Fund. Such retained amounts shall be refunded to the Contractor only on production of challan/ receipt of the Provident Fund Authority for the period covered by the related deduction.

16.0 ENTRY PASSES, GATE PASSES, WORK PERMITS & SAFETY

REGULATlONS The works under this contract are to be carried out in areas within the refinery

limits adjacent/adjoining to the other units which are under construction. As such, Contractor is required to abide by safety and security regulations of the Owner enforced from time to time.

Page 181: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

181 of 215

16.1 Entry Passes 16.1.1 The Contractor has to apply for photo entry passes for his workers & staff in a

prescribed proforma available with Owner. The photo entry passes shall be issued by the Owner for a maximum period of 3 months and if extension is required by the Contractor, he has to apply separately for extension. As a special case temporary passes for a maximum period of 7 days may be issued.

16.1.2 Unutilized /Expired entry passes shall have to be submitted immediately to Owner. 16.1.3 In case of loss of any entry pass, the Contractor has to lodge FIR with local police

station and inform the Engineer-in-Charge and will have to pay Rs. 150/ against each entry pass. The Contractor is required to keep track of all entry passes issued and returned.

16.1.4 Identity card issued by the Security Section should always be carried/ displayed

by the Contractor's employee or person while working inside the Refinery. 16.2 Gate Passes 16.2.1 To bring materials/equipments/tools/tackles etc. inside the refinery for construction

work, the Contractor has to produce challans /proper documents to the Owner's personnel at gate. The materials shall be checked thoroughly by the Owner's personnel at Gate and recorded in their register before allowing any material to bring inside the refinery by Contractor. It is Contractor's responsibility to see that the recorded entry no., date, signature of owner's authorized representative with stamp are there on the challan/supporting documents before taking any materials inside the refinery. In addition to above, entry of the material will be permitted only during the stipulated working hour, and more so, if consignee is available to receive the said material.

16.2.2 To take Contractor's materials out of the refinery, the Contractor has to apply with

specific purpose/reasons to the Engineer-in-Charge, attaching challans/supporting documents signed by company's personnel at gate during entry.

16.3 Vehicle Permit

Permits are to be obtained separately for entry/use of vehicles/trailers etc. inside the refinery. The following requirements are to be met to obtain vehicle permit:

1) Vehicle/Equipment etc. should be brought to site in good condition. 2) Valid Road tax certificate, fitness certificate and insurance policy from

competent authority. 3) Valid operating/driving license of driver/operator.

16.4 Validity of the Permit

1) No permit is valid if it is not renewed by the shift in-charge/ his representative in shifts (morning & evening).

2) The permit shall be issued for a maximum period of one month and if extension is required, the Contractor has to apply for fresh permit.

3) No permit is valid on holidays unless special permission is obtained from the competent authority.

Page 182: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

182 of 215

16.5 Safety Regulations 16.5.1 Regarding Work Permit

The work shall be carried out inside the refinery as per safety practices enforced by OWNER safety section and instructions of Engineer-in-Charge issued from time to time. Many times it may happen that the working hours shall be drastically reduced or increased to meet certain safety requirements and the Contractor shall meet these requirements without any argument for time and financial implications. To obtain work permit and to satisfy all conditions laid down therein, shall be the responsibility of the Contractor. No claim for idling of machinery, refinery, manpower etc. for safety reasons or non-issuance of work permit by incharge, Safety Section shall be considered.

The Contractor shall abide by all safety regulations of the refinery and ensure that safety equipment for specific job kit as stipulated in the factory act/safety handbook is issued to the employee during the execution of work, failing which all the works at site will be suspended.

16.5.2 Regarding use of Vehicle

i) Vehicle must not play on any road within the refinery at a speed exceeding 20KM/hr.

ii) Mobile crane/loaded trucks/trailers must not exceed speed limit of 15 KM/hr inside the refinery.

iii) No crane is allowed to move inside the refinery with load. iv) No vehicle is allowed to park inside the refinery.

17.0 CHECKING OF LEVELS

The Contractor shall be responsible for checking levels, orientation plan of all foundations, foundation bolts, etc., well in advance of taking up the actual erection work and bring to the notice of Engineer-in-Charge discrepancies, if any. In case of minor variations in levels etc. the Contractor shall carry out the necessary rectifications to the foundations within his quoted price.

The Contractor shall also be responsible for checking with templates, wherever necessary, the disposition of foundation bolts with the corresponding bases of structure and shall effect rectifications, as directed, within his quoted rate.

18.0 STATUTORY APPROVALS

The approval from any authority required as per statutory rules and regulations of Central/ State Government shall be the responsibility of Contractor unless otherwise specified in the Bidding Document. The application on behalf of the Owner for submission to relevant authorities along with copies of required certificate complete in all respects shall be prepared and submitted by the Contractor well ahead of time so that the actual construction/commissioning of the work is not delayed for want of the approval/inspection by concerned authorities. The Contractor shall arrange the inspection of the works by the authorities and necessary coordination and liaison work in this respect shall be the responsibility of the Contractor. Owner shall reimburse statutory fees payable by Contractor.

The Contractor within the quoted price shall carry out any change/ addition required to meet the requirements of the statutory authorities. The inspection and

Page 183: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

183 of 215

acceptance of the work by statutory authorities shall however, not absolve the Contractor from any of his responsibilities under this contract.

19.0 UNDERGROUND AND OVERHEAD STRUCTURES 19.1 Engineers-in-Charge/ owner shall provide, to the best possible extent, details in

respect of existing structures, overhead lines, existing pipelines and utilities existing at job site to the Contractor. The Contractor shall execute the work in such a manner that the said structures, utilities, pipelines etc. are not disturbed or damaged, and shall indemnify and keep indemnified the owner from and against any destruction thereof or damages thereto. Moreover, Contractor shall prepare drawing showing all the above stated details accurately and submit to Engineer-in-Charge. No extra payment shall be made on this account. The rates quoted in SOR are deemed to be inclusive of the costs towards this activity.

20.0 EMPLOYMENT OF LOCAL LABOUR AND PREFERENCE TO LAND LOOSERS

AND/OR DEPENDENT OF LAND LOOSERS 20.1 The Contractor shall ensure that local labour, skilled and/or unskilled, to the extent

available shall be employed in this work. Special preference shall be given to persons and/or dependents of persons whose land has been acquired for the project work. In case of non-availability of suitable labour in any category out of the above persons, labour from outside may be employed.

20.2 The Contractor shall not recruit personnel of any category from among those who

are already employed by the other agencies working at site but shall make maximum use of local labour available.

21.0 CONTRACTOR'S LABOURERS TO LEAVE SITE ON COMPLETION OF THE

WORK 21.1 The labourers of Contractor must leave the location of the refinery/ township/

project site after the work is tapered off completed. 22.0 FUEL REQUIREMENT OF WORKERS 22.1 Contractor shall ensure that the fuel requirement of the workers is arranged, to

avoid any cutting of trees etc., in the area. This is as per the requirement of Central Pollution Control Board.

23.0 PROJECT SCHEDULING & MONITORING

The following schedules/documents/reports shall be prepared and submitted by the Contractor for review/approval at various stages of the contract.

23.1 ALONGWITH BID

A. Time Schedule

The Bidder is required to submit a Project Time Schedule in Bar Chart Form, along with the Bid. The Schedule shall cover all aspects like sub ordering, manufacturing and delivery, subcontracting and construction within the completion time indicated in the Bidding Document. The Owner interface activities shall be clearly identified with their latest required dates. Owner reserves the right to disqualify the Bidder if the above Schedule submitted by the Bidder is not in line with the overall project requirement.

Page 184: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

184 of 215

B. Scheduling & Monitoring System The Bidders should describe their system of Project Scheduling and monitoring, the extent of computerization, level of detailing, tracking methodology etc. with the name of computer packages and sample outputs.

23.2 AFTER THE AWARD OF CONTRACT

A. Overall Project Schedule

The Contractor shall submit immediately after Telex of Intent, a sufficiently detailed overall project schedule in the activity network form, clearly indicating the major milestones, interrelationship/interdependence between various activities together with analysis of critical path and floats.

The network will be reviewed and approved by Engineer-in-Charge and the comments if any shall be incorporated in the network before issuing the same for implementation. The network thus finalized shall form part of the contract document and the same shall not be revised without the prior permission from Engineer-in-Charge during the entire period of contract.

B. Progress Measurement Methodology

The Contractor is required to submit within four weeks of award of work, the methodology of progress measurement of sub ordering, manufacturing/ delivery, subcontracting, construction and commissioning works and the basis of computation of overall services/physical progress informed. Owner reserves the right to modify the methodology in part or in full.

C. Functional Schedules The Contractor should prepare detailed functional schedules in line with network for functional monitoring and control and submit scheduled progress curves for each function viz. ordering, delivery and construction.

23.3 PROJECT REVIEW MEETINGS

The Contractor shall present the program and status at various review meetings as required.

A Weekly Review Meeting

Level of Participation : Site Engineers.

Agenda :a) Weekly program v/s actual

achieved in the past week and program for next week.

b) Remedial Actions and hold up analysis.

c) Client query/approval.

Venue :Site Office.

B Monthly Review Meeting

Page 185: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

185 of 215

Level of Participation :Senior Officers of HMEL/RITES and

Contractors.

