0% found this document useful (0 votes)
242 views298 pages

RFP

This document provides bid documents for project management consultancy services for the gauge conversion of a 65 km railway section from metre gauge to broad gauge, along with 25 km of electrification work and construction of a new siding in Ahmedabad Division of Western Railway. The document includes sections on notice inviting tender, instructions to consultants, proposal forms, terms of reference, scope of work, and contract agreement templates.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
242 views298 pages

RFP

This document provides bid documents for project management consultancy services for the gauge conversion of a 65 km railway section from metre gauge to broad gauge, along with 25 km of electrification work and construction of a new siding in Ahmedabad Division of Western Railway. The document includes sections on notice inviting tender, instructions to consultants, proposal forms, terms of reference, scope of work, and contract agreement templates.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 298

Project Management Consultancy (PMC)

Bid Documents
For
Gauge Conversion of Katosan Road – Becharaji –
Chanasma – Ranuj (65 KM) Metre Gauge to Broad Gauge
Rail Section with 25 KV AC Electrification Of Katosan
Road – Becharaji (25 KM) section only, along with New
MSIL Siding with 25 KV AC Electrification at Becharaji
(Approximately 3 KM) in Ahmedabad Division of Western
Railway

Gujarat Rail Infrastructure Development Corporation Ltd. Gandhinagar – 382011


www.gride.org.in
CONTENTS

CONTENTS .................................................................................................................................................. 1
SECTION 1.................................................................................................................................................. 3
Notice Inviting Tender .............................................................................................................................. 3
REQUEST FOR PROPOSAL ................................................................................................................... 4
SECTION 2.................................................................................................................................................. 6
INSTRUCTIONS TO CONSULTANTS .................................................................................................. 6
Annex 1 (Section 2)-DATA SHEET ....................................................................................................... 34
Annex 1 (Section 2)-Attachment 1 .......................................................................................................... 36
Annex 1 (Section 2)-Attachment 2 .......................................................................................................... 38
SECTION 3................................................................................................................................................ 60
PROPOSAL FORMS .............................................................................................................................. 60
Form – 1A - Technical Proposal Submission Form ................................................................................ 61
Form – 1B - Letter regarding Financial Proposal.................................................................................... 63
Form - 2 - Format for Power of Attorney................................................................................................ 65
Form - 3 - Consultant’s Information Sheet ............................................................................................. 67
Form - 4 - Details of Experience of Project Management Consultancy Service/ ................................... 69
Form - 5 - Net Worth............................................................................................................................... 70
Form - 6 - Proposal Security ................................................................................................................... 71
Form - 7 - Form of Contract Performance Security ................................................................................ 74
Form - 8A (1/15) - Key Personnel Qualification and Experience - Project Manager ............................. 77
Form - 8A (2/15) - Key Personnel Qualification and Experience - Resident Engineer/Track ............... 79
Form - 8A (3/15) - Key Personnel Qualification and Experience - Resident Engineer/Structure and
Bridges..................................................................................................................................................... 81
Form - 8A (4/15) - Key Personnel Qualification and Experience - Resident Engineer/S&T ................. 84
Form - 8A (5/15) - Key Personnel Qualification and Experience - Resident Engineer/Electrical
(OHE/TSS/SCADA/GS) ......................................................................................................................... 86
Form - 8A (6/15) - Key Personnel Qualification and Experience - Resident Engineer/Sr. Structural
Engineer................................................................................................................................................... 88
Form - 8A (7/15) - Key Personnel Qualification and Experience – Resident Engineer/Sr. Quantity
Surveyor - Civil ....................................................................................................................................... 90
Form - 8A (8/15) - Key Personnel Qualification and Experience – Expert/ Planning ............................ 92
Form - 8A (9/15) - Key Personnel Qualification and Experience – Expert/ Quantity Surveyor - System
................................................................................................................................................................. 93
Form - 8A (10/15) - Qualification and Experience for Supervisor – S&T ............................................. 94
Form - 8A (11/15) - Qualification and Experience for Supervisor - Civil Engineering ....................... 100

CONTENTS 1
Form - 8A (12/15) - Qualification and Experience for Supervisor - Electrical Engineering
(OHE/TSS/GS/SCADA) ....................................................................................................................... 102
Form - 8A (13/15) - Qualification and Experience for Supervisor - Electrical Engineering (General) 104
Form - 8A (14/15) - Qualification and Experience for Supervisor – P. Way ....................................... 106
Form – 8B - Summary of Information of Proposed Personnel (Project Manager and Resident Engineer)
............................................................................................................................................................... 108
Form - 8C (1/3) - Format of CV ............................................................................................................ 109
Form - 8C (Contd……2/3) .................................................................................................................... 110
Form - 8C (Contd……3/3) .................................................................................................................... 111
Form - 9 - Approach & Methodology proposed for Performing the Assignment ................................. 112
Form - 10 - Firm’s Audited Financial Data for last 3 financial years: .................................................. 113
Form - 11 - Remuneration: Proposed Billing Rates for Key Personnel, Supervisors Office Staff Team
and Vehicles .......................................................................................................................................... 114
Form - 12 - Format for Affidavit to be submitted by the consultant along with the Proposal .............. 117
Form - 13 - Form of Bank Guarantee for release of amount withheld under section 6.01 of GCC
(Retention money) ................................................................................................................................. 119
Form - 14 - Format for undertaking to be submitted by Parent/Holding Company of the Consultant . 122
SECTION 4.............................................................................................................................................. 123
TERMS OF REFERENCE .................................................................................................................... 123
Annexure 1 (Section 4).......................................................................................................................... 141
Safety and Security................................................................................................................................ 141
Annexure 2 (Section 4).......................................................................................................................... 152
Scope of Project Work on EPC contract ............................................................................................... 152
SECTION 5.............................................................................................................................................. 262
A: FORM OF CONTRACT AGREEMENT ........................................................................................ 263
B: - GENERAL CONDITIONS OF CONTRACT ............................................................................... 266
C. SPECIAL CONDITIONS OF CONTRACT .................................................................................... 290

CONTENTS 2
SECTION 1
Notice Inviting Tender

E-TENDER NOTICE

CIN:U74999GJ2017SGC095040
th
Registered office: 7 Floor, Block 06, Udyog Bhavan, Gandhinagar-382 017.
Ph: 079-23232728/29. Email id: transactionadvisor@gride.org.in, Website: www.gride.org.in
The Gujarat Rail Infrastructure Development Corporation Limited(G-RIDE), Gandhinagar on behalf of
Bahucharaji Rail Corporation Limited (BRCL) invites online tenders for in Single Stage Two Packet
System from reputed Consultants for Project Management Consultancy for “Gauge Conversion Of
Katosan Road – Becharaji – Chanasma – Ranuj (65 KM) Metre Gauge to Broad Gauge Rail
Section with 25 KV AC Electrification Of Katosan Road – Becharaji (25 KM) section, along with
New MSIL Siding with 25 KV AC Electrification at Becharaji (Approximately 3 KM) in
Ahmedabad Division of Western Railway”

S. Tender No. Estimated Date of Last Date of Date of Opening


no Cost (Cr.) uploading Submission of of Technical Bid
(Excl. Tender Bid Online Tender
GST) Documents (Bid Due Date)
1 GRIDE/ 11.50 20.06.2019 18:00 Hrs, 12:30 Hrs,
PMC/2019-20/002 25.07.2019 26.07.2019
Important notes:
Bid documents can be downloaded from the website www.nprocure.com (Tender ID 364920).
Pre-Bid meeting shall be held on 28.06.2019 at 11.30 hrs in G-RIDE office.
Interested Bidders are requested to submit the Bids through e-tender process.
Sd/-
Place: Gandhinagar Director (Project & Planning)
Date: xx.xx.xxxx G-RIDE

3
Section-1
REQUEST FOR PROPOSAL

1. GUJARAT RAIL INFRASTRUCTURE DEVELOPMENT CORPORATION LTD. (G-


RIDE), having its Corporate office at 7th Floor, Block No. 6, Udyog Bhavan, Sector 11,
Gandhinagar, Gujarat 382011, on behalf of Bahucharaji Rail Corporation Limited (BRCL) invites
sealed proposals on single stage Two packet system, from experienced and reputed Consultants, that
are registered in India, to provide Project Management Consultancy Services for the following
works : -
“Gauge Conversion of Katosan Road – Becharaji – Chanasma – Ranuj (65 KM) Metre Gauge
to Broad Gauge Rail Section with 25 KV AC Electrification Of Katosan Road – Becharaji (25
KM) section only, along with New MSIL Siding with 25 KV AC Electrification at Becharaji
(Approximately 3 KM) in Ahmedabad Division of Western Railway”
Estimated Cost of Project: 11.50 Cr
Period of Completion: 36 months.
2. Scope of Consultancy Services: The scope of the Project Management Consultancy Services
required by G-RIDE for the above mentioned Project is detailed in Section 4 (Terms of Reference)
of the Bid Document.
3. Bid document can be downloaded free of cost from www.nprocure.com and the Proposals can be
submitted on the downloaded document.
It will be the responsibility of the Consultant who is submitting the proposal on down loaded Bid
document to check and see any addendum/corrigendum issued in this regard from the website from
time to time and ensure submission of proposal along with all addenda/corrigenda.
4. Tender processing Fee: The proposals must be accompanied by non-refundable Tender processing
Fee of INR 5900 (Five Thousand and Nine Hundred only) inclusive of GST in the form of Bank
Demand Draft of validity of 90 (Ninety) days drawn on any Scheduled Bank in India in the favour
of Bahucharaji Rail Corporation Limited (BRCL) payable at Gandhinagar. Non submission of the
requisite Tender Processing Fee shall lead to summary rejection of the proposal.
5. Proposal Security: The proposals must be accompanied by Proposal Security of INR 50 (Fifty)
Lakhs in the form of Bank Guarantee drawn on Scheduled/Nationalised Bank in India with validity
of 120 (One Twenty) Days from the Bid Due Date in the favour of Bahucharaji Rail Corporation
Limited (BRCL). Non submission of the requisite Proposal Security shall lead to summary rejection
of the proposal.
6. Receipt of Proposals: Last Date of online submission of Financial Proposal is 18:00 hrs on
25.07.2019. Sealed proposals must be dropped in the nominated tender box or delivered to the
address given in Para 8 below not later than 12:00 Hrs on 26.07.2019 as per instructions given in
para 4.3.1, Section - 2. Proposals will be opened at 12:30 hours on 26.07.2019 in presence of
Consultants’ representatives who choose to attend. G-RIDE will not be responsible for any delay in
receiving the Bid documents by the Consultant or in receipt of their proposals. G-RIDE reserves the

4
Section-1
right to accept/reject any or all proposals without assigning any reason thereof. The Bids submitted
by fax, telex, telegram or e-mail shall not be entertained and shall be rejected.
7. A Consultant will be selected under Quality and Cost Based Selection (QCBS) method by giving
weightage to and adding the Technical & Financial evaluation scores. Detailed method and
procedures including weightage for Technical and Financial score are described in ‘Section 2 –
Instruction to Consultants (ITC) including Data Sheet and Hurdle Criteria ‘of the Bid Document.
8. Address for Communication:

Director (Project and Planning),


Gujarat Rail Infrastructure Development Corporation Ltd.,
Regd. office: 7th Floor, Block No. 6, Udyog Bhavan, Sector 11, Gandhinagar, Gujarat 382011.
Telephone No.: 079-23232728/29
Email address: transactionadvisor@gride.org.in

9. Pre-Bid Meeting: A pre-bid meeting will be held on 28/06/2019 at 11:30 Hrs in the Corporate Office
of Gujarat Rail Infrastructure Development Corporation Ltd., at 7th Floor, Block No. 6, Udyog
Bhavan, Sector 11, Gandhinagar, Gujarat 382011 to clarify any issues and answer any queries on
any matter relating to the services, as stated in the clause 2 of ITC.