Agenda :a) Progress Status/Statistics

b) Completion Outlook

c) Major hold ups/slippages

d) Assistance required

e) Critical issues

Venue : HMEL/RITES Office 23.4 PROGRESS REPORTS

A Monthly Progress Report

This report shall be submitted on a monthly basis within Ten calendar days from cut off date as agreed upon, covering overall scenario of the work. The report shall include but not be limited, to the following:

a) Brief introduction of the work.

b) Activities executed/achievements during the month.

c) Scheduled vis actual percentage progress and progress curves for sub ordering, manufacturing/delivery, subcontracting, construction and overall and quantum wise status of purchase orders against scheduled. d) Areas of concern/problem/hold ups, impact and action plans.

e) Resource deployment status.

f) Annexure giving status summary for Material Requisitions and deliveries, subcontracting and construction.

Distribution : HMEL Two copies

RITES, Two copies

B. Weekly Report

This report (5 copies) will be prepared and submitted by the Contractor on weekly basis and will cover following items:

a) Activities programmed and completed during the week.

b) Resource deployed man and machine.

c) Qty. achieved against target in construction.

d) Record of Man days lost.

Page 186: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

186 of 215

e) Construction percentage progress, scheduled and actual. 24.0 CONSTRUCTION 24.1 Contractor shall observe the Codes specified in respective specification, all

national and local laws, ordinances, rules and regulations and requirements pertaining to the work and shall be responsible for extra costs arising from violations of the same.

24.1.1 Contractor shall have at all times during the performance of the work, a competent

superintendent on the premises. Any instruction given to such Superintendent shall be construed as having been given to the Contractor.

24.1.2 Owner reserves the right to inspect all phases of Contractor's operations to ensure

conformity to the specifications. Owner will have engineers, inspectors or other duly authorized representatives, made known to the Contractor, present during progress of the work and such representatives shall have free access to the work at all times. The presence or absence of a Owner's representative does not relieve the Contractor of the responsibility for quality control in all phases of the work. In the event that any of the work being done by the Contractor or any Sub Contractor is found by Owner's representatives to be unsatisfactory or not in accordance with the drawings, procedures and specifications, the Contractor shall, upon verbal notice of such discrepancy or deficiency, take immediate steps to revise the work in a manner to conform to the relevant drawings, procedures and specifications.

24.1.3 The Contractor shall carry out required supervision and inspection as per Quality

Assurance plan to be prepared and approved by RITES/HMEL (refer Annexure – I) and furnish all assistance required by the OWNER in carrying out inspection work during this phase. The Owner will have engineers, inspectors or other authorized representatives present who are to have free access to the work at all times. If an Owner's representative notifies the Contractor's authorized representative not lower than a Foreman of any deficiency, or recommends action regarding compliance with the specifications, the Contractor shall make every effort to carry out such instructions to complete the work conforming to the specifications and approved drawings in the fullest degree consistent with best Industry practice.

25.0 GUARANTEE

Contractor needs to replace/repair or reinstall free of cost any material/equipment supplied by him in case it fails to operate due to defective materials or workmanship as per requirements of this specification up to twelve (12) months from the date of issue of completion certificate and acceptance of the entire system by Owner

Contractor shall replace at his own cost if any item found defective or missed before handing over the system to Owner. The decision of Engineer-in-Charge shall be final and binding in this regard. The guarantee for such rectified/replaced item shall be for a period of 12 months from completion of such rectification/replacement.

26.0 RESPONSIBILITY OF CONTRACTOR 26.1 It shall be the responsibility of the Contractor to obtain the approval for any

revision and/or modifications decided by the Contractor from the OWNER/

Page 187: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

187 of 215

Engineer-in-Charge before implementation. Also such revisions and/ or modifications If accepted/ approved by the OWNER/ Engineer-in-Charge shall be carried out at no extra cost to the OWNER.

26.2 All expenses towards mobilisatlon at site and demobilisation including bringing in

equipment, work force, materials, dismantling the equipment, clearing the site etc. shall be deemed to be included in the prices quoted and no separate payments on account of such expenses shall be entertained.

26.3 It shall be responsibility of the Contractor to provide, operate and maintain all

necessary construction equipment, steel scaffoldings and safety gadgets, cranes/ derrick and other lifting tackles, tools and appliances to perform the work in a workman like and efficient manner and complete all the jobs as per time schedules without any extra cost to the OWNER.

26.4 Preparing approaches and working area for the movement and operation of the

cranes/ derrick, leveling the areas for assembly and erection shall also be responsibility of the Contractor. The Contractor shall acquaint himself with access availability facilities, such as railway siding, local labour etc., to provide suitable allowances in his quotation. The Contractor may have to build temporary access roads to aid his own work, which shall also be taken care of while quoting for the work.

26.5 The Contractor shall responsible for procurement and supply in sequence and at

the appropriate time of all equipments/ materials and consumables and his rates for execution of work will include of supply of all these items.

27.0 MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION OF

CONSTRUCTION EQUIPMENT 27.1 Mechanisation of Construction Activities 27.1.1 The Contractor shall mechanise the construction activities to the maximum extent

by deploying all necessary construction equipment/machinery in adequate numbers and capacities.

27.1.2 Wherever Structural/ Piping works are included in the scope, the responsibilities of

Contractor shall include establishing and maintaining of a proper fabrication workshop with transportation facilities to site to carryout fabrication of steel structures, piping specials etc., preparing approaches working areas for the movement/operation of cranes and leveling the areas for assembly/erection to ensure effective mechanisation on the works. The Contractor shall acquaint himself with availability of access, facilities such as railway siding, local labour etc. and the Contractor may have to build temporary access roads to aid his work and the quoted and agreed rates shall be deemed to include the same.

27.1.3 Contractor further agrees that Contract price is inclusive of all the associated

costs, which he may incur for actual mobilization, required in respect of use of mechanized construction techniques and that the OWNER/RITES in this regard shall entertain no claim whatsoever.

27.2 Mobilisation of Construction Equipments 27.2.1. The Contractor shall without prejudice to his responsibilities to execute and

complete the work as per the specifications and time schedule, progressively deploy construction equipment, tools and tackles and further augment the same

Page 188: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

188 of 215

depending on the exigencies of work and as decided by the Engineer-in-Charge so as to suit the construction schedule within scheduled completion date without any additional cost to OWNER.

28.0 TESTS AND INSPECTION OF WORKS 28.1 The Contractor shall carry out the various tests as enumerated in the bidding

document and as per direction of Engineer-in-charge either on field or outside! laboratories concerning the execution of work and supply of the material by Contractor. All the expenses shall be borne by the Contractor and shall be considered as included in the quoted price. The inspection shall be done by followings:

a) Representative deputed by Engineer-in-charge.

b) Representative deputed by Statutory Authority.

Contractor shall give prior notice sufficiently ahead of time to the Engineer-in-charge and also to the authorities to conduct inspection to witness such tests.

28.2 All the tests either on the field or at outside laboratory concerning the execution of

the work and supply of materials by the Contractor shall be carried out by the Contractor at his own cost.

28.3 The work is subject to inspection at all times by the Engineer-in-charge. The

Contractor shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications of this bidding document, the technical documents that will be furnished to him during performance of work and the relevant cades of practice furnished to him during the performance of the work.

28.4 The Contractor shall provide for purposes of inspection, access ladders, lighting

and necessary instruments at his awn cast including law Voltage (24V) lighting equipment far inspection of work. Compressed air for carrying out works shall be arranged by the Contractor at his own cast.

28.5 Any work not conforming to the execution drawings, specifications or IS Codes

shall be rejected forthwith and the Contractor shall carry out the rectifications at his awn cast.

28.6 All results of inspection and test will be recorded in the inspection reports,

proforma of which will be approved by the Engineer-in-charge. These reports shall farm part of the Completion Documents.

28.7 Inspection and acceptance of the work shall not relieve the Contractor from any of

his responsibilities under this contract. 28.8 Cost towards repeat tests and inspection due to failures, repairs etc. far reasons

attributable to the Contractor shall be borne by the Contractor. 28.9 Various tests as specified in specifications shall be carried out to the entire

satisfaction of OWNER/RITES.

Page 189: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

189 of 215

29.0 FINAL INSPECTION 29.1 After completion of all tests as per specification the whale work will be subject to a

final inspection to ensure that jab has been completed as per requirement. If any defects noticed in the work attributable to Contractor, these shall be attended by the Contractor at his awn cast, as and when they are brought to his notice by the RITES/ HMEL. RITES/ HMEL shall have the right to. have these defects rectified at the risk and cost of the Contractor if he fails to attend to these defects immediately.

30.0 INSPECTION OF SUPPLY ITEMS

All inspection and tests an bought out items if any shall be made as required by specifications farming part of this can tract. Various stages of inspection and testing shall be identified after receipt of Quality Assurance Programmer from the Contractor/manufacturer.

Inspection calls shall be given for association of HMEL/RITES as per mutually agreed programme in prescribed proforma with 15 days margin, giving details of equipment and attaching relevant test certificates and internal inspection report of the Contractor. All drawings, general arrangement and other contract drawings, specifications, catalogues etc. pertaining to equipment offered for inspection shall be gat approved by HMEL/RITES find copies shall be made available to Owner/RITES before hand for undertaking inspection. The Contractor shall ensure full and free access to the inspection engineer of Owner/RITES at the Contractor or their sub-Contractor's premises at any time during contract period to facilitate him to carry out inspection and testing assignments. The Contractor/sub-Contractor shall provide all instruments, tools, necessary testing and other inspection facilities to inspection engineer of Owner/RITES free of cost for carrying out inspection.

Where facilities for testing do not exist in the Contractor's/sub-Contractor's laboratories, samples and test pieces shall be drawn by the Contractor/Sub-Contractor in presence of Inspection Engineer of HMEL/RITES and duly sealed by the later and sent for tests in Government approved Test House or any other testing laboratories approved by the Inspection Engineer at the Contractor's cost.

The Contractor shall comply with the instructions of the Inspection Engineer fully and with promptitude.

The Contractor shall ensure that the equipment/assemblies/component of the refinery and equipment required to be inspected are not assembled or dispatched before inspection.

The Contractor shall ensure that the parts once rejected by the Inspection Engineer are not used in the manufacture of the refinery and equipment. Where parts rejected by the Inspection Engineer have been rectified or altered, such parts shall be segregated for separate inspection and approval, before being used in the work.

On satisfactory completion of final inspection and testing, all accepted refinery and equipment shall be stamped suitably and inspection Certificate shall be issued in requisite copies for all accepted items. For stage inspection and for rejected items, only inspection memo shall be issued indicating therein the details of observations and remarks.

Page 190: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

190 of 215

If Owner or its representative fails to inspect within 30 days after receipt of inspection notice, the Contractor may dispatch material on specific approval of Owner. All inspection and tests shall be made as required by the specifications forming part of this contract. Contractor shall advise RITES in writing at least fifteen days in advance of the date of final inspection/tests. Manufacturers inspection or testing certificates for equipment and materials supplied, may be considered for acceptance, at the discretion of Engineer-in-Charge. All costs towards testing etc. shall be borne by the Contractor within their quoted rates.

31.0 MAKE OF MATERIALS

Wherever an item is specified or described by a particular brand name, manufacturer or vendor, the specific item mentioned shall be for establishing type, function and quality desired. However final acceptance of equipment shall depend upon its conformity with the technical specification laid down in the bidding documents. The make of various materials should either be as specified in the Contract or should be as per RITES/Owner approved vendor list.

32.0 LEADS 32.1 For the various works, in case of contradiction, leads mentioned in the Schedule

of Rates shall prevail over those indicated in the Technical specifications. 33.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE 33.1 To distinguish between work in foundations and superstructures, the following criteria shall apply: 33.1.1 For all equipments pedestals, pipe racks, other foundations and RCC structures, work done upto 300mm level above finished grade level will be taken as work in foundations and work above this level will be treated as work in superstructures. 33.1.2 For Buildings only, all works upto level corresponding to finished floor level

(Ground Floor) shall be treated as work in "Foundation and Plinth" and all works above the finished floor level shall be treated as "Work in Superstructure".

33.1.3 Irrespective of what has been stated above, all pavements, RCC retaining wall, all

pipe sleepers and any similar item would be taken as work done in foundations irrespective of locations nomenclature, and levels given anywhere. Where not specifically pointed out all works in sumps, drains manholes, tank pads, cable trenches or such similar items would be taken as work in foundations.

34.0 COMPLETION DOCUMENTS 34.1 The Contractor shall carryout various tests as called for in bidding document

either on field or at outside approved laboratories at his own cost. All test results and related documents shall be submitted in 6 (Six) copies as part of completion documents.

34.2 The following documents in addition to documents specified in GCC shall be

submitted in hard binder by the Contractor in 6 (Six) sets, as a part of completion documents:

a) Test Reports of all material supplied.

Page 191: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

191 of 215

b) Field test report for alignment of structure, concreting works, compaction of soil etc c) Any other drawing/ document! report specified elsewhere in the bidding document. d) As built drawings.

35.0 ADDITIONAL WORKS/ EXTRA WORKS 35.1 HMEL reserves their right to execute any additional works/ extra works, during the

execution of work, either by themselves or by appointing any other agency, even though such works are incidental to and necessary for the completion of works awarded to the Contractor. In the event of such decisions taken by HMEL, Contractor is required to extend necessary cooperation, and act as per the instructions of Engineer-in-Charge. This is without prejudice to the rights of the owner to get the additional works/ extra works executed by the Contractor.

36.0 OMPUTERISED CONTRACTOR'S BILLING SYSTEM 36.1 \Without prejudice to stipulation in General Conditions of Contract, Contractor

should follow following billing system: 36.2 The bills will be prepared by the Contractor on their PCs as per the standard

formats and codification scheme proposed by HMEL/ RITES The Contractor will be provided with data entry software to capture the relevant billing data for subsequent processing. The Contractor will submit these data to HMEL/RITES in an electronic media along with the hard copy of the bill, necessary enclosures and documents. The Contractor will also ensure the correctness and consistency of data so entered with the hard copy of the bill submitted for payment.

36.3 HMEL/RITES will utilise these data for processing and verification of bill of the

Contractor. 37.0 COORDINATION WITH OTHER AGENCIES 37.1 Work shall be carried out in such a manner that the work of other agencies

operating at the site is not hampered due to any action of the Contractor. Proper coordination with other agencies will be responsibility of the Contractor. In case of any dispute, the decision of Engineer-in-Charge shall be final and binding on the Contractor.

38.0 MODIFICATION TO GENERAL CONDITIONS OF CONTRACT

The provision of the following clause of GCC will not be applicable for this work; Clause no 7f

39.0 EXECUTION OF ELECTRICAL WORKS

Contractor or his nominated sub-Contractor's should have valid electrical Contractor's license for working in the state where site is located. Contractor shall furnish a copy of the same to Engineer-in-Charge before commencement of any work pertaining to Electrical System. In any case, no work shall be permitted to be executed a site without a valid Electrical Contractors License, and the decision of the Engineer-in-Charge in this regard shall be final and binding and no claim/compensation whatsoever shall be entertained on this account. Contractor shall follow the safety measures as per specification enclosed in ANNEXURE-II to SCC.

Page 192: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

192 of 215

40.0 LAND FOR CONTRACTOR'S FIELD OFFICE, GODOWN AND WORKSHOP 40.1 Owner will at his own discretion and convenience and for the duration of the

execution of the work make available near the site, land for construction of Contractor's field office, godowns, work-shops and assembly yard required for execution of the contract. The Contractor shall at his own cost construct all temporary buildings and provide suitable water supply and sanitary arrangement approved by the Engineer-in-Charge.

41.0 LAND FOR RESIDENTIAL ACCOMMODATION 41.1 It will not be possible for OWNER to provide land for residential accommodation

for staff and labour of the Contractor. Contractor will have to make his own arrangement at his cost for land for the purpose of residential accommodation for his staff and labour.

41.2 Construction Contractors to ensure the following, but not limited to the same, for

the labour camps to be established, operated & maintained by them in connection with contract.

a) Dwelling Height of roof - minimum 10 feet

Type of roof & supporting-Truss supported Brick work in cement mortar or with mud mortar & cement pointing Minimum area of room 5.0" x 4.5 m (16 Rooms in a block) 4 blocks with common facilities in 1 acre.

b) Electric power - through PSFB or DG Set c) Drinking water & Service water d) Separate toilet blocks for male & female with septic tank & soak pit e) Kitchen - periodic drainage of the area f) Comp to have enclosure- boundary wall fencing g) Separate enclosure for bachelor status h) Crutch – shelter & open play ground

i) Medical Facility – periodic health checkup & as required j) Contractor to organize regular inspection of sanitation in the camp

42.0 SAFETY STANDARDS FOR TEMPORARY BUILDINGS

All temporary buildings, sheds, workshops, field station, etc. shall be constructed in confirmation with the safety and security regulations of the owner, as regards location and type of structures. Roofing and cladding with grass or paddy straw or coconut leaf will not be permitted within the refinery premises. In the given space, the Contractor will provide a temporary furnished accommodation for the RITES Engineer and his staff at the site of work free of cost as per approved plan by the Engineer-in-charge. In the furnished accommodation 2 rooms of size 12’x14’ each with cc flooring, False ceiling- one

Page 193: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

193 of 215

room should be air-conditioned (2 ton capacity) along with sufficient light & plug points, Fans , small pantry room of 6’x6’ size, 1 toilet with wash basin, two office tables and good quality cushioned chairs etc. On expiry of maintenance period, the site office shall be dismantled by the Contractor and site cleared at his own cost unless the Employer directs otherwise.

43.0 IF THE Contractor DIES

Without prejudice to any of the rights or remedies under this Contract, if the Contractor dies, the HMEL shall have the option of terminating the Contract without compensation to the Contractor.

44.0 CONTRACTOR'S SUBORDINATE STAFF AND THEIR CONDUCT

(i) The Contractor, on or after award of the work shall name and depute a qualified engineer having sufficient experience in carrying out work of similar nature, to whom the Equipments, materials, if any, shall be issued and instructions of work given. The Contractor shall also provide to the satisfaction of the Engineer-in-Charge sufficient and qualified staff to supervise the execution of the work, competent sub-agents, foremen and leading hands including those specially qualified by previous experience to supervise the type of works comprised in the contract in such manner as will ensure work of the best quality and expeditious working. Whenever in the opinion of the Engineer-in-Charge additional properly qualified supervisory staff is considered necessary, they shall be employed by the Contractor without additional charge on account thereof. The Contractor shall ensure to the satisfaction of the Engineer-in-Charge that Sub-Contractors if any shall provide competent and efficient supervision, over the Work entrusted to them.

(ii) If and whenever any of the Contractor or Sub-Contractor's agents, subagents, assistants, foremen or other employees shall in the opinion of Engineer-in-Charge be guilty of any misconduct or be incompetent or insufficiently qualified or negligent in the performance of their duties or that in the opinion of the HMEL or the Engineer-in-Charge, it is undesirable for administrative or any other reason for such person or persons to be employed in the work, the Contractor, if so directed by the Engineer- in-Charge shall at once remove such person or persons from employment thereon. Any person or persons so removed from the work shall not again be employed in connection with the work without the written permission of the Engineer- in-Charge. Any person so removed from the work shall be immediately replaced at the expense of the Contractor by a qualified and competent substitute. Should the Contractor be requested to repatriate any person removed from the work he shall bear all costs in connection herewith.