Director (Project and Planning),


Gujarat Rail Infrastructure Development Corporation Ltd.
----------------

5
Section-1
SECTION 2
INSTRUCTIONS TO CONSULTANTS
(herein referred as ITC)
1. INTRODUCTION
1.1. Selection of Consultants:
1.1.1. Gujarat Rail Infrastructure Development Corporation Ltd. (G-RIDE), hereinafter called the
Employer on behalf of Bahucharaji Rail Corporation Limited (BRCL), proposed to select consulting
firm/organization, called the ‘Consultant’ for project management of railway project from amongst
the eligible consultants who have submitted their proposals in response to ‘Notice Inviting
Proposals’ (NIP), a copy of which is placed in Section 1, in accordance with the method of selection
specified in these ‘Instructions to Consultants’ (ITC).
1.1.2. Eligibility and Qualification Criteria:
I. Eligibility: Only firms that are registered or incorporated in India are eligible to compete. A
subsidiary company, registered/incorporated in India may utilize the financial and technical
credentials of their parent/holding company having more than 90% share in the subsidiary
company either at its own (directly) and/or combined (indirectly) through one or more of its
subsidiary companies. The technical credentials of subsidiary(ies) in which shareholding of
the parent/holding company is more than 90% either at its own (directly) and/or combined
(indirectly) through one or more of its subsidiary companies, shall be treated as the credentials
of parent/holding company. This will be subject to submission of undertaking by the
parent/holding company in the prescribed format in Form 14 of Section 3.
II. The eligibility of the firm will be adjudged based on the hurdle criteria and Quality based
evaluation criteria, to shortlist the Consultants for opening of Financial proposals, as detailed
in Para 5.7.
III. Personnel:
a. CVs for the positions of Project Manager and Resident Engineer (s) shall be required to
be submitted along with the proposal in Form 8A and 8C fulfilling the qualification and
experience as prescribed in Form 8A, which shall be evaluated. Only one CV should be
submitted for each position. In case more than one CV are submitted for one position,
the CV obtaining lowest marks shall be considered for arriving at the total score of the
Consultant.
b. The firm will be required to submit an undertaking at the time of submission of the
Proposal through para 4 (ii) of Form 1A that a list of names of personnel for positions
other than those mentioned in (a) above, immediately required as indicated in the
notification of award fulfilling the qualifications and experience as prescribed in Form
8A along with the Curriculum Vitae of each Personnel in Form 8C and summary in form
8B, as given in section 3, will be provided within a period of 30 days from the issue of
Notification of LOA. Failure to submit the above list shall entitle the employer to
terminate the Consultancy Contract and forfeit the proposal security.
The list of balance personnel in full or part, whenever subsequently required will be
provided, fulfilling the qualifications and experience as prescribed in Form 8A, along
6
Section-2
with the Curriculum Vitae of each Personnel in Form 8C and summary in form 8B as
given in section 3, within 30 days of receipt of such request.
On submission of the CV’s by the consultant, G-RIDE shall examine the same and the
candidate proposed may be required to have a personal meeting with the Project Director
before the acceptance of the proposed personnel by the Employer. The approval or
rejection of the personnel will be communicated by G-RIDE within 10 days.
In case G-RIDE does not convey the approval/rejection within 10 days of receipt of CV
for the proposed personnel, the Consultant shall give a reminder to the Employer
promptly and wait for the decision of the Employer for another 10 days from the receipt
of such reminder by the Employer, if still Employer fails to convey its approval/rejection
of the CV, then the CV shall be deemed to be accepted and such proposed personnel
shall become eligible for deployment.
The Firm is required to submit an undertaking at the time of submission of Proposal that
from the list submitted by them, and approved by G-RIDE, required personnel at the
required time as requested by G-RIDE, will be deployed, within 45 days for the positions
for whom CVs were required to be submitted along with the proposal and within 90
days for other key personnel, from the date of such request of the Employer .
In case of failure of deployment of key personnel within time period as stipulated above,
G-RIDE will be entitled to a penalty per day of delay @ 1% of the accepted monthly
remuneration rate of that personnel, for the first 90 days after the notice period of 45/90
days as the case may be. For delay beyond first 90 days, a penalty per day of delay @
2% of the accepted monthly remuneration rate of that personnel shall be applicable
[GCC clause 3.07 (a)].
c. For the purpose of the relevant experience of the Personnel as prescribed in respective
Form 8A, (i) Railway line means any Railway line including Metro Rail but excluding
Tramway & Mono Rail (ii) Highway means National Highway or State Highway or
Expressway or similar Highway.
d. The proposed Personnel should not have any history of involvement in
vigilance/CBI/SPE/Police case resulting in major penalty punishment of removal/
dismissal/compulsory retirement or conviction for being eligible to be engaged for the
consultancy. Personnel who have been debarred from Project Management Consultancy
by Government/ PSUs, and whose period of debarment is not over before deadline for
submission of proposal for Key Personnel for whom CVs are required to be submitted
along with the proposal or before date of proposing the name of such personnel by the
Consultant for other Personnel, shall also not be eligible to be engaged for the
consultancy.

IV. Staffing Schedule: The firm will be required to submit an undertaking that consultant shall
deploy the personnel as per G-RIDE’s advice from the Staffing schedule which will be
decided by G-RIDE.

7
Section-2
V. Approach and Methodology: The firm will be required to submit an undertaking that the
Approach and Methodology for the project will be decided by the consultants in consultation
with contractor and Employer as per stipulations in the construction contract agreement(s) of
Para 5.1.1 of section 4 for which the consultancy services are contemplated. It will be ensured
that the approach and methodology prepared is in compliance to requirements in section 4,
Para 5.1.1 of the Bid document.

VI. Responsiveness: The firm should have submitted the proposal in accordance with the
guidelines in the Instructions to Consultants and it should meet the required response as per
check list given in Datasheet Attachment 1.

VII. The Consultant shall be disqualified if:


a. The consultant has been blacklisted/ banned for business dealings for all Government
Departments, by Ministry of Railways or by any Central/ State PSU at any time till
finalization of proposals, except in cases where such blacklisting/banning has been
withdrawn by Competent Authority or has ceased on the deadline for submission of the
proposals, for which satisfactory evidence is to be produced.
b. Any previous contract of the consultant had been terminated/ short closed for
Consultant’s failure by G-RIDE at any time starting from 3 years before the deadline
for submission of proposals and upto one day before the date of opening of financial
proposals;
i. Provided, however, there is no stay order or declaration by any Court against such
termination/ Closure of the Contract by the G-RIDE Ltd/ Central PSU. or such
termination/ Closure of the Contract has not been revoked by G-RIDE Ltd/ Central
PSU.
c. The consultant has suffered bankruptcy/insolvency, or it is in the process of winding-up
or there is a case of insolvency pending before any Court on the deadline of submission
of proposals or thereafter till finalization of proposals.
d. The consultant is found ineligible by the Employer, in accordance with ITC-1.6.
e. The consultant has been declared by G-RIDE/ Central PSU to be a poor performer and
the period of poor performance is still in force on the deadline for submission of
proposals.
Or
The consultant has been declared by G-RIDE/ Central PSU to be a poor performer at
any time after the deadline for submission of proposals and upto one day before the date
of opening of financial proposals.
f. The consultant has changed their name or created a new business entity as covered by
the definition of “Allied Firm” under para 1102 (iii) of Chapter XI of Vigilance Manual
of Indian Railways (available on website of Indian Railways), consequent to having
been banned business dealings or suspended business dealings or having been declared
a poor performer.

8
Section-2
The Consultant shall submit an affidavit stating that they are not liable to be
disqualified as per this sub clause using the Form 12 given in Section 3. Non-
submission of an affidavit by the consultant shall result in summary rejection of
his proposal.
VIII. Consultant shall immediately inform the Employer in case they cease to fulfill eligibility in
terms of ITC 1.1.2 (VII) & 1.5. In case the consultant fails to inform the Employer or submits
a false affidavit his proposal shall be summarily rejected and proposal security shall be
forfeited. The consultant shall also be liable for Banning of Business dealings for a period up
to five years.
1.2. Familiarization of Site and other details of the Projects:
1.2.1. Consultants should familiarize themselves with local conditions and take them into account in
preparing their Proposals. To obtain first-hand information on the assignment and local conditions,
Consultants are encouraged to visit the project site.
1.2.2. The Bid Documents floated for the execution of the works of this Project, related drawings are
available online on www.nprocure.com
1.2.3. Standard Specifications for Materials and Works are available on www.indianrailways.gov.in. The
Consultants may examine these documents if he requires.
1.3. Examination of BID Documents: In preparing their Proposals, Consultants are expected to
examine in detail the documents comprising the BID. Material deficiencies in providing the
information requested in the BID documents may result in rejection of Proposal.
1.4. Joint Proposal : Not permitted
1.5. Conflict of Interest:
G-RIDE requires that Consultants provide professional, objective and impartial advice and at all
times hold the Client’s interests paramount, avoid conflicts with other assignments or their own
corporate interests and act without any consideration for future work. Consultants shall not be
recruited for any assignment that would be in conflict with their prior or current obligations to other
clients, or that may place them in a position of not being able to carry out the assignment in the best
interest of the Client. Without limitation on the generality of the foregoing, Consultants, and any of
their associates shall be considered to have a conflict of interest and shall not be recruited under any
of the circumstances set forth below:
i. If a consultant combines the function of consulting with those of contracting and/or supply of
equipment and/or supply of services other than consulting for this project; or
ii. If a consultant is associated with or affiliated to a contractor or manufacturer for this project; or
iii. If a Consultant is owned by a contractor or a manufacturing firm with departments or design offices
offering services as Consultants. The Consultant should include relevant information on such
relationships along with a statement in the Proposal cover letter to the effect that the Consultant will
limit its role to that of a Consultant and disqualify itself and its associates from work, in any other
capacity or any future project within the next five years, that may emerge from this assignment
(including bidding for any part of the future project). The Consultant selected to undertake this
assignment will give an appropriate undertaking to such effect, while signing the agreement; or
9
Section-2
iv. If there is a conflict among consulting assignments, the Consultant (including its personnel and sub-
consultants) and any subsidiaries or entities controlled by such consultant shall not be recruited for
the relevant assignment.
A Consultant cannot be recruited to carry out an assignment that, by its nature, will result in conflict
with another assignment of such Consultant. For example, a Consultant engaged to prepare
engineering design for an infrastructure project shall not be recruited to prepare an independent
environmental assessment or to proof check the designs for the same project. Similarly, a Consultant
assisting a client in privatization of public assets shall neither purchase nor advise purchasers of
such assets or a Consultant hired to prepare Terms of Reference for an assignment shall not be
recruited for the assignment in question.
There are generally 3 types of consultancy services in G-RIDE i.e.
(a) Pre-Investment studies (PETS & Bankability Studies),
(b) Detailed Engineering & Design (FLS & DDE) and
(c) Project Implementation (PMC).
If a consultancy firm has carried out pre-investment studies mentioned in (i) above, there may be
advantage for appointing the same firm to carry out the consultancy mentioned in (ii) and (iii) above.
Hence there is no conflict of interest involved for a firm doing the consultancy for (i) and/or (ii)
and/or (iii).
1.6. Fraud and Corruption:
1.6.1. The Consultants are required to observe the highest standard of ethics during the procurement and
execution of such contracts. In pursuance of this policy, the following shall apply:
(i) For the purposes of this provision, the terms are defined as set forth below as follows:

a) “Corrupt Practice” means behaviour on the part of officials in the public or private sectors
by which they improperly and unlawfully enrich themselves and/or those close to them, or
induce others to do so, by misusing the position in which they are placed, and it includes the
offering, giving, receiving, or soliciting of anything of value to influence the action of any
such official in the procurement process or in contract execution; and
b) “Fraudulent Practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the borrower and
includes collusive practices among Consultants (prior to or after proposal submission)
designed to establish proposal prices at artificial, non-competitive levels and to deprive the
borrower of the benefits of free and open competition.

(ii) Employer will reject a Proposal for award if it determines that the Consultant recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract; and

(iii)Employer will declare a firm ineligible either indefinitely or for a stated period of time, to be
awarded a contract if it, at any time, determines that the firm has engaged in corrupt or fraudulent
practices in competing for, or in executing, and the assignments awarded by G-RIDE.

10
Section-2
1.7. Only one proposal :
1.7.1. If a Consultant submits or participates in more than one Proposal, such a Consultant shall be
disqualified.
1.8. Proposal Validity
1.8.1. The Data Sheet indicates how long the Consultants’ Proposals must remain valid after the
submission date.
1.8.2. The Employer will make its best effort to finalise the Contract within this period. In exceptional
circumstances, the Employer may request Consultants to extend the validity period of their
Proposals. The request and the responses shall be made in writing. In case Consultant extends
validity of their proposal, the proposal security as furnished in accordance with ITC 5.4, shall also
be extended upto the date mentioned in the letter of request for extension. Consultants have the right
to refuse to extend the validity period of their Proposals.
1.9. Participation of Government Employees:
The Government employees are not permitted to undertake any assignment without the approval of
the Government as per extant Government rules. In addition to this, no close relatives of G-RIDE
staff should be proposed for participation in the assignment. In case CV of a serving Government
Employee is submitted with a proposal, the same will be evaluated and assigned marks. However,
the said person before joining the PMC assignment shall have to resign and obtain necessary
approval of the Government.
2. CLARIFICATIONS AND AMENDMENTS TO BID DOCUMENTS
2.1. Pre-bid Meeting:
A pre-bid meeting will be held at the place, time and date specified in the Data Sheet.

11
Section-2
2.2. Clarifications: Consultants may request a clarification of any of the BID documents prior to pre-
bid meeting. Any request for clarification can be sent in writing to the address indicated in the Data
Sheet and/or on email address transactionadvisor@gride.org.in. The Employer will respond in
writing and upload the documents on www.nprocure.com for all the interested bidders. Should the
Employer deem it necessary to amend the BID as a result of a clarification, it shall do so following
the procedure detailed under Sub-Clause 2.3.
2.3. Addendum: At any time prior to the submission of Proposals, the Employer may, whether at its
own initiative, or in response to a clarification requested by a firm, amend the BID by issuing an
addendum. The Employer will respond in writing and upload the documents on www.nprocure.com
for all the interested bidders. Addendum shall also be uploaded on G-RIDE web site for others. To
give Consultants reasonable time in which to take an amendment into account in their Proposals,
the Employer may at its discretion, if the amendment is substantial, extend the deadline for the BID
submission
3. PREPARATION OF THE PROPOSAL
3.1. Components:
Consultant’s Proposal will consist of separate Technical and Financial proposals of the firm as
detailed in Para 5.2.
3.2. Language:
The Proposal, as well as all related correspondence exchanged by the Consultants and the G-RIDE,
shall preferably be in English. All reports prepared by the contracted Consultant shall also be in
English.
4. THE PROPOSAL
4.1. General: The Proposal should clearly demonstrate the Consultant’s understanding of the
requirements of the services, capability and approach for carrying out the tasks for the project
management set forth in the BID document through the nominated experts. In preparing the
Proposal, Consultants are expected to take into account the requirements and conditions of the BID
documents. All information provided in Consultants’ Proposal will be treated as confidential.
4.2. Proposal: The Proposal should include a Technical Proposal Submission Form (Form 1A) and a
Financial Proposal Submission Form (Form 1B) signed by person(s) with full authorization to make
legally binding contractual (including financial) commitments on behalf of the firm.