(iii) The Contractor shall be responsible for the proper behavior of all the staff, foremen, workmen and others and shall exercise a proper degree of control over them and in particular and without prejudice to the said generally, the Contractor shall be bound to prohibit and prevent any employees from trespassing or acting in any way detrimental or prejudicial to the interest of the community or of the properties or occupiers of land and properties in the neighborhood and in event of such employees so trespassing, the Contractor shall be responsible therefore and relieve the HMEL of all consequent claims or actions for damages or injury or any other grounds whatsoever. The decision of the Engineer-in-Charge upon any matter arising under this clause shall be final.

Page 194: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

194 of 215

(iv) If and when required by the HMEL all Contractor's personnel entering upon the HMEL'S premises shall be property identified by badges of a type acceptable to the HMEL which must be worn at all times on HMEL'S premises.

(v) The person(s) engaged by the Contractor to supervise the execution of the work, or, in the absence of any such person, the person in charge, or the Contractor himself, shall undergo the safety raining conducted by the HMEL (RITES) from time to time.

The name(s) of the aforesaid person(s) / person in charge shall be intimated to the HMEL by the Contractor within a week's time on awarding of the Contractor or one day prior to the commencement of the Work whichever is earlier.

45.0 PATENTS AND ROYALTIES 45.1 Contractor, if licensed under any patent covering Equipment, Machinery, Materials

or compositions of matter to be used or supplied or methods and process to be practiced or employed in the performance of this contract, agrees to pay all royalties and license fees which may be due with respect thereto. If any Equipment, Machinery, Materials, composition matters to be used or supplied or methods and processes to be practiced or employed in the performance of this contract, is covered by a patent under which the Contractor is not licensed then the Contractor before supplying or using the Equipment, Machinery, Materials, compositions method or processes shall obtain such licenses, and pay such royalties and license fees as may be necessary for performance of the contract. In the event the Contractor fails to pay any such royalty or obtain any such license any suit for infringement of such patents which is brought against the Contractor or the HMEL as a result of such failure will be defended by the Contractor at his own expense and the Contractor will pay any damages and costs awarded in such suit The Contractor shall promptly notify the HMEL if the Contractor has acquired knowledge of any patent under which a suit for Infringement could be reasonably brought because of the use by the HMEL of any Equipment, Machinery, Materials, Process methods to be supplied hereunder. Contractor agrees to and does hereby grant to HMEL together with the right to extend the same to any of the subsidiaries of the HMEL as irrevocable, royalty-free license to use in any country any invention made by the Contractor or his employees in or as a result of the performance of the work under the contract.

45.2 With respect to any sub contract entered into by Contractor pursuant to the

provisions of the relevant clause thereof, the Contractor shall obtain from the sub-Contractor an undertaking to provide the OWNER with the same patent protection that Contractor is required to provide under the provisions of the clause.

46.0 LIENS 46.1 If at any time, there should be evidence of any lien or claim for which the HMEL

might have become liable and which is chargeable to the Contractor, the HMEL shall have the right to retain out of any payment then due or thereafter to become due an amount sufficient to completely indemnify the HMEL against such lien or claim and if such lien or claim be valid the HMEL may pay and discharge the same and deduct the amount so paid from any money which may be or may become due and payable to the Contractor. If any lien or claim remain unsettled after all payments are made, the Contractor shall refund or pay to the HMEL all moneys that the letter may be compelled to pay discharging such lien or claim including all costs and reasonable expenses.

Page 195: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

195 of 215

46.2 The Owner shall have general lien over all tools, equipment, machinery and materials etc. belonging to the Contractor for any amount due from the Contractor to the Owner on any account. The HMEL shall have a general lien, over any amount payable to the Contractor on any account whether presently due or not, for any amount due from the Contractor to the owner on any account whatsoever including under any previous jobs/contracts and owner shall have full right for adjustments/appropriation of such amounts without notice to the Contractor.

47.0 STRIKE BY CONTRACTORS

i) The Contractor shall not stop or cause stoppage of work during the period of contract by resorting to strike or other agitational methods.

ii) Without prejudice to clause 47.0 (i), should the Contract be required to

participate in a general strike called any apex body of Contractors' Association etc., at least 15 days prior notice should have been given to RITES/OWNER.

iii) The Contractor agrees that he/it shall be liable for all consequences as per

the contract for the delay caused an/or loss/damage suffered by the OWNER due to stoppage/strike by the Contractor.

48.0 RESPONSIBILITY FOR LEVEL AND ALIGNMENT

The Contractor shall be entirely and exclusively responsible for the horizontal and vertical alignment, the levels and correctness of every part of work and shall rectify effectually any errors or imperfections therein. Such rectification shall be carried out by Contractor at his own cost, when instructions are issued by the Engineer-in-Charge.

49.0 HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS

In respect of all labour directly or indirectly employed in work for the performance Contractor's part of this Contract, Contractor shall comply with or cause to be complied with all the rules and regulations of the local Sanitary and other Authorities and or as framed by HMEL from time to time for the protection of health and sanitary arrangements for all Workers and or as required under various welfare statutes.

50.0 PERSONAL CONDUCT

I. Entering the refinery premises while under the influence of alcohol/narcotics is strictly forbidden.

II. Horseplay

III. Fooling on the Work, mock fighting or fighting within the refinery premises will not be tolerated.

IV. Gambling within the refinery premises is strictly forbidden.

V. Entering the refinery premises while in possession of weapons such as knives etc. is prohibited.

VI. Contractor's personnel shall not pick up quarrel or get into arguments with HMEL'S/ RITES's personnel or act in any manner subversive of refinery discipline.

Page 196: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

196 of 215

In case of any misunderstanding such problems should be referred to HMEL/RITES.

51.0 HEALTH, SAFETY & ENVIRONMENT (HSE) MANAGEMENT 51.1 The Contractor shall adhere to the health, safety and environment (HSE)

Management System as per Specification enclosed as Annexure-II to this SCC 51.2 The Contractor shall establish document and maintain an effective health, safety

and environment (HSE) system. 51.3 In case Contractor fails to follow the instruction of Engineer- In- Charge with

respect to above clauses, next payment duo to them shall not be released till Contractor complies with the instruction to the full satisfaction of Engineer- In- Charge

52.0 SITE ORGANISATION 52.1 The Contractor shall without prejudice to his overall responsibility to execute and

complete the works as per specifications and time schedule, progressively deploy sufficient to suit the construction schedule without any additional cost to HMEL.

53.0 CONSTRUCTION EQUIPMENT

The Contractor shall without prejudice to his overall responsibility to execute and complete the work as per specifications and Time Schedule, progressively deploy sufficient so as to suit the construction schedule. The HMEL shall not supply and construction Equipment.

54.0 MODIFICATIONS TO GCC 54.1 The words “Guru Gobind Singh Refineries Limited or GGSRL” and “EIL” any

where in the tender documents shall be replaced with HMEL and RITES Ltd respectively.

54.2 Bank Guarantees

All Bank Guarantees are to be in favour of HPCL- MITTAL Energy Limited, Noida and all pay-orders/demand drafts are to be payable at Noida/Delhi.

54.3 Price Reduction Schedule (PRS)

The Clause 10 of GCC stands modified to the following extent:

"delay" referred to in Clause 10 of GCC shall mean "delay in achieving Completion Schedule".

For any delay in completion period beyond the Contractual date, price reduction shall be applied @1/2 % per week of delay or part thereof subject to a maximum of 5% of the Contract Value.

For any delay in completion of work provision of PRS as above will be applicable and No Liquidated Damage on account of delay will be applicable.

54.4 Fire Insurance

Page 197: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

197 of 215

The sub clause 6.e.1.vii of GCC stands replaced by the following: "The Contractor shall take out insurance to cover all risks of damage to the Contractor's own property arising out of Fire, Electric Short Circuit, Earthquake, Flood, Lightening, Strike, Riot and Construction work".

54.5 Third Party Insurance

The following new sub clause after clause 6.e.1.vii is added in GCC:

"6.e.1 viii The Contractor shall take out insurance to cover all risks of accident to third parties through acts of Contractor's own employees, representatives, sub Contractors, agents and construction work and the risk of damage to the property of third parties arising out of the acts of Contractors, employees, representatives and agents. The third party liability risk shall be covered for RS.1 Lakh for single accident and limited to RS.1 0 Lakhs."

54.6 Retention Money

The following para is added at the end of the clause 7c of GCC:

"Alternatively, the Contractor, before submission of 1st R.A. invoice, shall submit a interest free Bank Guarantee (BG) in lieu of Retention Money, equivalent to 10% of the Contract Value in a non-judicial stamp paper of appropriate value and from any Scheduled Bank in a format acceptable to Owner. The BG shall remain valid till the completion of Defect Liability Period. The value of this BG shall be modified by the Contractor according to the final value of the work taking into account the variation in quantities/extra items."

54.7 Composite Bank Guarantee

Composite Bank Guarantee equivalent to 10 (ten) percent of the estimated contract value covering Security Deposit, Retention Money and Performance of Contract is acceptable as per the proforma approved by HMEL. The validity of Bank Guarantee should be up to Defect Liability Period plus six months.

55.0 VALUE ADDED TAX

Contractor shall submit proper tax invoices for local purchase as per the Punjab VAT Act., to enable HMEL to make full input tax credit under Punjab VAT Act. In the absence of which, payment shall not be released.

56.0 LAND FOR CONTRACTOR’S FIELD OFFICE, GODOWN AND WORKSHOP

OWNER will at his own discretion and convenience and for the duration of the execution of the WORK make available near the SITE, land for construction of Contractor’s field office, godowns, work-shops and assembly yard required for execution of the CONTRACT. The Contractor shall at his own cost construct all temporary buildings and provide suitable water supply and sanitary arrangement approved by the Engineer-in-Charge.

57.0 CONDITIONS FOR ISSUE AND RECONCILLATION OF MATERIALS; 57.1 Rails, 60kg, 1st quality, will be procured by RITES/HMEL at its cost.

Page 198: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

198 of 215

57.2 Rails will be supplied by RITES/HMEL from their store anywhere in refinery area at GGSR, Bhatinda to the Contractor ‘Free of cost’ in metric tones. The Contractor will then lead these rails to the site of work at his cost for use on works. The accountal and Reconciliation of quantities of rails issued to the Contractor will be done as per the relevant Para of ‘Technical Specification regarding Materials’ under section-3.

58.0 Order of Precedence 58.1 The several Documents forming the Contract are to be taken as mutually

explanatory of one another. In cases of ambiguities or discrepancies the same shall be brought to the attention of the Engineer who shall thereupon issue instructions to the Contractor.

58.2 In case of conflict in interpretation of Contract Documents, the following order of

precedence shall prevail

a) The Form of Agreement including detailed Letter of Acceptance.

b) Schedule of Quantity (SOQ)

c) The Special Conditions of Contract and the annexures thereto

d) The General Conditions of Contract

e) Technical Specifications

f) Drawings

g) Indian Standards

Notes: In the case of Drawings, written dimensions shall prevail over scaled dimensions. Enlarged details and Detailed Drawings shall prevail over General Plan, Section, and Elevation etc.

59.0 Force Majeure – Definition 59.1 In this Agreement, “Event of Force Majeure” means:

(a) War (whether declared or undeclared), invasion, armed conflict or act of foreign enemy in each case involving or directly affecting India;

(b) Expropriation or confiscation of facilities by Government authority (c) Revolution, riot, insurrection or other civil commotion, act of terrorism or

sabotage in each case within India; (d) nuclear explosion, radioactive or chemical contamination or ionizing radiation

directly affecting the Works, unless the source or cause of the explosion, contamination, radiation or hazardous thing is brought to or near the Works by any Party or by any Sub-Contractor or any of their respective employees, servants or agents;

(e) widespread, nationwide or political strikes, and/or lockouts which are in each

case within India and other than those occurring only at Site and/or solely affecting the Party claiming the same as a Force Majeure event ;

Page 199: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

199 of 215

(f) Lightning, fire, earthquake, flood, storm, landslide, typhoon or tornado or other similar acts of God within India;

(g) Explosion (other than a nuclear explosion or an explosion resulting from an act of

war) within India; or

(h) Epidemic or plague within India.

Provided always that the above-mentioned events satisfy all the following conditions:

(a) It materially and adversely affects the performance of a right or obligation under

this Agreement; and (b) It is beyond the reasonable control of the affected Party; and (c) Such Party could not have prevented or reasonably overcome the event with the

exercise of good industry practice or reasonable skill, care, diligence and prudence; and

(d) It does not result from the negligence or misconduct of such Party or the failure

of such Party to perform its obligations hereunder. 59.2 Events of Force Majeure do not include:

(a) Weather conditions to be reasonably expected for the climate in the geographic area of the Project including the monsoon season;

(b) Any condition or event on Site arising from 13.3 (a) above; and (c) Any manpower, material, power or equipment shortage.

59.3 Extension of Validity of Performance Guarantees / Additional Performance

Guarantee/ Security Deposit

The extension of the period of completion will be subject to the Extension of Validity of the items as under: i) Performance Guarantee and Additional Performance Guarantees – 60

days beyond the extended completion date. ii) Security Deposit – Twelve months after the issue of the Completion

Certificate, final or otherwise of completion of works or till the final bill is passed whichever is later.

60.0 RUNNING ACCOUNT BILLS 60.1 Running Account Bill (RA Bill) Submission

a) The Contractor shall submit to the Engineer on 5th or any other fixed date of very month, statements showing in detail value of permanent work executed based on the quantity recorded in the Measurement Book. Where Payment is proposed to be effected based on approximate quantities for items such as Earthwork, the MB should contain a Certificate from the Engineer recording the Measurements that not less the quantity proposed to be paid for has actually been executed. Detailed measurements should be taken for such items on every fourth Running bills.

Page 200: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

200 of 215

b) The rates and prices in such statements shall be in accordance with stipulations in the Contract. For Deviations items under Clause 12 of Contract, Rates will be decided as per provisions in that Clause.

c) If any rates or prices in the said Contract are, in the opinion of the Engineer not

applicable to some or any part of the work executed and the Engineer-in-charge has not fixed a rate or price at the time when the monthly statement is prepared, then temporary / provisional rates or prices shall be assigned by the Engineer. d) The Contractor shall, when required by the Engineer furnish promptly all relevant documents; vouchers, returns etc so as to assist the Engineer in the preparation of certificates.

60.2 RA Bill – Certification 60.2.1 The Engineer shall verify the Bills and certify payments after taking into account.

i) Payment (upto date and upto previous Bill) towards a) Items of work executed and covered by detailed measurements in the

Measurement Books. b) Item of Works based on approximate quantities including Negative

quantities of items for which measurements recorded. c) Secured Advance on Contractors Materials d) Mobilisation Advance

ii) Deduction or recovery (upto date and upto previous bill) towards

a) Cost of Contractors materials used in the works for which Secured Advance had been paid, at rates mentioned in the Contract.

b) Mobilisation Advance with interest c) Cost of Materials supplied by the Employer at the rates mentioned in the

Contract. e) Security Deposit/ Retention Deposit @10% of the RA Bill Amt. f) Income Tax and Sales Tax on Works (if applicable) g) Compensation dues recoverable from the Contractor

In all cases the net amount payable through a RA Bill will be determined based on Net amount due upto date and Net amount paid upto the previous RA Bill.

60.2.2 Unless the formal Contract Agreement has been executed between Owner and the Contractor, no RA Bill will be certified by the Engineer for payment. 60.2.3 Where facility exists for payment through ECS, payment towards R.A.Bills

will be made only through ECS to the Bank account nominated by the Contractor for this purpose.

61.0 RECORD DRAWINGS & MAINTENANACE MANUAL

The Contractor shall during the course of execution, prepare and keep updated a complete set of ‘record’ drawings recording all works on the tracings or of reproducible, which shall be periodically corrected to show each and every change from the working drawings and showing the exact location, size and kinds of work etc. This set of drawings shall be kept on the site and shall be used for record purpose. Changes recorded shall be countersigned by the Engineer and the Contractor. Copies of ‘record’ drawings shall be supplied by the Contractor to the Engineer on request. The Contractor shall submit complete “record” drawings on tracing/ reproducible/ CDs as directed by the Engineer – in-Charge within 30 days of the completion of that portion of the work to which the Drawing pertains.

Page 201: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

201 of 215

62.0 FINAL BILL 62.1 Final Bill - Submission

a) The Contractor shall submit to the Engineer the Final Bill based on the

measurements recorded in the Measurement Book within the period specified along with claims if any. 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. If the Contractor has no claims, he should furnish an unconditional No Claim Certificate along with the Final Bill. During the course of execution of works, if there is any dispute, the Contractor shall promptly within 15 days request the Engineer in charge for instructions or decision. If not satisfied with the decision of the Engineer in charge further appeals should be made to the Appellate Authority and the Accepting Authority. Only such disputes on which final decision has not been communicated or where the final decision as communicated is not acceptable to the Contractor, shall be included on claims at the time of submission of Final Bill.

b) The rates and prices in the Final Bill shall be in accordance with stipulations in the Contract. For deviation items rates will be as decided by the Engineer in Charge as per procedure as stipulated in the Clause.

c) Payments of those items of the bill in respect of which there is no dispute

and of items in disputes for quantities and rates as approved by the Engineer in charge will be made as provided for in the agreement.

d) The Contractor shall, when required by the Engineer furnish promptly all

relevant document, vouchers, returns etc to assist the Engineer in check of Final Bill.

e) Payment of the Final Bill shall not be considered as conclusive evidence as

to the sufficiency of the work or materials to which it relates, nor shall it relieve the Contractor from his liabilities arising from any defects noticed till the completion of the maintenance period.

f) Where the Final Certificate of Completion has not been issued on account

of non removal of defects and / or non clearance of site , the cost towards the same shall be recovered from the Final Bill.

62.2 Final Bill – Certification

The Engineer shall verify the Final Bill and certify payments after taking into account i) Payment (upto date and upto previous Bill) towards Items

a) Items of works executed and covered by detailed Measurements in the Measurement Books.

b) Secured Advances on Contractor’s Materials. c) Mobilization Advance.

ii) Details or recovery (upto date and upto Previous bill towards

a) Cost of Contractors materials used in the works for which Secured Advance had been paid, at rates mentioned in the Contract.

b) Mobilisation Advance with interest c) Security Deposit

Page 202: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

202 of 215

d) Income Tax and Sales Tax on Works (if applicable) e) Compensation dues recoverable from the Contractor for non removal of

defects and / or non clearance of site and any other dues.

The net amount payable through the Final Bills will be determined based on Net amount due upto date and net amount paid upto the previous RA Bill.