12
Section-2
4.3. Documents Comprising Proposal Format of submission of bids:
4.3.1. The consultant shall submit the proposal compiling all details and information as under:

S.N. Particulars Remarks

Technical Proposal – To be submitted Scanned copy of all the following documents


online on www.nprocure.com duly signed shall be submitted.

i. Proposal submission Form Form 1 A

ii. Proposal submission Form Form 1 B

iii. Power of Attorney Form 2

iv. Consultant’s Information Sheet Form 3

v. Specific Consultancy Form 4


Experience

vi. Net Worth Form 5

vii. Proposal Security (Bank Form 6


Guarantee)

viii. Key Personnel Qualification Form 8 A (1-7/15)


and Experience
1
ix. Summary of Information for Form 8 B
Project Manager(s) & Resident
Engineer(s)

x. CV for proposed Project Form 8 C


Manager(s) & Resident
Engineer(s)

xi. Firms audited Financial Data Form 10


for last 3 financial years

xii. Audited Balance Sheets for -


last 3 financial years

xiii. Proof of payment of BID -


document and Proposal
Security.

xiv. Affidavit as per clause 1.1.2 Form No. 12


(VII) of Section 2

13
Section-2
S.N. Particulars Remarks

All the above forms and Bid Documents


Technical proposal in hard copies to
duly signed on all pages along with original
2 be submitted at G-RIDE office before
DD and BG for cost of BID documents and
Bid Due Date
proposal security respectively.

Shall be uploaded only on


3 Financial Proposal www.nprocure.com
(No hard copies to be submitted)
i. Remuneration: Proposed Form 11 - Remuneration: Proposed Billing
Billing Rates for Key Rates for Key Personnel, Supervisors Office
Personnel, Supervisor and Staff Team and Vehicles
Office staff Team and vehicles

4.3.2. The Technical Proposal must be submitted in hard copy.


4.3.3. Documents related to financial information: The Financial information requires completion of two
forms namely Form 1B and 11 These are to be prepared as under:
(i) Form 1B in Section 3, forming the covering letter for proposal.
(ii) Forms 11 shown in Section 3 related to the costs of consulting services i.e. Remuneration billing
rates for personnel divided into three subheads (A) Key Personnel (B) Supervisors and (C)
Office Staff Team and (D) vehicles supplied is to be filled online only and specifies the
proposed cost(s) and the figures provided therein will be read out aloud at the public opening
of Financial Proposals.
(iii) Forms 1B should be typed on the Consultants’ Letter Heads exactly in the same format of the
forms.
(iv) In Forms 1A & 1B, an undertaking is to be given that, in preparation and submission of the
Technical and Financial information, Consultants have:
• Not taken any action which is, or which constitutes a corrupt or fraudulent practice as
defined in the BID documents; and
• Agreed to allow G-RIDE, at its option, to inspect and audit all accounts, documents, and
records relating to the Consultant’s Proposal and to the performance of the ensuing
Consultant’s Contract.

14
Section-2
4.3.4. Proposal Prices: The amount stated in Form 11, Section 3, shall be the proposal price.
4.3.5. Currency: Consultants have to submit their offers in INR.
4.3.6. Tax Liability: The Consultant is liable to pay taxes as applicable. While the GST will be paid extra
as applicable to the Consultant by the Employer, all other taxes shall be payable by the Consultant.
G-RIDE shall be deducting taxes deductible at source as per relevant Tax Laws/other applicable
laws in India.
4.4. Proposal Content:
The Proposals and qualification details shall be furnished in accordance with the formats given in
Section 3 and elaborated in clause 4.3 of these ITC and shall include the following:
(i) The proposals and qualification details shall be concise, relevant, complete and furnished in
accordance with the formats given in Section 3 and elaborated in clause 4.3 of these ITC .
5. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS
5.1. Submission of Fully Responsive Proposal:
5.1.1. The Consultant shall submit a fully responsive proposal including all the supporting documents
requested in the BID. Non-compliance with important requirements may result in rejection of the
proposal. Once the proposals are received and opened, consultants shall not be required nor
permitted to change the substance, the key staff, quoted fee and so forth except at the time of
negotiations carried out in accordance with the provisions of the BID. However, the Employer may
ask in writing from the Consultants any clarifications/information’s based on the documents
submitted with the proposal considered necessary for evaluation, but not having any affect on the
quoted fee and the substance of the proposal. Proposals must be delivered at the address given in
the Data Sheet (Section 2) on or before the time and date stated in the Data Sheet or any new date
established by the G-RIDE according to provisions of Sub-Clause 2.2.
5.1.2. The Consultants shall submit the proposals ensuring the following:
(i) The BID document issued by the Employer in full duly initialled on all pages by the authorized
signatory shall be enclosed and shall form part of Proposal.
(ii) Note: Forms 11 in the BID document issued by G-RIDE, should not be filled as the same are
to be submitted in the Financial Proposal online on www.nprocure.com.
(iii) The authorized signatory of the Consultant shall initial all pages of the hard copy of the Technical
Proposal.
(iv) All the corrigenda/addenda issued pursuant to clause 2.3 must be serially enclosed with the Proposal
duly initialled on all pages which forms part of the BID document.
(v) Technical proposals shall be submitted in separate sealed envelopes in accordance with clause 5.2.
(vi) Proof of having paid the cost of BID documents and the Proposal Security shall be enclosed in a
separate envelope in the packet of Technical Proposal
(vii) The proposal shall be in single copy
(viii) Undertakings/Affidavits as per requirement of BID.

15
Section-2
5.1.3. Proposal (both Technical and Financial Proposals) shall contain no interlineations or overwriting,
except as necessary to correct errors made by Consultants themselves or to evidence provision of a
price discount (which discount will be applied in the manner specified in Clause 5.7.3.2 (iii). The
person(s) who signed the Proposal must initial any such corrections, interlineations or overwriting.
5.2. Submission of Proposals:
5.2.1. The Technical Proposal to be sent to the Employer shall be placed in a sealed envelope clearly
marked “ORIGINAL PROPOSAL”.
5.2.2. The sealed envelope/packet shall contain sealed envelope / packet, as under:
(i) Sealed Envelope/Packet containing Original Technical Proposal should be superscribed
“TECHNICAL PROPOSAL”. This packet will contain all Forms of Section 3 except Forms 11 as
envisaged in BID and all other relevant data specified in the BID documents. All forms should be
typed on Consultants’ letter head in the exact format of the Forms.
a. This envelop or packet should include one envelop superscribed “Bid Processing Fee”,
containing proof of having paid for the cost of BID document and Proposal Security in
Original Para 3, Section 1.
b. This envelop or packet should include one envelop superscribed “Proposal Security”, as per
Para 4, Section 1.
(ii) “Financial Proposal” shall be only uploaded online on www.nprocure.com.

Technical envelope in Sealed envelopes must be addressed as below:-

TENDER NO.
DUE ON :
(Do not open before Due Date)
Original Proposal/ Technical Proposal

To
(Address as specified in Data Sheet)
From:
(Name and address of Consultant)

5.3. Deadline for submission of Proposals:


Proposals must be received by the Employer at the address specified in Data Sheet in accordance
with clause 5.2 of these ITC, not later than the time and date specified in the Data Sheet or extended
date in accordance with clause 2.3 of ITC. Proposals received after this deadline will be rejected
and returned to the Consultant unopened.

16
Section-2
5.4. Proposal Security :
5.4.1. (I) The Proposal Security as stated in Data Sheet may be furnished in the form of;
(a) a Cashier’s or Banker’s certified cheque or Bank Draft drawn on a Scheduled/Nationalized Bank in
India in the favour of Bahucharaji Rail Corporation Limited (BRCL) payable at Gandhinagar.
OR
(b) an unconditional Bank Guarantee in the prescribed form given in Section 3, Form 6, from the banks
acceptable to the Employer as mentioned below:
(i) a Scheduled Bank in India
(ii) a Foreign Bank having their operations in India or
(iii) a Foreign bank which does not have operations in India is required to provide a Counter
Guarantee by State Bank of India.
The proposal security shall be valid upto the date as mentioned in BDS (Data Sheet) or upto the date
mentioned in the letter of request for extension in case extension is requested under ITC 1.8.2.
(II) Non submission of requisite Proposal Security in the form, as specified above, will lead to
summary rejection of the proposal and such proposal shall be returned unopened.
5.4.2. The Proposal Security of unsuccessful consultants will be returned as promptly as possible but not
later than thirty (30) days after the expiration of the validity of the proposal prescribed in clause 1.8
of these `Instructions to Consultants’.
5.4.3. The Proposal Security of the successful Consultant shall be returned promptly once the successful
Consultant has furnished the required Performance Security and signed the Contract Agreement.
5.4.4. The Proposal Security may be forfeited for any of the reasons mentioned below:
(a) if a consultant withdraws its proposal during the period of proposal validity;
(b) if consultant fails to accept Arithmetic Corrections as per Para 5.7.3.2 (ii);
(c) in case of a successful consultant, if the consultant fails to;
(i) Sign the contract in accordance with clause 10 of these ITC
(ii) Furnish Performance Security in accordance with clause 11 of these ITC.
(d) If the Consultant fails to submit a list of personnel along with CVs in prescribed format in
terms of sub-clause 1.1.2 (III) within a period of 30 days from the issue of Notification of
Award;
(e) if the undertaking of the affidavit submitted by the Consultant in pursuant to Sub-Clause 1.1.2
(VII) is found false at any stage during evaluation;
(f) if any tampering or changes are made in the BID document;
(g) if the consultant violates any other provision of BID document.

17
Section-2
5.5. Modifications and Withdrawal of Proposals:
5.5.1. The Consultant may modify or withdraw its proposal after submission, provided that the written
notice of withdrawal, modification or substitution of the proposal is received by the Employer in a
sealed envelope prior to the deadline prescribed for submission of proposals.
5.5.2. The Consultant’s modification or withdrawal notice shall be packaged and despatched in accordance
with clause 5.2 of these ITC.
5.5.3. No proposal may be withdrawn in the interval between the deadline for submission of proposals and
the expiration of period of proposal validity. Withdrawal of a proposal during this interval shall
result in forfeiture of its proposal security pursuant to clause 5.4.3 of these ITC.
5.6. Opening of Proposals:
5.6.1. Opening of Technical Proposal
(a) The Employer will open the proposals at the time and place specified in the ITC Data Sheet.
Consultant’s representatives may attend the opening, and those who are present shall sign a register
evidencing their attendance.
(b) No proposal shall be rejected at the proposal opening stage, except for late proposals, which shall
be returned unopened to the consultant pursuant to clause 5.3
(c) The envelope containing proposals of modifications or withdrawal of Consultants will first be
opened. In case of withdrawals, the name of the Consultant and the details of withdrawal will be
noted in the Register. Further opening of sealed envelopes/packets of such a Consultant will be
stopped. The unopened envelopes/packets will be returned to the Consultant.
(d) In case of modifications the name of the Consultant and the details of modifications will first be
noted in the Register. Subsequently action will be taken as mentioned in the Sub paras below.
(e) Then the sealed envelope/packet super scribed “TECHNICAL PROPOSAL” will be opened. The
relevant details will be noted in the Register.

18
Section-2
5.6.2. NIL.
5.6.3. The Consultants names, proposal of withdrawal or modification and the presence or absence of (a)
Proof of payment of Cost of `Request for Proposal’s’ Documents and (b) Proposal Security, and
such other details as the Employer may consider appropriate, will be announced at the opening.
5.6.4. The details of withdrawals, proof of payment of cost of BID, proposal security, modifications,
details contained in the Technical proposals of the various consultants will be examined by the
nominated Tender Committee to decide on the opening of Financial proposals of eligible
Consultants as per relevant paras regarding evaluation of technical proposal.
Note: The offers of such Consultants who have withdrawn their offers, who have not given
proof of payment of cost for BID, who have not submitted proposal security, who do not fulfil
the eligibility criteria (ITC clause 1.1.2), whose offers are not responsive as decided by the
Tender committee will be rejected. The financial proposal of such Consultant(s) will not be
opened.
5.6.5. The Financial Proposals of the Consultants shortlisted in technical evaluation, will be opened in the
presence of Representatives of shortlisted Consultants who choose to attend at the specified venue,
date and time. The shortlisted Consultants will be given reasonable notice regarding specified venue,
date and time of opening of their financial proposals.
5.6.6. Opening of Financial Proposals:
(i) The Employer shall conduct the opening of Financial Proposals of consultants who submitted
substantially responsive technical proposal and who are considered qualified as a result of
technical evaluation, online in the presence of consultant’s representatives who choose to attend
at the address, date and time specified by the Employer. The consultant’s representatives who
are present shall be requested to sign a register evidencing their attendance.
(ii) The name of the Consultants and the technical scores of the Consultants shall be read out.
(iii) The Financial Proposals of consultants will then be opened online. The name of the Consultant
along with the relevant details in the financial proposal will be written down in the Register.
(iv) The name of the consultant and details of the relevant portions of the Financial Proposals as
decided by the Employer will be announced.
5.7. Proposal Evaluation
5.7.1. SYSTEM OF EVALUATION OF PROPOSALS
Quality and Cost Based Selection (QCBS) method shall be used to evaluate the Consultancy
proposals. The offers of the Consultants who submit substantially responsive proposals conforming
to the BID shall be taken up for further evaluation as per clauses 5.7.2 to 5.7.4.
5.7.2. EVALUATION OF TECHNICAL PROPOSALS
5.7.2.1. Each substantially responsive proposal shall be evaluated to ascertain whether it fulfils the
Hurdle Criteria as specified in clause 5.7.2.2 below.
Note: For Evaluation purpose, all the values shall be rounded off to 2 (two) decimal points.