1. The rates for all items connected with works below ground level shall be

inclusive of adequate shoring and shuttering and also bailing out of water (if found necessary) etc., complete. The shuttering used at site shall be got approved by the site engineer before the same is used.

2. As several Contractors will be working within the same site, the Contractor should take maximum care not to hamper the other works and is responsible for any damage to existing facilities in the premises. Damages caused, if any, should be made good at Contractor's risk and costs.

3. M/s HPCL- Mittal Energy Limited (M/s HMEL) shall not be responsible for the

security of Contractor's materials / equipment. 4. Any additional items of work that become necessary during the course of

execution as authorized by the site engineer, will have to be got approved immediately before taking up the work duly forwarding the details, nature of work involved etc.

5. In the case of any class of work for which there is no specification mentioned,

the same shall be carried out in accordance with the relevant Indian Standard Specification or Railway Specification

6. If the Contractor is required to do work at night in order to complete the work

within the time schedule, the Contractor shall provide and maintain at his own cost sufficient lights to enable the work to proceed satisfactorily without danger. Approaches to the site also shall be sufficiently lighted by the Contractor. No extra payment will be made for night work.

7. Parties are requested to give their State Registration Number/ CST

Registration number and the Jurisdiction Officer with address under which they are assessed for Sales Tax on works contract. Sales Tax on works contract will be deducted at source as per the relevant rules and tariff in force by the respective State Governments.

8. In case of concrete work proper accountable record should be maintained

showing the usage of cement, steel quantity used and extent of concreting carried out showing the location where the work is done in the form of sketch of structure/bridge. Adequate number of cubes should be tested at the field lab to ensure quality of work to specifications assertion.

63.0 DELAYS OR DEFERMENTS:

While executing the work in proximity of the site of work some works may get delayed or may have to be temporarily deferred till some of the equipments/units required for the refinery works are fixed in position or relocated or shifted or removed. The Contractor will not claim an amount for such deferment.

64.0 ALTERNATIVE DISPUTES RESOLUTION

Page 203: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

203 of 215

a) In the event of any disputes or difference between the Owner/Purchaser and the Contractor arising out of or in connection or relation to this contract/Agreement other than reserved matters for which decision of Engineer-in-Charge shall be final and binding upon the Parties, a Party prior to initiation of any proceedings under this contract/Agreement shall promptly give a written notice to the other Party setting out in clear and concise language the relevant facts, nature and circumstances of the disputes, relief sought including any amount claimed (‘Notice of Disputes’).

b) Upon receipt of a Notice of Disputes, representatives of the Owner/Purchaser

and the Contractor shall forthwith use their best efforts in good faith to reach a reasonable and equitable resolution of the disputes and produce written terms of settlement thereof.

c) If the representatives of Owner/Purchaser and the Contractor are unable to

produce written terms of settlement and resolve the disputes within forty-five (45) days of receipt by either Party of a Notice of Disputes, then such unresolved disputes shall be finally settled in arbitration.

d) In case of any such unresolved disputes, any Party wishing to commence

arbitration shall issue a (‘Notice Invoking Arbitration’) to the Appointing Authority for the appointment of the arbitrator. A Notice Invoking Arbitration shall be different and distinct from Notice of Disputes as mentioned in clause 28.1 above. Notwithstanding the Notice Invoking Arbitration issued by a Party, the other Party shall in addition to its right of pleading or set off, set up, by way of counter claim, including but not limited to a counter claim in the matter of a claim for damages or not against the claim of a Party issuing the Notice Invoking Arbitration and the other Party shall have no objections in this regard.

e) Upon receiving such a Notice Invoking Arbitration, the Appointing Authority shall

appoint the arbitrator within thirty (30) days from the date of receipt of such Notice Invoking Arbitration. Failing which, the Party issuing the Notice Invoking Arbitration may, after the expiry of thirty (30) days, approach the Chief Justice of Delhi High Court alone for the appointment of the arbitrator as also agreed in clause 28.12 herein.

f) The Appointing Authority shall be the Chief Executive Officer & Managing

Director of the Owner/Purchaser or any other person duly authorized by him for this purpose.

g) The arbitral tribunal as constituted by the Appointing Authority shall comprise of a

sole independent arbitrator. h) The award of the arbitral tribunal shall be a reasoned and written award and shall

be final and binding upon the Parties, and shall be the sole and exclusive remedy between the Parties regarding, any claims, counterclaims, issues or accounting presented or pleaded to the arbitrator.

i) The provisions of the Arbitration and Conciliation Act, 1996 or any statutory

modification or re-enactment thereof and the rules made there under, shall apply to the arbitration proceedings under this Clause. Indian law, without reference to its conflict of law principles, shall be governing substantive and procedural law of such arbitration.

j) The arbitration shall be held at New Delhi and the proceedings shall be carried-

out in English language only.

Page 204: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

204 of 215

k) The Parties shall continue to comply with, observe and perform all of their

obligations hereunder regardless of the nature of the disputes and notwithstanding the referral of the disputes to arbitration. In particular Contractor acknowledges and agrees that the balance of convenience is in favour of the Owner/Purchaser as regards timely completion of the Works on account of time being of the essence in this contract/Agreement, and it shall not be entitled to obtain any injunctive relief in this regard. The Contractor shall observe and perform its obligations under the contract/Agreement regardless of the nature of the disputes and notwithstanding the referral of the disputes to arbitration.

l) Subject to the foregoing provisions relating to arbitration, the courts at New Delhi

shall have sole and exclusive jurisdiction in relation to or in connection with this contract/Agreement, including (but not limited to) for the purposes of interim measures under Section 9 of the Arbitration and Conciliation Act, 1996.

Page 205: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

205 of 215

PART-3

FINANCIAL BID

SCHEDULE OF QUANTITIES

Page 206: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

206 of 215

ABSTRACT OF COST

Name of work: Modification of yard inside GGS Refinery at Bathinda.

BOQ Item No.

DESCRIPTION OF ITEM Unit Rate (Rs.) Qty Amount in Rs.

SCH-I, NON SCHEDULE ITEMS

NS-02

Earthwork in filling in embankment, platform and trolley refuges etc. with contractors own earth suitable for Railway embankment as per special condition of contract including all leads, lifts, ascents, descents, crossing of nallahs or any other obstructions. The rates shall include all dressing of bank to final profile, demarcation and setting out of profile, site clearance, cutting down of trees, shrubs, roots of vegetations growth, heavy grass, benching of existing slope of old bank in 30 cm (Vertical) : 60cm (Horizontal) including all handling and re-handling charges with all taxes, octroi and royalty etc. as a complete job. (Trees falling in the alignment pertain to HMEL will be cut and removed by the contractor at his/their own cost and the same will be the contractor’s property. However nothing shall be paid for the tree cutting. Tree cutting permission from the forest deptt. shall be arranged by the Employer)

Cum 214.32 3,056 654,962

Note : (a) Deductions for shrinkage shall be made as below - i) 5% for compacted earth work ii) 10% for un compacted Earthwork. (b) The soil proposed to be brought will have to be tested at the contractor's cost in approved laboratory prior to commencement of work for confirming to specifications and for this purpose nothing extra shall be paid. (c) Only approved quality of earth to be used. Soil testing should invariably be conducted as when quarry, colour or texture of Soil changes.(d) The rate quoted for the above item shall include the cost of benching, clearing jungle, bushes and scrubs if any in the area of proposed embankment / cutting. The stumps left over along with the roots within the toes of formation shall be burnt and removed by the contractor at his cost. Removing 150 mm top soil & leveling the bed to take up embankment.

Page 207: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

207 of 215

NS-03

Mechanical compaction of earthwork and blanketing materials in layers not exceeding 300 mm. thickness including watering to achieve the required density of 98% of MDD under optimum moisture content with Contractor's vibrating roller as per the Specifications as detailed in Annexure attached hereto, and dressing the formation of embankments in conformity to the approved alignments, grades and cross sections or as directed by Engineer-in-Charge of the work. In places inaccessible to the normal compacting equipment such as proximity of culverts, bridges, retaining walls, etc. mechanical compaction to the specified degree may be obtained by compacting earth / blanketing materials in layers not exceeding 300 mm. in depth in loose state and thoroughly compacting by mechanical tampers or by any other approved methods incl. all labour, tools and plants, with all lead, lift, loading, unloading, crossing one or more railway lines, dressing of bank to final dimensions etc. complete as required. The contractor should arrange required quantity of water for compaction with any lead at his own cost.

Cum 13.40 15,276 204,615

NS-04

Supply of blanketing material of fineness as per RDSO specifications GE:G-1 Para No. 4.3.4 & 4.3.5 to be brought from outside HMEL land, spreading the same on embankment in layers not exceeding 30 cms. each as directed by the Engineer-in-Charge with all lead, lift, loading, unloading, royalty, taxes, tools and plants, labour and materials required, dressing of bank to final dimension as required to achieve the required thickness.

Cum 1,494.60 9,165 13,698,457

NS-05

Laying and linking of Permanent way (BG) on already laid ballast bed, on straight / curve (with/ without wider gauge sleepers) with 60 Kgs. rails welded in to 3 rail panels/ fish plated track on straights/curves on 60 kg PSC sleepers with elastic fastenings to correct track parameters as per specification, complete. Rails 60 kg for plain track, PSC Sleepers and fittings (for straight & curve) will be supplied free of cost to the contractor by Employer from store in the plant area. The contractor shall have to handle, lead and lay them at site as per specification at his cost. The payment for Alumino Thermic Welding with Short Pre Heating Process of rail joints including finishing and testing of welded rail joints not included in this item and shall be paid separately. On fish plated rail joints J clips to RDSO drg No. T- 4158 will have to be used. This also includes laying of track on Level crossings on specified type of sleepers and fastenings and check rails .Payment for the length of track on level crossings will be made against this item. In addition, extra payment for laying check rails on LCs will also be made against relevant item of schedule.

Track Metre 628.00 2,230 1,400,440

Page 208: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

208 of 215

Notes : 1.PSC sleepers for plain, curved track, points and crossings and derailing switch will be supplied by the contractor against supply items. The contractor will lead these sleepers to site of laying at his own cost. 2. Similarly, fittings for only running rails (excluding for points & crossings, check rails & guard rails) ie. ERCs, GFN and metal liners, Grooved rubber pads, J clips, Fishplates and fish bolts, etc will be supplied by the contractor against supply items.& he will have to lead them at his cost to site of laying.

3. All elements of work of above item include all labour and materials, tools & plants etc. as a complete job. Track is to be laid to the approved alignment, level & gauge on straight & curves including providing super elevation on transition portions where required with initial packing. The rate shall include all leads, lifts, crossing of tracks, handling, re-handling, transportation of Permanent way materials to the site, pairing of rails, straightening of rails & cutting, drilling and chamfering of holes in rails where required, paint marking of correct sleeper spacing on gauge face of base rail, painting & writing of station no. on curves, 10 m apart on the inside web and foot of the outer rails as directed by Engineer in charge and realigning the same.

NS-06

Linking and assembling BG 1 in 8.5 turnout on already laid ballast bed, Fan shape design to RDSO drg No T-4865 with 60 kg 90 UTS, T-12 (1st quality) rails with 6400 mm curved switch to RDSO drg No T-4966 and CMS crossing to RDSO drg No T-4967 on PSC sleepers complete including lead rails, fishplates, bolts, fittings, PSC sleepers including PSC sleepers suitable for motor points / fixing of hand levers , approach & exit sleepers, switch, crossing, check rails etc including all lead and lift along with initial packing as a complete job. For payment purpose, this item of work will comprise complete layout including Switch assembly (RDSO drg No. T-4966), lead portion and crossing assembly (RDSO drg No. T-4967) complete. Beyond the switch and end of crossing assemblies, the payment shall be made as per item NS-5/CE above but the contractor will have to provide five(5) approach sleepers and 2 sets of Exit sleepers(4 sleepers in each set) with fittings for which no additional payment will be made except the payment against item NS-5/CE. All the track materials for this item of work will be supplied by the contractor against supply items and paid for as per relevant item of supply, but he will have to lead them from stacking site to laying location at his cost.

Set 100,035.00 2 200,070

NOTE : 1. The above rates shall include where required the cutting, straightening of Rails and drilling/chamfering of holes (machine made) in rails, ensuring correct sleeper spacing, laying of sleepers to correct gauge, alignment, longitudinal

Page 209: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

209 of 215

and cross levels and fastening of fish bolts, fish plates, fixing of rubber pads, liners & ERC etc. with initial packing including fixing of slide chairs, bearing plates, check blocks, heel blocks, etc. complete including fixing of connecting rods as required, fixing of Z anchors, stretcher bars, etc. making the point ready for operation, straightening by Jim crowing of switches if necessary, paint marking of sleeper spacing on gauge face of the rails, painting and lettering of month and year of laying, point number near toe of switch, fixing of creep posts opposite each point by cutting of rail pieces of suitable length & fixing them opposite each toe of switch and saw marking on top of rail piece, to facilitate measurement of creep and also giving required bend in stock rails/tongue rail if required.

2. The contractor will also carry out greasing / oiling of fish plates and fish bolts, inserts of PSC sleepers & ERCs, with grease graphite to I.S. 408-1981 and provide correct expansion gaps, according to temperature. Glued joints will have to be lead & laid as required according to plan. (cost of Glued joints and their linking shall be paid separately as per relevant items of the schedule)

NS-07

Supplying, providing & fixing in position New 52 Kg. 90 UTS, T-12 (2nd quality/Industrial Use) check rail at level crossing on already laid 60 kg running rails on PSC sleepers on both side running rails including all lead, lifts, linking to PSC sleepers to RDSO drg No. 4148 including fabrication of 52 kg check rail as per design, drilling & chamfering of holes, etc. coal tarring and supplying & fixing all fittings as per RDSO drg e.g. brackets, MS bolts & nuts, spring washers / packing plates, distance blocks etc. for check rails complete, (payment shall be made on the basis of the running track metres measured from end to end of check rail along the centre line of track as seen in the plan) Payment for Supply of PSC sleeper to Drg No. T 4148 will be made separately against supply item.

Track Metre 8,742.00 40 349,680

NS-08

Supplying & Laying New 52 kg, 90 UTS, T-12 (2nd quality/Industrial use) check rails as per approved design on already laid 52 kg running rails on PSC sleepers at curved alignment including fabrication of 52 kg check rail as per design, drilling & chamfering of holes, etc with all material, fittings, fishplates & bolts, conforming to railway standard as per relevant RDSO Drgs. including all lead and lifts, coal tarring etc. Payment shall be made on the basis of the running track metres measured from end to end of check rail along the centre line of track as seen in the plan (check rail on curves will be provided only along the inner side rail of curved track and not on both rails).

Track Metre 7,191.00 250 1,797,750

Page 210: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

210 of 215

NS-09

Manual through packing of newly laid tracks incl. level crossings, on straight or curve to a good geometry to conform to specified alignment & level and other track parameters including squaring of sleepers, slewing of tracks to correct alignment, gauging, tightening of fittings, fixing them in correct position, lifting of track if required to obtain the required longitudinal/cross levels and designed ballast cushion, packing below the sleepers & boxing to approved Ballast profile with all tools & labours as a complete job. As the through packing is to be done on PSC sleeper track, all care be exercised to ensure that the sleepers are not damaged during packing. If the sleepers are damaged in the process of through packing the contractor will have to replace them at his own cost.

i First through packing bringing track to level, alignment and ballast profile. Track

Metre 38.00 2,230 84,740

ii Second through packing providing full ballast cushion, proper ballast profile and specified track parameters.

Track Metre 32.00 2,230 71,360

iii Third and final through packing providing full ballast cushion, final ballast profile and specified track parameters.

Track Metre 26.00 2,230 57,980

NS-10

Manual through packing of newly laid 1 in 8.5 turnouts / points and crossings to bring them to a good geometry to conform to specified line, level and parameters including designed layout of sleepers, slewing of track to correct alignment, gauging, tightening of fittings, fixing them in correct position, lifting of track as necessary to obtain the required longitudinal/cross levels and designed ballast cushion, packing below the sleepers & boxing to approved Ballast profile with all tools & labours as a complete job. As the through packing is to be done on PSC sleeper track all care be exercised to ensure that the sleepers are not damaged during packing. If the sleepers are damaged in the process of through packing the contractor will have to replace them at his cost.

i First through packing bringing track to level, alignment and ballast profile. Set 7,050.00 2 14,100

ii Second through packing providing full ballast cushion, proper ballast profile and specified track parameters.

Set 7,050.00 2 14,100

iii Third and final through packing providing full ballast cushion, final ballast profile and specified track parameters.

Set 7,050.00 2 14,100

Page 211: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

211 of 215

NS-11

Supply of BG 1 in 8.5 turnout, Fan shape design to RDSO drg No T-4865 made from 60 kg 90 UTS, T-12 (1st quality) rails, 6400 mm curved switch to RDSO drg No T-4966 and CMS crossing to RDSO drg No T-4967 including all fittings and PSC sleepers to RDSO drg. no. RT- 4512 - 2 nos, RT-4793 to 4844 (one Each), approach sleepersT-4786 to 4790 (one Each), Exit sleepers T5471 to 5474-2 each, complete with all materials including 60 kg ist quality lead rails, fish plates and fish bolts etc. and all fittings suitable for PSC sleepers suitable for motor points/ fixing of hand levers check rails etc including all lead and lift along with stacking in HMEL GGS Refinery at Bhatinda plant area as directed by the engineer. as a complete job.

Set 1,579,200.00 2 3,158,400

NS-12 Supply of Mono block pre stressed concrete sleepers to suit BG 60 kg. rail as per RDSO Drg.No.T-2496

Nos. 3,440.40 2,772 9,536,789

NS-13 Supply of Mono block pre stressed concrete sleepers to suit BG 60 kg. rail for curved Track with 52 kg check rail to RDSO Drg.No.T-4186

Nos. 3,440.40 770 2,649,108

NS-14

Supply of Mono block pre stressed concrete sleepers to suit BG 60 kg running rail and 52 Kg check rail for Level crossing as per RDSO Drg.No.T-4148.

Nos. 3,440.40 62 213,305

NS-15 Supply of Mono block pre stressed concrete sleepers to suit 60 Kg rail, curved Track with 52 kg check rail to RDSO Drg. No. T - 4185

Nos. 3,567.30 4 14,269

NS-16 Supply of mono block pre stressed concrete sleepers to suit 60 Kg rail, curved track with 52 kg check rail to RDSO Drg. No. T - 4184

Nos. 3,567.30 4 14,269

NS-17 Supply of mono block pre stressed concrete sleepers to suit 60 Kg rail, curved track with 52 kg check rail to RDSO Drg. No. T - 4183

Nos. 3,567.30 4 14,269

NS-18

Supply of Fish plate 60 Kg as per RDSO Drg No. T- 5916 in length of 1000 mm to IRS specification no. T1-2012 with bolt as per drg no. T-1899 (or as per latest RDSO’s approved drawings), & as per specification procured from firms approved by RDSO for manufactures of this item duly inspected & certified by approved inspecting authority including transportation to site of work with contractors labour, tools, transport, fuel and loading, unloading etc.