19
Section-2
5.7.2.2. HURDLE CRITERIA

Compliance Documents
Criteria Requirement Requirements Submission
Single Entity Requirements

5.7.2.2.1. Net Worth

Submission of audited balance sheets or, if not required by the law of the must meet FORM -5
Consultant’s country, other financial statements acceptable to the requirement
Employer, for the last three years to demonstrate:
(a) The current soundness of the Consultants financial position and
its prospective long-term profitability. As a minimum, the
Consultants net worth calculated as difference between total
assets and total liabilities should be positive for each of the last
three years.
(b) The Bidder has a minimum Net Worth of INR 1.50 Crore at the
close of the preceding financial year.
5.7.2.2.2. Average Annual Consultancy Turnover

Minimum average annual consultancy turnover of INR 20.00 Crore must meet Form 10
calculated as total certified consultancy payments received for contracts requirement
in progress or completed, within the last three years

5.7.2.2.3. Contracts of Similar size and nature:

The Consultant should have completed/substantially completed at must meet Form 4


least one contract of Project Management Consultancy requirement
services/Services of Independent Engineer for Railway
Projects/Metro Railway Projects in the last 5 years before the
deadline for submission of the proposals (the services actually
provided under the contract must include construction supervision),
of minimum value of:
(a) INR 6.00 Crore of project in India for Railway Projects/Metro
Railway Projects,
Note:
1) The contract should have been completed within this period
irrespective of date of start.
2) The PMC/Independent Engineer Contract shall be treated as
completed as on the date of commissioning of the project
(excluding defect liability/ maintenance period) or completion of
the services as certified by the Employer.

20
Section-2
Compliance Documents
Criteria Requirement Requirements Submission
Single Entity Requirements

3) Any contract of such Project Management Consultancy Services/


Services of Independent Engineer shall be treated as substantially
completed if the consultancy fee received under the said contract
is at least 80% of the contract value and the consultancy fee so
received should be equal to or more than the minimum value stated
at (a) above for current PMC.

Only proposals of those Consultants who meet the ‘Hurdle Criteria’ specified under Para
5.7.2.2 shall be taken up for further quality based technical evaluation in the second stage as
per 5.7.2.3.
5.7.2.3. Quality based evaluation to shortlist the Consultants for opening of their financial proposals: The
following four criteria shall be used to evaluate the technical proposals for assessing the technical
scores;
(i) Experience of similar work;
(ii) Average Annual consultancy turnover,
(iii) Number of engineers with the firm,
(iv) Qualification and experience of Key Personnel
The marking system for evaluation under each criterion of the Technical Proposals shall be as given below.

S.No. Description Marks

(i) Experience of similar work 325

(ii) Average Annual Consultancy Turnover for last three financial years 75

(iii) Number of engineers with the firm 75

(iv) Qualification and experience of Key Personnel (525 Marks)

(a) Project Manager 210

(b) Resident Engineer(s) 315

Total of (i) + (ii) + (iii) + (iv) 1000

NOTE: Where the number of personnel requirement specified is more than one under a particular category,
each personnel shall be evaluated against the proportionate number of marks specified for that category.
For example, the marks for individual Resident Engineer in the above table shall be 63 if requirement of 5

21
Section-2
Resident Engineer is specified i.e. 315 divided by 5. The total score for the category of Resident Engineer
shall be the sum of the individual scores of all personnel proposed as Resident Engineer.

22
Section-2
5.7.2.4. Assigning scores for the different criteria as listed below:-
(i) Average annual consultancy turnover for last three years (75 marks): Marks will be allocated for
as per the following:-
Description % Marks

Having Average Annual Consultancy Turnover >= INR 20.00 Crore and upto INR 30.00 75%
Crore

Having Average Annual Consultancy Turnover more than INR 30.00 and upto INR 85%
35.00 Crore

Having Average Annual Consultancy Turnover more than INR 35.00 Crore and upto 95%
INR 40.00 Crore

Having Average Annual Consultancy Turnover more than INR 40.00 Crore 100%

(ii) Experience of similar works i.e. contracts of similar size and nature (325 marks): For
completed/substantially completed similar contracts in India or elsewhere of value as indicated in
para 5.7.2.2.3 above, marks for experience will be allocated for as per the following:-
For single substantially completed contract. 225

For single completed contract. 250

For two substantially completed contracts. 250

For one completed and one substantially completed contract 275

For three substantially completed contracts 275

For one completed and two or more substantially completed contracts 290

For four or more substantially completed contracts 290

For two completed contracts. 300

For two completed and one or more substantially completed contracts 315

For three or more completed contracts 325

23
Section-2
(iii) Number of Engineers with minimum qualification as Graduate Engineers continuing with the firm
in India for at least one year prior to deadline for submission of proposals (75 marks): The number
of personnel should be supported by a certificate from the Auditor. Marks will be allocated for as
per the following :-
Description Marks

Having < 15 personnel Zero

Having personnel between 15 to 20 45

Having personnel between 21 to 30 55

Having personnel between 31 to 40 65

Having personnel > 40 75

(iv) For Qualification and Experience of Key Personnel (525 marks): For this purpose, Project
Manager and Resident Engineer(s) shall be evaluated. 210 marks shall be allotted for Project
Manager and 315 marks for Resident Engineer(s). These total marks shall be divided equally
among the number of personnel required for the particular position. In case the proposed personnel
is not eligible in terms of ITC 1.1.2 (III) (d), then the personnel shall be disqualified and his CV
shall be assigned Zero marks and for eligible personnel, weightage in evaluation of CVs shall be
as under:

I. Project Manager
(a) Professional Qualification – 30 percent. The breakup of this 30 percent shall be as under:-
(i) Essential - Degree in Civil Engineering – 22 percent (also refer note No. 3 of Form 8A(1/15))
(ii) Preferred – Post Graduation(M. Tech/ M. Sc) in Civil Engineering – add 6 percent
(iii) Preferred - Degree/Diploma in Project Management/Construction Management or Fellow of
Institution of Engineers/ Institution of P. Way Engineers – add 2 percent.

(b) Length of experience – 70 percent. The breakup of this 70 percent shall be as under:-
Experience shall be divided into two parts i.e. total professional experience and relevant experience
for the assignment. For the position of Project Manager total professional experience shall be
assigned 25 percent and relevant experience shall be assigned 45 percent.
(i) If the person is having of total experience < 15 years for Graduate Degree holder, no marks
shall be assigned out of 25 percent,
(ii) If the person is having 15 years experience for Graduate Degree holder, he shall be assigned 18
percent, and additional one percent shall be assigned for each additional year of experience
subject to maximum of total 25 percent.
(iii) For relevant experience as per Form 8A (1/15): < specified experience, no marks shall be
assigned out of 45 percent.
(iv) For relevant experience as per Form 8A (1/15): having experience equal to specified
experience, 35 percent shall be assigned, and for each additional year of relevant experience, 2
percent shall be assigned subject to maximum of total 45 percent.
24
Section-2
Note: No separate marks shall be assigned for meeting the hurdle criteria specified under relevant
experience. Only when the hurdle criteria is met, marks for relevant experience shall be allotted as
per above methodology.
II. Resident Engineer/Track
(a) Professional Qualification – 30 percent. The breakup of this 30 percent shall be as under:-
(i) Essential – Diploma in Civil Engineering – 22 percent (also refer note No. 2 of Form 8A(2/15))
(ii) Preferred – Graduate in Civil Engineering – add 6 percent
(iii) Preferred - Degree/Diploma in Project Management/ Construction Management or Fellow of
Institution of Engineers/ Institution of P. Way Engineers – add 2 percent.
(b) Length of experience – 70 percent. The breakup of this 70 percent shall be as under:-
Experience shall be divided into two parts i.e. total professional experience and relevant experience
for the assignment. For the position of Resident Engineer/ Track, total professional experience
shall be assigned 25 percent and relevant experience shall be assigned 45 percent.
(i) If the person is having < 10 years for Graduate Engineer or < 15 years for Diploma Holder of
total experience, no marks shall be assigned out of 25 percent,
(ii) If the person is having 10 years for Graduate Engineer or 15 years for Diploma Holder of total
experience, he shall be assigned 18 percent, and additional one percent shall be assigned for
each additional year of experience subject to maximum of total 25 percent.
(iii) For relevant experience as per Form 8A (2/15) <specified experience, no marks shall be
assigned out of 45 percent.
(iv) For relevant experience as per Form 8A (2/15) having experience equal to specified experience,
35 percent shall be assigned, and for each additional year of relevant experience 2 percent shall
be assigned subject to maximum of total 45 percent.
Note: No separate marks shall be assigned for meeting the hurdle criteria specified under relevant
experience. Only when the hurdle criteria is met, marks for relevant experience shall be allotted as
per above methodology.
III. Resident Engineer/ Structures and Bridges
(a) Professional Qualification – 30 percent. The breakup of this 30 percent shall be as under:-
(i) Essential – Diploma in Civil Engineering – 22 percent (also refer note No. 2 of Form 8A(3/15))
(ii) Preferred – Graduate in Civil Engineering – add 6 percent
(iii) Preferred - Degree/Diploma in Project Management/ Construction Management or Fellow of
Institution of Engineers/ Institution of P. Way Engineers – add 2 percent.
(b) Length of experience – 70 percent. The breakup of this 70 percent shall be as under:-
Experience shall be divided into two parts i.e. total professional experience and relevant experience
for the assignment. For the position of Resident Engineer/ Bridges, total professional experience
shall be assigned 25 percent and relevant experience shall be assigned 45 percent.
(i) If the person is having < 10 years for Graduate Engineer or < 15 years for Diploma Holder of
total experience, no marks shall be assigned out of 25 percent,
(ii) If the person is having 10 years for Graduate Engineer or 15 years for Diploma Holder of total
experience, he shall be assigned 18 percent, and additional one percent shall be assigned for
each additional year of experience subject to maximum of total 25 percent.

25
Section-2
(iii) For relevant experience as per Form 8A (3/15) < specified experience, no marks shall be
assigned out of 45 percent.
(iv) For relevant experience as per Form 8A (3/15) having experience equal to specified experience,
35 percent shall be assigned, and for each additional year of relevant experience 2 percent shall
be assigned subject to maximum of total 45 percent.
Note: No separate marks shall be assigned for meeting the hurdle criteria specified under relevant
experience. Only when the hurdle criteria is met, marks for relevant experience shall be allotted as
per above methodology.
IV. Resident Engineer/S&T
(a) Professional Qualification – 30 percent. The breakup of this 30 percent shall be as under:-
(i) Essential - Diploma in Electronics/Electrical /Mechanical Engineering – 22 percent (also refer
to note No. 2 of Form 8A(4/15))
(ii) Preferred - Degree in Electronics /Electrical /Mechanical Engineering – add 6 percent
(iii) Preferred – Degree/Diploma in Project Management/ Construction Management or Fellow of
Institution of Engineers/ Institution of Railway Signal & Telecommunication Engineers – add
2 percent.
(b) Length of experience – 70 percent. The breakup of this 70 percent shall be as under:-
Experience shall be divided into two parts i.e. total professional experience and relevant experience
for the assignment. For the position of Resident Engineer/S&T total professional experience shall
be assigned 25 percent and relevant experience shall be assigned 45 percent.
(i) If the person is having < 10 years for Graduate Engineers or < 15 years for Diploma Engineers
of total experience, no marks shall be assigned out of 25 percent,
(ii) If the person is having 10 years for Graduate Engineers or 15 years for Diploma Engineers of
total experience, he shall be assigned 18 percent, and additional one percent shall be assigned
for each additional year of experience subject to maximum of total 25 percent.
(iii) For relevant experience as per Form 8A (4/15) < specified experience, no marks shall be
assigned out of 45 percent.
(iv) For relevant experience as per Form 8A (4/15) having experience equal to specified experience,
35 percent shall be assigned, and for each additional year of relevant experience 2 percent shall
be assigned subject to maximum of total 45 percent.
Note: No separate marks shall be assigned for meeting the hurdle criteria specified under relevant
experience. Only when the hurdle criteria is met, marks for relevant experience shall be allotted as
per above methodology.
V. Resident Engineer/Electrical (OHE/TSS/SCADA/GS)
(a) Professional Qualification – 30 percent. The breakup of this 30 percent shall be as under:-
(i) Essential - Diploma in Electrical/ Mechanical/ Electronics Engineering OR a combination of
any sub stream of basic streams of Electrical/ Mechanical/ Electronics Engineering – 22 percent
(also refer note No. 2 of Form 8A(5/15))
(ii) Preferred Graduate degree in Electrical/ Mechanical/ Electronics Engineering OR a
combination of any sub stream of basic streams of Electrical/ Mechanical/ Electronics
Engineering – add 6 percent

26
Section-2
(iii) Preferred - Degree/Diploma in Project Management/ Construction Management or Fellow of
Institution of Engineers/ Institution of Railway Electrical Engineers – add 2 percent.
(b) Length of experience – 70 percent. The breakup of this 70 percent shall be as under:-
Experience shall be divided into two parts i.e. total professional experience and relevant experience
for the assignment. For the position of Resident Engineer/Electrical (OHE/TSS/SCADA/GS) total
professional experience shall be assigned 25 percent and relevant experience shall be assigned 45
percent.
(i) If the person is having <10 years for Degree holders or < 15 years for Diploma holders of total
experience, no marks shall be assigned out of 25 percent,
(ii) If the person is having 10 years for Degree holders or 15 years for Diploma holders of total
experience, he shall be assigned 18 percent, and additional one percent shall be assigned for
each additional year of experience subject to maximum of total 25 percent.
(iii) For relevant experience as per Form 8A (5/15) < specified experience, no marks shall be
assigned out of 45 percent.
(iv) For relevant experience as per Form 8A (5/15) having experience equal to specified experience,
35 percent shall be assigned, and for each additional year of relevant experience 2 percent shall
be assigned subject to maximum of total 45 percent.
Note: No separate marks shall be assigned for meeting the hurdle criteria specified under relevant
experience. Only when the hurdle criteria is met, marks for relevant experience shall be allotted as
per above methodology.
VI. Resident Engineer/Sr. Structural Engineer
(c) Professional Qualification – 30 percent. The breakup of this 30 percent shall be as under:-
(i) Essential - Degree in engineering from a recognized university. – 22 percent (also refer note
No. 2 of Form 8A(6/15).
(ii) Preferred - Post Graduation / M tech/ M sc. In Structural Engineer. – add 6 percent
(iii) Preferred - Degree/Diploma in Project Management/ Construction Management or Fellow of
Institution of Engineers/ Institution of Railway Electrical Engineers – add 2 percent.
(d) Length of experience – 70 percent. The breakup of this 70 percent shall be as under:-
Experience shall be divided into two parts i.e. total professional experience and relevant experience
for the assignment. For the position of Resident Engineer/ Sr. Structural Engineer total professional
experience shall be assigned 25 percent and relevant experience shall be assigned 45 percent.
(v) If the person is having <10 years for Degree holders or < 7 years for Post Graduation / M tech/
M sc. holders of total experience, no marks shall be assigned out of 25 percent,
(vi) If the person is having 10 years for Degree holders or 7 years for Post Graduation / M tech/ M
sc. holders of total experience, he shall be assigned 18 percent, and additional one percent shall
be assigned for each additional year of experience subject to maximum of total 25 percent.
(vii) For relevant experience as per Form 8A (6/15) < specified experience, no marks shall be
assigned out of 45 percent.
(viii) For relevant experience as per Form 8A (6/15) having experience equal to specified experience,
35 percent shall be assigned, and for each additional year of relevant experience 2 percent shall
be assigned subject to maximum of total 45 percent.

27
Section-2
Note: No separate marks shall be assigned for meeting the hurdle criteria specified under relevant
experience. Only when the hurdle criteria is met, marks for relevant experience shall be allotted as
per above methodology.
VII. Resident Engineer/Sr. Quantity Surveyor - Civil
(e) Professional Qualification – 30 percent. The breakup of this 30 percent shall be as under:-
(i) Essential - Diploma in Civil engineering from a recognized university. – 22 percent (also refer
note No. 2 of Form 8A(7/15))
(ii) Preferred - Diploma in Civil engineering from a recognized university. – add 6 percent
(iii) Preferred - Post Graduation / M tech/ M sc. In Civil Engineering. – add 2 percent.
(f) Length of experience – 70 percent. The breakup of this 70 percent shall be as under:-
Experience shall be divided into two parts i.e. total professional experience and relevant experience
for the assignment. For the position of Resident Engineer/Electrical (OHE/TSS/SCADA/GS) total
professional experience shall be assigned 25 percent and relevant experience shall be assigned 45
percent.
(ix) If the person is having <10 years for Degree holders or < 15 years for Diploma holders of total
experience, no marks shall be assigned out of 25 percent,
(x) If the person is having 10 years for Degree holders or 15 years for Diploma holders of total
experience, he shall be assigned 18 percent, and additional one percent shall be assigned for
each additional year of experience subject to maximum of total 25 percent.
(xi) For relevant experience as per Form 8A (7/15) < specified experience, no marks shall be
assigned out of 45 percent.
(xii) For relevant experience as per Form 8A (7/15) having experience equal to specified experience,
35 percent shall be assigned, and for each additional year of relevant experience 2 percent shall
be assigned subject to maximum of total 45 percent.
Note: No separate marks shall be assigned for meeting the hurdle criteria specified under relevant
experience. Only when the hurdle criteria is met, marks for relevant experience shall be allotted as
per above methodology.
5.7.2.5. Total Score of Key Personnel [Project Manager(s) and Resident Engineer(s)]:
Each Key Personnel [Project Manager(s) and Resident Engineer(s)] is expected to score atleast
70% marks for being eligible for deployment in the proposed position. However, if any of the
personnel proposed by the Consultants score less than 70%, the score shall be carried forward for
a maximum upto ….. [1/4th of the total Key Personnel to be evaluated for assigning marks rounded
off to nearest whole number. (0.5 to be rounded off to 1)] Key Personnel to ascertain the total score
of the Consultant. In such a case the concerned Consultant(s) shall be asked to submit an
undertaking through a clarification to be sought by the Employer giving details of personnel
securing less than 70% marks, that the personnel proposed securing less than 70% marks shall be
replaced at the time of initial deployment. However, the original marking of the personnel shall
not be changed/amended even after submission of undertaking.
In case the concerned Consultant(s) fails to submit such an undertaking within 7 days of issue of
letter by the Employer, the proposal of such Consultant(s) shall be considered disqualified and
shall not be evaluated further.

28
Section-2
In case more than ….. [1/4th of the total Key Personnel to be evaluated for assigning marks rounded
off to nearest whole number. 0.5 to be rounded off to 1] Key Personnel proposed by the Consultant
scores less than 70% then the proposal shall be considered disqualified and shall not be evaluated
further.
5.7.2.6. Selection and short listing of Consultants for opening of Financial Proposals based on
total score obtained in Technical Evaluation:
Only the top five consultants, in the descending order of the marks obtained (with a minimum
marks as specified in Data Sheet ), will be shortlisted for opening of financial proposals. If the
number of consultants who have obtained a minimum marks as specified in Data Sheet is less than
five, but a minimum of 2, the same shall be shortlisted for opening of financial proposals. However,
if the number of such consultants shortlisted is less than 2, G-RIDE may shortlist the consultant
with the next highest scores in descending order having obtained a minimum of 600 marks. In such
an event, the total number of shortlisted consultants will be restricted to TWO only.
The criteria to be used for ranking of consultants obtaining the same score, to restrict the total
number of shortlisted consultants to five/two, will be as under:-
(i)
If the total score of two or more consultants is the same, the consultant having obtained the
higher score for “Experience of similar work” shall be rated higher in the ranking.
(ii) In the eventuality that the total score as well as score for “Experience of similar work” is the
same the consultant having obtained the higher score for “key personnel” will be rated higher
in the ranking.
5.7.3. EVALUATION OF FINANCIAL PROPOSALS
5.7.3.1. Financial Proposals will be reviewed to ensure that -
(i) The figures provided therein are consistent with the details of the corresponding Technical
Proposal (e.g. staffing schedule etc);
(ii) The commercial terms in each proposal in financial document will be checked for
compliance set forth in the Data Sheet and other clauses of the BID document.
5.7.3.2. The Evaluated Total Price for each Proposal will be determined as under:-
(i) Proposals containing financial information will be checked for computational errors or material
omissions, and prices will be corrected and adjusted as necessary. In the case of material omissions,
the cost of the relevant Proposal will be increased by application of the highest rate and quantity of
the omitted item as provided amongst the other submitted and opened Financial Proposals.
(ii) The Employer shall correct arithmetical errors on the following basis:
a. If the rate has been quoted both in words and in figures and there is a discrepancy in such
rates, then the rate in words shall prevail;
b. If the rate has been quoted either in words or in figures only, then the same shall be
considered for evaluation of the amount for the item;
c. If there is a discrepancy between the rate and the amount that is obtained by multiplying the
rate and quantity, the rate shall prevail and the amount shall be corrected; and
d. If there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected.

29
Section-2
If the Consultant that submitted the lowest evaluated proposal does not accept the correction of
errors, its proposal shall be disqualified and its proposal security may be forfeited.
(iii)If a discount has been offered in any Proposal, such discount will be applied pro- rata to the rate of
each item and the net rate shall be rounded off to 2 decimal places. The net rate so calculated shall
then be used for calculating the amount for each item. The sum of the amounts of all items so
calculated shall be the overall Evaluated Proposal Price.

5.7.3.3. The Evaluated Total Price will be worked out for all Financial Proposals as above. The
lowest Evaluated Total Price will be given a financial score of 1000 points. The other proposals will
be given financial scores that are inversely proportional to their Evaluated Total Prices. The
Following formula shall be used to calculate the financial scores :-
Sf = 1000 x Fm/F
where
Sf - Financial score of the proposal under consideration (rounded off to two decimal places)
Fm - Lowest Evaluated Total Price
F - Evaluated Total Price of the proposal under consideration

5.7.3.4. EVALUATION OF COMBINED SCORE :


Following completion of evaluation of Technical and Financial Proposals, final ranking of the
Proposals will be determined. This will be done by applying a weightage to the technical and
financial score of each evaluated qualifying Technical and Financial Proposal and then computing
the total Combined Score (S) for each Consultant as given below
Combined Score, S = (St x Wt) + (Sf x Wf) where:
S = Final score
St = Technical score
Sf = Financial score

30
Section-2
Wt = Weightage of technical score
Wf = Weightage of financial score
The weightages (Wt & Wf) to be applied to the technical and financial scores respectively shall be
as indicated in the Data Sheet. The proposal with highest combined total score will be ranked first;
second highest score will be ranked second; and so on.

However, in the event the proposals of two or more Consultants have the same scores in the final
ranking, the Consultant having obtained higher score in technical proposal shall be rated higher in
the ranking.

31
Section-2
6. Negotiations
6.1. Normally Negotiations are not allowed. However, if required, negotiations will be held at the
address indicated in the Data Sheet. Representatives conducting negotiations on behalf of the
Consultant must have written authority to negotiate technical, financial, and other terms and
conclude a legally binding agreement.
6.2. DELETED
6.3. The financial negotiations will generally relate to the financial proposal like experts remuneration
and other unit rates.
7. Confidentiality
7.1. Information relating to evaluation of Proposals and recommendations concerning contract award
shall not be disclosed to Consultants who submitted Proposals or to other persons not officially
concerned with the recruitment process until the winning firm has been notified and contract
awarded.
8. Award of Contract
8.1. The Employer reserves the right to accept or reject any proposal and to annul the bidding process
and reject all proposals at any time prior to award of contract, without thereby incurring any liability
to the Consultants. In case of annulment, all proposals submitted and specifically, proposal securities
shall be promptly returned to the Consultants.
8.2. The Employer shall award the Contract to the Consultant whose proposal is substantially responsive
to the BID Document, provided further that the Consultant is determined to be qualified to perform
the Contract satisfactorily and whose offer has been determined as first rank (having highest
combined total score) as per ITC 5.7.4 and after successful negotiations, if any, subject to ITC 8.3
below.
8.3. The Employer has the right to review at any time prior to award of contract that the qualification
criteria, as specified in ITC 1.1.2 and 1.6, are still being met by the Consultant whose offer has been
determined as first rank. A Proposal shall be rejected if the qualification criteria, as specified in ITC
1.1.2 and 1.6, are no longer met by the Consultant whose offer has been determined as first rank. In
this event the Employer shall proceed to the Proposal next in rank to make a similar reassessment
of that Consultant’s capabilities to perform satisfactorily.
9. Notification of Award
9.1. After completion of negotiations(if any), prior to the expiration of proposal validity, the Employer
will notify the successful consultant in writing through registered letter, fax and/or e-mail that its
proposal has been accepted by the Competent Authority at G-RIDE’s Corporate Office at
Gandhinagar.
9.2. The notification of award will constitute the formation of contract.
9.3. Deleted

32
Section-2
9.4. Upon the successful consultant’s furnishing of the performance security, pursuant to clause 11 of
these ITC, the Employer will promptly notify the other Consultants who submitted Proposals that
they were unsuccessful and will discharge their Proposal Security, pursuant to clause 5.4.2.
10. Signing of Contract
10.1. After the Employer notifies the successful consultant that its proposal has been accepted and the
consultant has furnished the performance security in accordance with Clause 11 of ITC, the
Employer will send Form of Contract provided in the Request for Proposals, incorporating all
agreements between the parties, to the consultant.
10.2. Within twenty eight (28) days of receipt of the Contract Form, the successful consultant shall sign
and date the contract and return it to the Employer. By mutual agreement, the contract signature
date may be postponed by up to thirty (30) days.
11. Performance Security
11.1. Within twenty eight (28) days of the receipt of notification of award from the Employer, the
successful consultant shall furnish the performance security for an amount as specified in Data Sheet
in accordance with the Conditions of Contract, using the Form 7 provided in the Request for
Proposals Section 3 or another form acceptable to the Employer.
11.2. Failure of the successful consultant to comply with the requirements of ITC Clause 10 or ITC Clause
11.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the proposal
security.
12. Contract Commencement Date
12.1. The Data Sheet indicates the anticipated date for the commencement of the contract services.
12.2. The actual date of commencement shall be within fifteen (15) days of the Notice to Proceed given
by the Employer in accordance with the provisions of clause 4 of contract agreement in Section 5
of BID.
13. Time of Completion: As indicated in Data Sheet.
14. Jurisdiction
14.1. The bidding process shall be governed by and construed in accordance with the laws of India and
the Courts as indicated in Data Sheet shall have exclusive jurisdiction over all the disputes/issues
arising under, pursuant to and/ or in connection with the bidding process.
15. Special Provisions for Micro and Small Enterprises (MSEs): - Deleted

33
Section-2
Annex 1 (Section 2)-DATA SHEET

Clause Ref. Item Data

1.2 Selection of Consultants. Quality and Cost Based Selection (QCBS) method

1.2.1 Name of the Employer Gujarat Rail Infrastructure Development Corporation Ltd.,
Gandhinagar

1.9 Validity of the Proposals 120 days from the Bid due Date.

2.1 Pre-bid Meeting: 11:30 hours on 28.06.2019


time, date and venue at G-RIDE Corporate office, 7th Floor, Block No. 6,Udyog
Bhavan, Sector 11, Gandhinagar, Gujarat 382011

2.2 Name and Address of the Director (P&P),


Employer where the
Gujarat Rail Infrastructure Development Corporation Ltd.
correspondence
concerning this Request 7th Floor, Block No. 6,Udyog Bhavan, Sector 11,
for Proposal is to be sent: Gandhinagar, Gujarat 382011

Telephone: 079-23232728/29

4.3.6 Local Taxation The Consultant is liable to pay taxes as applicable. While the
GST will be paid extra by the Employer as applicable to the
Consultant, all other taxes shall be payable by the Consultant.
G-RIDE shall be deducting taxes deductible at source as per
Tax Laws/other applicable laws in India.

Facilities to be provided Employer will arrange to provide the facilities as indicated in


by the Employer the Attachment 2 to this Data Sheet.

5.1.2 (v) Bid Processing Fee DD of INR 5900/- with validity of 90 Days from Bid Due
Date.