Pairs 7,450.00 344 2,562,800

NS-19 Supply of Elastic rail clips to RDSO Drg.No.T3701 Nos. 94.47 13,776 1,301,419

NS-20 Supply of Grooved rubber sole plates to RDSO Drg.No.T-3711 Nos. 35.96 6,888 247,658

NS-21 Supply of Metal liners for 52 kgs Rails on 60 kg PSC sleepers to RDSO Drg. No T-3740. Nos. 31.02 6,888 213,666

NS-22 Supply of Metal liners for 52 kgs. Rails on 60 kg PSC sleepers to RDSO Drg. No T-3742 (NGS) Nos. 31.02 6,888 213,666

NS-23 Supply of J-Clips confirming to RDSO/T-4158 Nos. 104.34 688 71,786

Page 212: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

212 of 215

NS25

Supply and fixing of fouling marks of size 1500 mm length, 250 mm wide & 125 mm thick with top edges rounded off, made up of Pre cast Cement Concrete M 15 grade with 20 mm graded stone aggregate with contractors cement (OPC/PPC) including white washing & painting letters with all labour, materials, mechanical mixing, vibrating, tools and plants required with all leads and lifts. Work to be done as directed by the Engineer-in charge.

Nos. 2,679.00 3 8,037

NS-26

Supplying & Fixing "Engine Stop", "Whistle", "Level Crossing Warning" Boards, KM & Hectometer posts, Curve boards, curve reference markers, bridge boards etc. as required with Contractor’s material, labour, tools and plant as per approved drawings

Nos. 3,384.00 2 6,768

NS-27

Supplying and stacking of machine crushed Track Ballast conforming to RDSO Specifications of Track Ballast, June 2004 with latest amendments. Stacking of ballast to be done along the alignment on cess/toe of the embankment/inside cutting within plant area as directed by the Engineer, including all types of transportation up to the site including all leads, lifts crossing of tracks and any other obstructions. The rate includes leveling of the stacking space properly and all taxes, levies, duties, octroi, royalty, etc. including all material and labour. No deduction will be made on stack measurement for shrinkage.

cum 1,710.00 4,761 8,141,396

NS-28

Handling /lifting / leading Track ballast including preparation of formation surface of already constructed formation to proper profile to receive ballast, spreading ballast on the formation to a uniform level and light rolling of ballast bed by using 5 to 10 T light rollers (minimum two passes) to achieve required ballast cushion.

cum 157.92 4,761 751,865

Note: i)The ballast shall be lead from existing stacks to the proposed alignment of the track and spread there on the already prepared formation, to make ballast bed for the track including subsequent supplementation of ballast after linking/ packing of track as required to make proper ballast profile on straight/ curved/ Turnouts track including ballast in shoulders and cribs as a complete job.

ii) The bidder should submit test certificate and other information as specified in the RDSO's specification at the time of submission of the tender. The test certificates can be from any of the following institutions/laboratories.

Page 213: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

213 of 215

NS-29

Supply and fixing of BG 52 kg derailing switch to RDSO drg No T-5836 made from 52 kg 90 UTS, T-12 (1st quality) rails, 6400 mm curved switch to RDSO drg No T-4866 including all fittings and PSC sleepers to RDSO drg. no. RT- 4512 - 2 nos, RT-4793 to 4812 (one Each), approach sleepersT-4786 to 4790 (one Each), Exit sleepers T5471 to 5474-1 each, complete with all materials including fish plates and fish bolts etc. and all fittings suitable for PSC sleepers suitable for motor points/ fixing of hand levers etc including all lead and lift along with stacking in HMEL GGS Refinery at Bhatinda plant area / outside as directed by the Engineer-in-charge, as a complete job.

Each 593,786.25 2 1,187,573

NS-30

Hand packed boulders filling behind retaining walls and boxes with contractor’s hard stone of approved quality inclusive of all leads and lifts, handling charges and laying in positions as per drawing and specifications.

cum 817.80 63 51,521

NS-31

Providing and fixing 75mm dia P.V.C .pipes in face wall staggered at 1500mm centers horizontally &1000mm c/c vertically for weep holes including cutting, with all materials, labour, tools and plants etc. complete as per drawing and technical specification as directed by Engineer-in-charge

Each 479.40 78 37,393

NS-32

Earthwork in excavation of all types of soil, boulder studded soil/ WBM/ GSBC/ Bituminous concrete etc. to required level/profile including removal of bushes, small trees with stem , grass and other vegetation & removal of roots upto excavation level and stacking the top 45cm layer of road area, for use for filling as GSBC and filling of the excavated material in low areas within refinery with all leads and lift, transporting, loading, unloading, spreading, dressing etc., with contractors labour, machinery etc. complete. (Measurement will be made for the excavation quantity only). The site clearance at both locations (cutting & filling) is included in this item rate and no separate payment for site clearance, stacking etc. will be made. Extra excavated earth shall be disposed off by the contractor at his cost.

cum 333.50 2,250 750,375

(item for dismantling of road area only)

Sub Total (A) 4,97,08,686

Page 214: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

214 of 215

SCH-II, DSR (2013) items

2.8.1

Earth work in excavation by mechanical means (hydraulic excavator/ manual means) in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan) including dressing of sides and ramming of bottoms, lift upto 1.5 m including getting out the excavated soil and disposal of surplus excavated soil as directed, with in a lead of 50m.

2.8.1 All kinds of soil. cum 148.25 282 41,807

4.1. Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work upto plinth level.

4.1.5 1 : 3 : 6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size). Cum 4,408.55 131 577520.05

5.9 Centering and shuttering including strutting, propping etc. and removal of form for:

5.9.1 Foundations, footings, bases of columns etc. for mass concrete. sqm 186.40 672 125,168

5.9.2 Walls (any thickness) including attached pilasters, buttresses, plinth and string courses etc.

sqm 334.50 2,895 968,378

5.9.3 Centering and shuttering suspended floor sqm 371.80 72 26,770

5.22 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete upto plinth level

5.22.6 Thermo-Mechanically Treated bars kg 66.50 132,480 8,809,920

5.33

Providing and laying in position machine batched, machine mixed design mix M-25 grade cement concrete for reinforced cement concrete work including pumping of concrete to site of laying but excluding the cost of centering, shuttering finishing and reinforcement including Admixtures in recommended proportions as per as per IS 9103 to accelerate, retard settings of concrete, improve workability without impairing strength & durability as per direction of Engineer-in-charge. All work upto plinth lvl.

(Note :- Cement content considered in this item is @ 330 kg/cum. Excess/less cement used as per design mix is payable/recoverable separately).

5.33.1 All works upto plinth level Cum 5,704.45 1,104 6,297,713

5.34

Extra for providing richer mixes at all floor levels. (Note:- Excess/less cement over the specified cement content used is payable /recoverable separately.)

5.34.2 Providing M-35 grade concrete instead of M-25 grade BMC/RMC. (Note : Cement content considered in M-35 is @ 350 kg/cum)

cum 128.35 1,104 141,698

5.35 Add for using extra cement in the items of design mix over and above the specified cement content therein.

quintal 619.65 663 410,828

Page 215: TENDER DOCUMENT - Rites doc for addl... · Tender: RITES-HMEL-Construction of additional rail spur -2015 1 of 215 (A Joint Venture of HPCL and Mittal Energy Pte. Ltd.) TENDER DOCUMENT

Tender: RITES-HMEL-Construction of additional rail spur -2015

215 of 215

24.9.

Providing and fixing factory made precast RCC perforated drain covers, having concrete of strength not less than M-25, of size 1000 x 450x50 mm, reinforced with 8 mm dia four nos longitudinal & 9 nos cross sectional T.M.T. hoop bars, including providing 50 mm dia perforations @ 100 to 125 mm c/c, including providing edge binding with M.S. flats of size 50 mm x 1.6 mm complete, all as per direction of Engineer-in-charge.

each 958.80 2,222 2,130,667

15.2

Demolishing cement concrete manually/ by mechanical means including disposal of material within 50 metres lead as per direction of Engineer - in - charge.

15.2.1 Nominal concrete 1:3:6 or richer mix (i/c equivalent design mix) cum 806.35 50 40,318

15.60

Disposal of building rubbish / malba / similar unserviceable, dismantled or waste materials by mechanical means, including loading, transporting, unloading to approved municipal dumping ground or as approved by Engineer-in-charge, beyond 50 m initial lead, for all leads including all lifts involved.

cum 123.85 50 6,193

16.81

Providing and erecting 2.00 mt high temporary barricading at site as per drawing/ directions of engineer in charge which includes writing and painting, arrangement for traffic diversion, such as traffic signals during construction at site for day and night, glow lamps, reflective signs, marking flags, caution taps as directed by engineer- in -charge. The barricading provided shall be retained in position at site continuously including shifting of barricading from one location to another as many as times as required during the execution of entire work till the completion of work. Rates includes its maintenance and damages, painting all incidental, labour and works required to execute the job. The barricading shall not be removed without prior approval of engineer- in -charge. (Note: One time payment shall be made for providing barricading from start of work till completion of work. The barricading provided shall remain to be the property of contractor on completion of work).

mt 1,314.05 2,230 2,930,332

(above item is for barricading of area of work).

Sub total (B) 2,25,07,309 Total A+B 72,215,994

(The quoted rates should be included all taxes, service tax etc.)

%age above or below