5.2 Address of Employer Director (Project and Planning)


where Consultant must
Gujarat Rail Infrastructure Development Corporation Ltd.
submit the proposal in
sealed cover. 7th Floor, Block No. 6, Udyog Bhavan, Sector 11,
Gandhinagar, Gujarat 382011

5.3 Deadline for Submission 18:00 hours on 25.07.2019


of Online Proposals
(Financial and
Technical)

34
Section-2
Clause Ref. Item Data

5.3 (A) Deadline for Submission 12:00 hours on 26.07.2019


of offline Proposals
(Technical)

5.4 Proposal Security INR 50.00 (Fifty) lakhs

5.4.1(I) Validity of Proposal The proposal security shall be valid upto 120 days from Bid
Security due Date.

5.5 Opening of Technical 12.30 hours on 26.07.2019


Proposals

5.5 (B) Opening of Financial To be notified later on.


Proposals

5.7.2.6 Minimum Technical 750 out of 1000


Score

5.7.4 Weightage to be applied The weightage to be applied to the technical score (Wt) : 0.80
to the Technical and (or 80%) and
Financial Proposal Score
The weightage to be applied to the financial score (Wf) : 0.20
(or 20%)

11 Performance Security Within 28 days of issue of Letter of Acceptance/Award (LOA)


@10% of the value of the accepted Contract amount and in the
same currency(ies) of the Accepted Contract amount in the
form of an unconditional Bank Guarantee for the stated
amounts in the format prescribed in Form-7 and valid for a
period of 28 days beyond issue of performance certificate
(Initially Performance Security shall be valid upto 28 days
beyond the specified completion of the consultancy contract).

12 Expected date for September 2019


commencement of
consulting services

13 Expected period of 36 months


completion of
assignment/consultancy

14 Jurisdiction of Courts Gandhinagar

Note:

1) In the event of the dates referred to in this document happen to be holidays; the next working
day shall be applicable.
35
Section-2
Annex 1 (Section 2)-Attachment 1
ATTACHMENT 1 to DATA SHEET
HURDLE CRITERIA
1. General:
1.1. The evaluation of valid proposals received shall be carried out by the Tender Committee (TC) on
the basis of responsiveness to the TOR and the criteria specified below.
1.2. The proposals received by G-RIDE in response to BID shall be examined in five stages as under:

S.No. Particulars Criteria Remarks

1. Responsiveness Hurdle Includes submission in accordance with the


guidelines in the `Instructions to Consultants’.

2. Hurdle Based Hurdle To be evaluated as per Clause 5.7.2.2 of Section 2


Technical Evaluation

3. Quality Based Marking System To be evaluated as per Clause 5.7.2.3 to 5.7.2.6 of


Technical Evaluation Section 2

4 Financial Evaluation Marking System To be evaluated as per Clause 5.7.3 of Section 2

5 Combined Score Rank System To be evaluated as per Clause 5.7.4 of Section 2


Evaluation

2. Responsiveness: To be examined as under:

Required
S. No. Item
Response

In case the consultant being interested in availing themselves benefits extended


to MSEs in terms of ITC clause 15, has the Consultant enclosed the proof of their
1) being MSE registered with agencies and supporting document(s) indicating N.A.
terminal validity date of registration which is a date after the deadline for
submission of proposals?

2) Has the Consultant Paid the BID document Cost? Yes

3) Is Proposal Security furnished? Yes

4) Is the proposal received prior to Deadline? Yes

5) Is the Financial proposal in a sealed envelope? N.A.

6) All the pages of proposal are numbered and initialled? Yes

36
Section-2
Required
S. No. Item
Response

7) Submitted P.O.A.? Yes

8) Submitted audited Balance Sheets for last 3 financial years? Yes

9) Is the Consultant registered in India? Yes

10) Has the firm submitted audited financial data for last 3 financial years in Form 5 Yes
& Form 10?

11) Has the firm submitted data regarding experience in Form 4? Yes

12) Has the Consultant submitted CVs of Project Manager(s) and Resident Yes
Engineer(s)?

13) Has the Consultant any conflict of interest? No

14) Is the Consultant involved in any fraud and corrupt practices? No

15) Has the consultant submitted affidavit that he is not disqualified under clause Yes
1.1.2 (VII) of Section 2?

16) Has the Consultant submitted undertaking from the parent/holding company as Yes/Not
per ITC Clause 1.1.2(I) in Form 14? applicable

17) Whether undertaking for Staffing Schedule, approach and methodology has been Yes
submitted by the Consultancy firm in Form 1A?

18) PERSONNEL:
Whether undertaking to provide Personnel, other than Project Manager(s) and
Resident Engineer(s), with qualifications and experience, as stipulated in the BID
Yes
document, has been submitted by the Consultancy Firm in Form 1A?

37
Section-2
Annex 1 (Section 2)-Attachment 2
SITE FACILITIES FOR CONSULTANTS
(To be provided by Employer)
(SCH C OF EPC CONTRACT)
ATTACHMENT 2 to DATA SHEET
1. Project facilities

The EPC Contractor shall construct the Project Facilities in accordance with the provisions of this
Agreement. Such Project Facilities shall include:
1.1. Civil works, signalling and telecom
a. Resting facilities at main office (For Officers & Subordinate)
b. Resting facilities at provisional office (For Officers & Subordinate)
c. Sub stations
d. Lighting
e. Water harvesting
f. Project network with project monitoring software like MS project/ Primavera along with closed user
telecom group, fax and e-mail facilities and mobile communication network for project monitoring.
g. Main site offices, provisional office at Becharaji & site huts for Authority’s Engineer.
h. Biometric attendance system in project area offices networked with G-RIDE/ BRCL office.

1.2. Railway electrification


a. Danger and caution boards
b. Protective screens
c. Earthing arrangement for structures

2. Description of project facilities

Each of the Project Facilities is described below:


2.1. General

The EPC Contractor shall provide for the use of the Authority’s Engineer, office accommodation,
equipment, communication & drawing facilities throughout the course of the work and for such period of
time during the Defects Liability Period as the Authority’s Engineer may require. The details of the
accommodation & the other facilities are detailed below:

The stipulations mentioned hereunder regarding facilities and manpower is minimum and no way meant to
violate/ supersede any statutory provisions under law. Contractor is bound to obey all provisions of tall
enforceable law of the land.

All the facilities under this clause will continue to be maintained by the Contractor free of cost till the Defect
Liability Period is over.

38
Section-2
2.2. Main Site offices
2.2.1 Accommodation for the Authority’s Engineer shall consist of one site offices with total plinth area
of 510 sq. mt. to be constructed/ hired by the Contractor at Becharaji, within Four months from the
date of commencement of the works as per para 3. In case of delay beyond Four months in provision
of the accommodation either through construction or hire, penalty @ Rs 50,000/- Per week per or
part thereof will be imposed. Prior to construction, plan of site office shall be get approved from
Authority Engineer.
2.2.2 The site office should remain open for 24 hours a day and 7 days a week i.e. round the clock till the
defect liability period is over.
2.2.3 Site Office shall have chambers / rooms for PM, Resident Engineers, Project Head of GRIDE and
for other PMC personnel, Conference Room, pantry and kitchen area, toilets etc. for the proper
functioning of the site office shall be provided as required.
2.2.4 Materials used for the construction of the offices shall be new and of good quality. Materials shall
be chosen such that the buildings when erected shall give good ventilation, heat and sound insulation.
2.2.5 All buildings shall be supplied with continuous (24 hour) running potable cold water to the kitchens
and wash rooms. The toilets may use raw water for flushing. The Contractor shall also arrange for
the constant and hygienic disposal of all effluent, sewage and rubbish from the buildings.
2.2.6 All buildings shall be supplied with electricity, AC 240 Voltage 50 C/S that shall be distributed to
each room in accordance with the Regulations. Lighting and electrical power points shall be
provided in each room. The disposition and location of light and power points will be as directed by
the Authority’s Engineer. 24 hours power supply is to be arranged by contractor to meet full power
load. Site office will be fully air-conditioned by providing with Air Conditioners of appropriate
capacity.
2.2.7 Fire-fighting equipment shall be provided in accordance with the local recommendations.
2.2.8 The Contractor shall also carry out Aerial survey and videography by Unmanned Aerial Vehicle
(UAV)-drone at an appropriate height for the purpose of capturing details of all structure and arrange
processing to generate output and submission of digital data/digital image/video in Compact
Disks/Pen drives at the end of every six months.

2.3. Furniture and other office equipment


2.3.1. The EPC Contractor shall supply and maintain the following new furniture and equipment to the
Authority Engineer’s offices within seven days of the date of commissioning of site office until the
Defect Liability Period is over
S.No. Description Nos.
1 Conference table (at least 4000mm x 1500mm) 1
2 Conference chairs 16
3 Glass-fronted lockable bookcase 6
4 1800mm x 1200mm double pedestal desk 2
5 1200mm x 900mm single pedestal desks 8
6 Swivel office chair with armrests 12
7 Swivel office chair without armrests 4
8 Typist chair 2
9 Visitors chair 16
39
Section-2
S.No. Description Nos.
10 4-drawer filing cabinet 4
11 Plan chest (A 0 size) 1
12 1500mm x 900mm tables 15
13 Steel lockable cupboard 6ft high with internal shelves 6
14 Computer table with Revolving Chair 10
15 Sofa Set 2
16 Plane rack with holders As one thinks fit
17 Drawing Hangers As one thinks fit
18 Drawing Cabinets 4
19 Waste paper can 30
20 Display Boards (Wall Type) 4
Fully automatics camera with date and time recording
21 1
facility loadable to a PC
22 Multi-Functional Movie projector (with screen) 1
23 Refrigerator (250 Liters) 1
24 Crockery/Cutlery Set 10 sets
25 Rain coats (various sizes) 10
26 Pair Safety boots (various sizes) 15
27 Flashlight with batteries (LED Type) 15
28 Wall clock 2
29 Lockers 15
Tele-facsimile transmission/reception facility connected
30 1 set
to a dedicated line with STD facility
31 First aid kits for up to 36 persons 2
32 Safety helmets 15
33 Safety harness 15
34 Day-glow waistcoat 20
35 Pairs industrial safety goggles 6 pair
36 5 L kettles 1
37 2 L kettles 2
38 Potable water dispenser with hot/cold Taps 1
39 Cups and plates 20 sets
(As required conforming to the
40 Fire extinguisher
stipulations of Local authorities).

The EPC Contractor shall ensure uninterrupted supply of electric power for running of each site office
by providing stand by power source sufficient for running all the appliances in the office excluding the
air conditioner.
The contractor shall supply tea/coffee/ biscuits two times in a day for users of the office free of cost.

40
Section-2
Note: In case of failure to provide the equipment within One week after commissioning main office,
penalty @ Rs. 5000/- Per week or part thereof will be imposed.

2.4. Transport

2.4.1. General

The Contractor shall provide road transport (for the use of the Authority and the Authority’s Engineer
within one month from the date of commencement of the works) as under:-
2.4.2. Road Transport
a) The vehicles shall be new and maintained by the Contractor in good roadworthy condition including
daily cleaning. The vehicle shall be replaced with a new vehicle after a maximum run of 75,000 Km
or three years whichever is earlier.
b) The Contractor shall employ and make available competent drivers fully licensed to operate the
vehicles as and when required by the Authority’s Engineer. The Contractor shall replace drivers at
the request of the Authority’s Engineer.
c) The vehicles shall be licensed and insured for use on the public highway and shall have
comprehensive insurance cover for any qualified driver together with any authorised passengers and
the carriage of goods or samples.
d) The Contractor shall provide fuel, oil for running of each vehicle and ensure maintenance in
conformity with the vehicle manufacturer’s recommendations and all relevant toll and parking
charges incurred in connection with the Works. The vehicle shall be provided day and night as
required by the Authority’s Engineer or his representative.
e) A suitable replacement shall be provided by the contractor for any vehicle out of service. If
the contractor at any time fails to provide vehicle(s) or substitute vehicle(s) for a minimum 28
days / month, an amount of Rs.1500 per day for each vehicle (that the Contractor failed to
provide) shall be recovered from the Contractor.

2.4.3. Number of Vehicles

The Contractor shall provide the following type of vehicles as per requirement indicated by the
Authority’s Engineer within one month of the date of commencement.

Total vehicle months for


Type Number of Vehicles
(36+12) 48 months
Innova / Toyota creta or
1 48
Similar
Tata Sumo, Bolero,
1 48
Scorpio or similar
Total 2 96

Note : Each Vehicle supplied should ply max 3,000KM per month.
41
Section-2
The vehicle requirement given above is the maximum requirement of the vehicles at a time.
However, requirement in a particular period will be intimated by the Authority’s Engineer to the
contractor on programme basis at least 7 days before the actual date of requirement. The Contractor
shall withdraw particular vehicle(s) if the same is not further required by the Authority’s Engineer
if so directed. In such cases the instructions shall be given in writing 7 days in advance. The
requirement during the Defect Liability Period will be quite less than the maximum requirement
mentioned above.
During initial deployment of any/all vehicle, the vehicle shall not be more than one year old.
2.4.4. Duration of Transport Requirements

Transport for the Authority’s Engineer shall be provided so as to cover the entire completion
period(s) and Defect Liability Period(s). The transport so provided, shall continue to be the
property of the Contractor.
2.5. Office maintenance

The contractor is required to maintain the offices throughout the contract period and provide the
following, but not limited to:
I. Pay all electricity charges.
II. Reimburse telephone bills for the use of telephone, up to Rs 3000/- per month for each external
landline connection
III. Pay all water charges.
IV. Carry out necessary repairs to office and equipment as and when required.
V. Day - to - Day cleaning and maintenance and watch & ward etc.
VI. The contractor shall provide within Two months from the Date of Commencement following
personnel in the office as required for Watchmen / Security (3 shifts of 2 men in a shift, till the
defect Liability period is over)

Note: In case of delay beyond One month beyond commissioning the office, penalty @ Rs
5000/- Per week or part thereof will be imposed.
2.6. Equipment for use of the authority’s engineer

The Contractor shall provide at his own cost new equipment and software as listed below and
maintain them for the exclusive use of the Authority and the Authority’s Engineer. The Contractor
shall provide and maintain the following equipment for the use of the Authority’s Engineer and the
Authority within one month from the date of commencement of the office until the defect liability
period is over. On completion of defect liability period, the equipment shall be property of the
Authority.

With minimum specification of Intel Core i7,3.5 GHz,3MB


All in one Desktop Cache, 4 GB DDR3 RAM, 500 GB Hard Disk Drive, DVD
A
Computers – 10 sets writer,18.5” colour TFT monitor,10/100 LAN card, Modem Card,
Operating system-Windows 8 professional or higher preloaded

42
Section-2
with media and documentation and certificate of authenticity and
Microsoft Security Essentials preloaded antivirus software.

The A4 size printer shall be all-in-one Colour LaserJet having


Printers- 7 nos./ (A4
features of Fax, Scanner and Printer, A3 size printer shall be
B size-5 nos.,/ A3 size-2
Colour office jet with a print speed of up to 8 pages at 800 dpi or
nos.)
more.

Large Format Plotter -


C HP Model c6084A (3800CP 54 colour plotter) or similar /better
1 no.

Microsoft Office latest release (2013)


Application Software AutoCAD 3D 2015
D (installed on all
systems provided) MS Project/Sure Track/Oracle based Primavera
PDF Converter/Professional

Colour Scanner-2 nos.


E
(A3 size)

For paper prints capable of reduction and copying A3 & A4 size


Xerox Machine- 2
F paper with Automatic document feeder capability and sorter
nos.
(Canon IR 2020 or similar/better)

With sufficient power backup (minimum backup of 30 minutes)


G UPS system
to meet the sufficient power load in case of power disruption.

Surge Protection
H One for each computer and printer as given above
Devices

Is to be AC 240 volts, 50 Hz from normal building wiring circuit


Power supply for mains, power regulator, stabilizer or transformer should be
I
systems supplied by the Contractor for the computer systems such that the
systems can function efficiently.

2 MBPS internet connection with Wi-Fi facility so that multiple


J Internet
devices can be connected for each site office.

Ink, Cartridges for PCs, Printer, Photocopier including AMC for


K Required Spares
the machines to ensure defect free operations.

L RO machine-1 no. Of required capacity

M Water Cooler-1 no Of required capacity

Note: In case of failure to provide the equipment including original software & internet connectivity within
one month from commencement the office, penalty @ Rs 5000/- Per week or part thereof will be
imposed.

43
Section-2
2.7. Temporary works
2.7.1. Scope of Work
2.7.1.1. All necessary Temporary Works adequate for the realization of the Works such as Temporary
Facilities and Temporary Utility Services shall be provided and maintained by the Contractor for
his own use, for his sub-contractors, the Authority’s Engineer and the Authority unless otherwise
authorized by the Authority’s Engineer.
2.7.1.2. The Temporary Facilities including, but not limited to, offices, warehouses and material stock
areas as well as the Temporary Utility Services including, but not limited to, power, lighting,
water and communication shall be provided, equipped, and maintained in good conditions until
the issue of Taking-Over Certificate.
2.7.1.3. The Contractor shall ensure that the Temporary Facilities and Services do not interfere with the
Permanent Works or prevent the installation, commissioning and testing of the Permanent Works
and works and services of Other Contractors. Where necessary the Contractor shall divert or
relocate the temporary facilities / services in the course of the works at his own cost.

2.7.2. Submittals
2.7.2.1. Technical Design Submission
The contractor shall submit the Temporary Works Drawings and the Temporary Works Design
Report which detail adequate scale, location and all arrangements of the Temporary Works to the
Authority’s Engineer for review within 90 days after the Appointed Date except for the items as
described in para (4), (7) and (8) herein below, submissions in respect of the same shall be made by
the time when the Final Technical Design Submission is made. The Temporary Works to be carried
out shall be consistent with the plan submitted by the Contractor with his technical proposal in his
Bid together with any subsequent developments and / or changes subsequently agreed to by the
Authority / Authority’s Engineer. The Temporary Works shall include but not limited to the
following:

1) Contractor’s camp:
Detailed drawings at scale 1 :500 showing the camp layout, buildings, road recreation areas, all
public utilities, etc., and drawings at scale 1:50 showing type building construction details with
specifications
2) Offices, parking areas, warehouses, storage areas, and medical care services: Drawings and
specifications for the establishments and facilities with appropriate details and First Aid Station.
3) Water supply, sewerage, sewage treatment and disposal, power supply and illumination,
communication services (basically mobile phones and land phones), firefighting services
Detailed design for industrial and potable water supply to the camps and working areas as well as
sewerage systems, sewage treatment and disposal system based upon estimated number of users.
Detailed layout drawings for electrical installations and distribution system at the Site and Work
Areas, showing power sources, voltages, outlets, and routing of power lines
4) Temporary construction works including support systems for deep excavations, cofferdam and the
support, concrete formworks and its support, temporary bridges and staging and so on.
5) Access routes including temporary road works to all locations necessary to be reached in the course

44
Section-2
of construction in the Site and the Work Areas including public road diversions
6) Equipment pools and mechanical workshops
7) The detailed plan for operation of the Borrow Areas and Quarries as detailed hereinafter including
approach roads
8) The Stockpile areas as detailed hereinafter including approach roads.
9) Concrete batching & mixing plant and crushing plants, including cement storage:
Detailed design and drawings including manufacturer's drawings and foundation drawing with the
supporting design calculations prepared by the Contractor for concrete batching & mixing plant and
crushing plants in accordance with the requirements of the pertinent provisions of the Specifications.
10) Fabrication Yard, Casting Yard including casting bed, lifting, curing and stacking system for pre-
cast concrete elements along with the supporting design calculations and drawings
11) Transporting, handling and launching system for the precast concrete elements / steel fabricated
elements including design and drawings for launching truss / girder etc.
12) Material testing laboratories
Detailed breakdown of all equipment to be used for material testing in field and in laboratories in
accordance with the requirements of the pertinent provisions of the Specifications.
13) Explosives magazines- their proposed locations and operation plan
14) Security and safety arrangements
All arrangements shall comply with the relevant provisions.
15) Layout and drawings for offices for the Authority’s and the Authority Engineer's staff.
16) Project Sign boards and diversion boards.
17) Barricades and other temporary walls and alike with pertinent design considerations & drawings
containing details such as height, material, colour scheme, Logo, anchoring mechanism etc.
complying the requirements.

2.7.3. Temporary Facilities for the Contractor's Use


A. Contractor’s Site Offices, Warehouses, Material Yards
a. The Contractor shall provide and equip, for his own and his subcontractors' use, main and
secondary offices, warehouses, materials stock areas, fuel storage areas and explosives
magazines, all of which shall be constructed and furnished for use within 120 days after
the Appointed Date and maintained in good conditions until the issue of Taking-Over
Certificate.
b. Listed hereunder are the buildings, shops and warehouses expected to be constructed and
equipped by the Contractor for his use in the performance of the Work under this Contract,
in addition to facilities explicitly specified elsewhere in this Contract:

a) Mechanical repair shop


b) Electrical repair shop
c) Metalwork and wood fabrication shop
d) Main warehouse and tools & parts store
e) Bulk cement silo
f) Bagged cement store
g) Spare parts store

45
Section-2
h) Testing facilities & site laboratory

B. Land for temporary facilities for Contractor's Use

Wherever available, the Contractor shall be allowed to use Railway land for carrying out his
Temporary Works including stock piling of ballast and other materials but excluding the
Borrow Pits and the Quarries subject to the consent by the Authority’s Engineer. Any land
required in excess of that shall have to be arranged by the Contractor using his own resources
and at his own cost under due intimation to the Authority’s Engineer.
C. Borrow Areas and Quarry
1) It shall be the responsibility of the Contractor to arrange for the borrow areas (for fill
material) and quarry sites (for ballast, aggregates and rock material) using his own
resources and at his own cost. The Contractor shall have to carry out his own investigations
and verify about their approach, availability, sufficiency, quality and quantity of the
material from the sources. The Contractor may also arrange additional borrow areas and
quarry sites as required by him and at his own discretion. No claim whatsoever shall be
entertained by the Authority in this regard.
2) All the charges whatsoever towards royalties, taxes & duties, cess, cost of temporary land
etc. as applicable for arranging the borrow areas and quarry sites including for the material
extracted there from shall have to be borne by the Contractor.
3) Before commencing operations in each of the borrow areas and quarry site, the Contractor
shall submit a detailed plan of his operations and demobilization/ grading & finishing etc.
in respect of the same to the Authority’s Engineer for his consent along with relevant
drawings. The details shall be submitted as part of Temporary Work Design Report and
Temporary Works Drawings.
4) The quality of fill material, ballast and aggregates etc. extracted from borrow areas and
quarry sites shall meet the requirements of Specifications and subject to consent of the
Authority’s Engineer
5) No Borrow areas, quarry sites and installation of rock crushers shall be permitted within
the ROW of the Project.
6) On completion of the work, the Contractor shall leave the borrow area site in a safe and
stable condition
7) The Contractor shall indemnify the Authority against all claims in relation to the borrow
areas and quarry sites during and after the Works are completed.

D. Stockpile Areas
1) The Land available within the ROW at each Station has been indicated in the respective Station
drawings enclosed in the Reference Drawings. The same may also be used by the Contractor for
stacking of ballast and other materials, subject to consent of the Authority’s Engineer.
2) The Contractor may also arrange additional stockpile areas as required by him at his own
discretion and cost.
3) The location and size of the Stockpile Areas proposed by the Contractor shall be subject to
consent of the Authority’s Engineer. The Authority Engineer's consent may be withheld for any
of the following reasons:
46
Section-2
If the Stockpile Area, or access into them, in the opinion of the Authority’s Engineer:
a. Will have a detrimental effect on the natural and social environment;
b. Will disturb drainage system around the Stockpile Areas;
c. Would constitute a danger to the public; or
d. Becomes too high stockpile as decided by the Authority’s Engineer.

4) Before commencing operations, the Contractor shall submit detail drawings of the proposed
Stockpile Areas together with the proposed method of operation including stockpile heights,
runoff / dust control measures, access road layout, drainage and measures to be taken for
restoration etc.
5) On completion of stockpile operations, the Contractor shall reinstate the Stockpile Area in a safe
and stable condition.
6) The Contractor shall indemnify the Authority against all claims in relation to the Stockpile Areas
during and after the Works.
7) All the soil excavated in the ROW shall be the property of the Authority and shall not be removed
from the Site without the consent of the Authority’s Engineer / Authority and shall be used for
the Works to the extent feasible.

E. Concrete Batching & Mixing Plant and Crushing Plants

1) The Contractor shall plan, install and erect all necessary concrete batching & mixing plant and
crushing plants of sufficient capacity to meet the planned peak requirements during construction.
The capacity of the plants shall be subject to consent by the Authority’s Engineer. All control
and measuring equipment shall be regularly calibrated. The Contractor shall submit the
Authority’s Engineer the results of the calibration regularly.

F. Material Testing Laboratories


1) The Contractor shall build and equip adequate Material Testing Laboratories on the Site and / or
at the Work Areas for sampling and testing of materials for concrete, earth or any other materials
as specified in the Specifications. The location of the Material Testing Laboratories shall be
consented by the Authority’s Engineer.
2) The laboratory shall be located in a building properly equipped with electricity, water, air-
conditioning etc., and shall have enough room for storing the samples.
3) The equipment to be supplied and the methods of testing shall be in accordance with the relevant
Indian Standards specified in the Specifications and / or as described in the respective Manual.
All apparatus and equipment shall be brand new and of the latest design and manufactured by a
reputable manufacturer. The proposed type and number of items of laboratory equipment shall
be presented to the Authority’s Engineer prior to purchase.
4) The equipment and apparatus shall be calibrated before the testing starts and at regular intervals
as specified by the manufacturer and as directed by the Authority’s Engineer. The Contractor
shall submit the results of the calibration to the Authority’s Engineer regularly.

47
Section-2
5) The constructor shall complete the construction and installation of the facility for operation
within 120 days after the Appointed Date and operate and maintain the facility until the issue of
Taking-Over Certificate unless otherwise authorized by the Authority’s Engineer. The Contractor
shall also make all facilities and services available to the Authority’s Engineer as required. All
sampling and testing to be undertaken shall be under the direct supervision of the Authority’s
Engineer. The Material Testing Laboratory shall be run by Contractor’s personnel fully
experienced in sampling and testing of materials, and quality control.
6) Specialized testing which may be required, and which cannot be performed in the Contractor's
laboratory due to lack of time or equipment shall be assigned to an independent organization
having NABL Accreditation and duly consented by the Authority’s Engineer. The Contractor
shall accept all results, instructions or restrictions stipulated by the Authority’s Engineer based
on such tests.
7) In case of failure to established functional lab facilities as per the agreed program the penalty of
Rs. 50,000 /- per week or part there of shall be levied.

G. Communication Systems
The Communication System to be applied to the project shall be basically the Mobile Phone Base
Communication System. The Contractor shall establish the Mobile Phone Base Communication
System Plan solely dependent on ready-to-use mobile phones for internal and external
communication and submit the plan to the Authority’s Engineer for consent The Contractor shall
ensure that his Communication System is available for communication with the Authority’s
Engineer and Authority within 30 days after Appointed Date and shall maintain the same until
completion of the Defect Notification Period.
H. Contractor's Camp
1) The Contractor shall provide adequate camping facilities for the use of his employees /
staff and those of his sub-contractors. Camping facilities shall have adequate sanitary
facilities including sewage disposal system, medical service, drainage, fire control and all
utility services (potable water, power etc.) and shall comply with statutory requirements.
2) Contractor's Employee's Camp can be located at the land available within the ROW
wherever available subject to the consent by the Authority’s Engineer. If any additional
area is required by the Contractor for the purpose, the same shall have to be arranged by
the Contractor at his own cost
3) No camp construction shall commence until the Contractor's drawings and specifications
have been consented by the Authority’s Engineer.
4) Camp facilities shall be provided to meet the requirements of the maximum anticipated
work load and labour force. These facilities shall be available and full operational within
120 days after the Appointed Date and maintained in good conditions until the issue of
Taking-Over Certificate unless otherwise authorized by the Authority’s Engineer.
5) The Contractor’s camp shall comply with the applicable laws, Codes and Standards.
6) The Contractor shall be responsible for keeping the camp, and the buildings within it, in
good hygienic conditions. The standards and regulations presently in force in India with
regard to personnel treatment, sanitary conditions, and fire and accident prevention shall
be duly taken into account.

48
Section-2
I. First Aid Stations
1) The Contractor shall comply with the applicable laws and health standards presently in force in
India. In the event of an epidemic breaking out, the Contractor shall carry out and comply with
all orders, arrangements or regulations which may be issued by the Government or local
authorities.
2) The Contractor shall construct, equip, and maintain the First Aid Station at adequate locations on
the Site and at each and every camp.
3) These facilities shall be fully equipped and staffed as per the applicable regulations in force.
These facilities shall be available and fully operational within 120 days after the Appointed Date
and maintained in good conditions until the issue of Taking-Over Certificate unless otherwise
authorized by the Authority’s Engineer.
4) Medical services in the First Aid Stations shall be under the direction of a licensed doctor and
nurses on the same working hours as the Works throughout the duration of the construction.
5) Standing arrangements shall have to be made with the nearest general hospital for providing
treatment in case of emergencies and serious cases

The Contractor shall summarise the design of all his Temporary Facilities in the Temporary Works
Design Report and Drawings.

2.7.4. Temporary Utility Services for the Contractor's Use


Power Supply and Illumination
1) The electric power supplies for the Temporary Facilities including but not limited to Contractor's
camps, offices, Site, Work Areas and other facilities as described herein shall be arranged by the
Contractor at his own cost. If water & Electricity connections are available and provided to the
Contractor for Project facilities, they will be charged as per the extant rules of Railways.
2) The Contractor shall install, operate and maintain its own electrical distribution systems for the
power supply for his Temporary Facilities including Site, Work Areas.
3) The Contractor shall also furnish, install and keep operational the diesel power generating facilities
of such capacity what he considers necessary to prevent the interruption of the Works.
4) The Contractor shall ensure adequate illumination for all his operations at the Site and at the camp.
According to National Building Code of India (2005) the minimum intensities for illumination in
general shall be as follows:
Area of Operation Luminous Intensity (to decided)

(a) General construction areas, outdoor concrete placement, 20 Lux


active storage areas, loading, platforms, re-fuelling, and
field maintenance areas

(b) Indoor construction areas 150 Lux

49
Section-2
(c) General construction plat and shops, e.g. batching plants, 100 Lux
mechanical and electrical, equipment rooms, carpentry
shop, active storerooms, barracks or living quarters,
lockers or dressing rooms, mess halls, and
indoor toilets.

(d) First aid stations, infirmaries, and offices 300 Lux

(e) General interiors warehouses, corridors, hallways and 100 Lux


exit-ways

(f) Welding 150 Lux

Water Supply
1) The Contractor shall design, install, operate and maintain water supply systems including pumps,
piping system, valves, storage tanks etc, at the Site with respect to:

a) Industrial water supply system;

For construction use meeting the quality requirements as specified in Specifications

b) Potable water supply system:

For supply to all the Temporary Facilities including but not limited to Contractor's camps, offices,
Site, Work Areas and other facilities for human consumption and use.

In case the Contractor plans to install bode well for water supply, he shall thoroughly investigate
the relevant legislation and regulations imposed by the competent authorities and the installation
shall be subject to approval by the said competent authorities and/or consent of the Authority’s
Engineer.
2) Throughout the duration of the construction, the Contractor shall take samples from all water
supplies at regular intervals and test it for its suitability for the intended use.
Sanitation and Sewerage
1) All Sites, offices, workshops, laboratory, camp and other buildings etc. shall be provided with
sanitation and sewage handling & disposal system complying with the statutory requirements and
applicable laws, Codes & Standards.
2) If required, portable chemical toilets shall be provided and maintained by the Contractor for the
use of all personnel at all work locations.
Waste and Garbage Disposal
1) The Site and the Work Areas shall be kept clean and free of refuse at all times.
2) The Contractor shall collect waste material and garbage from Site, camp, office, yards and
workshops on a daily basis and dispose of the same in the approved area and as per the guidelines
prescribed by the local authorities. No waste of any kind shall be deposited in any watercourses.
Fencing and Site Security and Safety
50
Section-2
1) The Contractor shall be responsible for the security and safety of site. Accordingly, the contractor’s
offices, workshops, and storage compounds, campsites, all construction areas, storage areas shall
be adequately fenced, gated, lighted and guarded round the clock. Firefighting equipment shall be
provided in accordance with the applicable Codes and requirements of local authorities.
2) The explosive magazines comply with the relevant regulations of India and shall be at the locations
approved by the competent authorities. Detonators and fuse shall be stored in separate magazines
away from explosives. In no case they shall be transported in the same vehicles with explosives.
Explosive magazines shall be kept locked and keys accounted for at all times.
3) The Contractor shall be responsible for any losses occurring within the Site premises.

The Contractor shall install, furnish all these facilities within 120 days after the Appointed Date and
maintained in good conditions until the issue of Taking-Over Certificate.

Inspection by the Authority or Authority’s Engineer


The Authority and the Authority’s Engineer have the right at any time to inspect any part of the
Contractor's Temporary Facilities and to require immediate rectification to comply with the specified
requirements.
Final Clean-Up
1) Upon the Completion of Works, or when any of the plants and facilities have completed its
functions, the Contractor shall dismantle and demobilize the temporary facilities and remove
all refuse, debris, objectionable material, and fill, grade and dress all the areas to its original
condition as it was before commencement of the Work.
2) No demobilization or removal of temporary facilities and equipment shall be made without
prior consent of the Authority’s Engineer.

2.8. Temporary facilities for the use by authority and authority’s engineer
2.8.1. Site Office and Huts
1. Requirements

The Contractor shall design, construct, equip and furnish the site office and huts for the
Authority’s and Authority Engineer's use at the time specified below. The Contractor shall also
maintain the site office and the huts in good conditions and provide services including, but not
limited to maintenance of the office equipment and furniture, repairing and mending, cleaning,
consumable replenishment in respect of toiletries, cartridges for the plotter and colour laser
writers, first aid box, batteries / battery cells, drinking water etc.
Design of all the Site Offices and Huts shall be submitted to the Authority’s Engineer for review
prior to commencement of the construction of those facilities. Details of the Authority
Engineer's site office including a provisional site office and huts are described in the following
paragraphs.

All furniture, furnishing, fittings and fixtures and equipment etc shall be of the configuration,
make and quality as consented by the Authority’s Engineer.
51
Section-2
Unless otherwise stated herein below, all the site offices and huts including all furniture,
furnishings, fittings & fixture and equipment etc. as provided by the Contractor for the use of
Authority’s Engineer / Authority shall be the property of the Authority after issue of Taking-
over Certificate.
1) Provisional Site Office

Within 60 days after the Appointed date, one provisional site of approx. area 165 sqm. office
shall be constructed and furnished and maintained in good condition for use while the main
site offices are being constructed. In case of delay beyond 60 days, a penalty of Rs. 25,000/-
per week shall be levied.
2) Authority Engineer's Main Site Office

Within 120 days after the Appointed Date, unless otherwise authorized by the Authority’s
Engineer, the Authority Engineer's Main Site Office of approx. area 510 sqm. shall be
constructed in the same Junction Stations or Crossing Stations as the Contractor constructs his
main office and fully furnished as described in the following clauses, and maintained in good
conditions until the issue of Taking-Over Certificate unless otherwise authorized by the
Authority’s Engineer.

3) Site Huts

Within 60 days after the Appointed Date, the Site Huts shall be prepared for use at every
Junction Station and Crossing Station except the station where the Authority Engineer's Main
Site Office is located and maintained in good conditions until the issue of Taking-Over
Certificate unless otherwise authorized by the Authority’s Engineer. In case of delay beyond
60 days, a penalty of Rs. 25,000/- per week for each location shall be levied.

2. Provisional Site Offices


1) The provisional site office shall be constructed, using the consented materials. They shall be capable
of being dismantled but of sound, weatherproof construction and shall be provided with lockable
doors and windows, mosquito screens, appropriate HVAC systems, mobile sanitary facilities,
lighting power supplied by diesel generator unit(s).
2) The provisional site office shall have internal partition walls and doors, and shall contain at least the
following rooms:

Room Designation Floor Area (m2)

Resident Engineer 15

Principal Office 15

General Office 50

Meeting Room 50

52
Section-2
Wash Rooms/Stores/ Miscellaneous with shelving as 35
required

Total Area 165

3) The furniture, furnishings, fittings & fixture and equipment etc. to be provided for the Provisional
Site Office shall be of make brand, model, type, size, capacity as approved by the Authority’s
Engineer / Authority. All the said furniture, furnishings, fittings & fixtures and equipment as
provided by the Contractor for the Provisional Site Office may be shifted to the Authority Engineer's
Main Site Office and shall be adjusted against the quantities of furniture, furnishings, fittings &
fixtures and equipment required for the Authority Engineer's Main Site Office.

3. Authority Engineer's Main Site Office


1) The area surrounding the office shall be well Drained and provided with concreted pavements,
walkways, and parking areas for the Vehicles.
2) The Authority Engineer's Main Site Office building shall be of sound design and of the material as
approved by the Authority’s Engineer, complying with national building codes. The office shall be
weatherproof, lined inside with plywood, and painted internally and externally. Floors shall be tiled
and floor to ceiling height shall be as consented by the Authority’s Engineer. Each room having an
internal wall shall have at least one screened window. The office building shall have two external
lockable doors with screened storm doors. Electricity supply and receptacles shall be provided in
various locations appropriate to the usage of the rooms. Rooms shall be well lighted, appropriate
HVAC systems with temperature control and other necessary building services as described in the
National Building Code of India.
3) The Authority Engineer's Main Site Office shall be furnished as referred to the following parameters
and the design shall be submitted to the Authority Engineer for review.
S. Min. Area Min. Tot. Area
Room No. & Designation No. of Rooms
No. (m2) (m2)

Project Manager Office with washroom(PM,


1 1 40 40
Secretary & Engineer)

2 Dep. Project Manager (Dy. PM & 1 Secretary) 1 20 20

3 Senior Engineers 3 35 105

4 Jr. Engineers/Surveyors 5 12 60

5 Project Head G-RIDE 1 40 40

6 Conference Room-1 (Main) 1 50 50

7 Conference Room-1 (small) 1 20 20

8 Administrative Office 1 60 60

53
Section-2
S. Min. Area Min. Tot. Area
Room No. & Designation No. of Rooms
No. (m2) (m2)

9 Filing room 1 10 10

10 Store 1 10 10

11 Drivers 1 10 10

12 Lobby/Display 1 10 10

13 Kitchenette 1 10 10

14 Washrooms 2 5 10

15 Printing room 1 10 10

16 Corridors + Misc. 4 10 40

Total Area
505
(minimum)

4) Plumbing fixtures shall be standard types made out of porcelain or stainless steel and all pipe work
and fittings shall be polyvinyl chloride (PVC). All works, materials and fixtures shall comply with
the national plumbing code, sanitary engineering standards, and other applicable regulations.
5) The equipment and furniture to be provided are listed in Table below and shall be of make / brand,
model, type, size, capacity as approved by the Authority’s Engineer / Authority.

4. Site Huts
1) The Site Huts at Junction Stations and Crossing Stations shall be constructed in the same conditions
and specifications except dimensions of the buildings as described those of the main site office
above.
2) Every site hut shall be furnished as referred to the following parameters and the design shall be
submitted to the Authority’s Engineer for review.
S. No. Room no. & Designation no. of Rooms Min. Area (m2) Min. Total Area (m2)

Engineers & Authority


1 1 60 60
Engineers

2 Washrooms 1 5 5

Total area (minimum) for each of site huts 65

The furniture, furnishings, fittings & fixture and equipment etc. to be provided are listed in Table at the
end of this Appendix and shall be of make / brand, model, type, size, capacity as approved by the
Authority’s Engineer / Authority.

54
Section-2
5. Resting facilities-

In addition to the area indicated above, for officers & subordinates Rest House facilities of a minimum
plan area of 200 sqm for main site office and 100 sqm for provisional site office shall be provided by
the Contractor. These rest houses shall have facilities for an overnight stay. The facilities would include
air-conditioning, water-purifiers, beds and beddings (including regular replacement thereof) and all
other appropriate items. Each rest area shall be fully furnished and equipped with Kitchen, mess hall
and WCs/Showers with proper water supply and sanitation arrangement.

5.1. In additional to the above listed items, the Contractor shall provide the following personnel
S.No. Description Nos.

1 Chainmen/ Staff men 10

2 Field/Office Attendants 6

3 Messengers 4

4 Watchman/Security guard 2 Nos. (Round the clock) for each main office and site office.

5 Cook for mess/ rest room 1 No. (at each main & site offices)

6 Safaiwala 2 Nos. (Round the clock) for each main office and site office

The contractor shall provide breakfast/ meals at maximum of Rs. 50/- & 80/- per head as per standard
menu.

The Contractor shall provide personnel and perform daily cleaning of all rooms in the Authority and
Authority’s Engineer site offices. The Contractor shall collect and dispose-off in a location and
manner consented by the Authority Engineer, all domestic waste and garbage from the Authority’s
and Authority Engineer’s site offices on daily basis.

The Contractor shall provide a properly designed and maintain the Sewerage and sanitation facilities
of the offices.
3. Survey equipments
1) The surveying instruments, to be provided for exclusive use of the Authority’s and Authority
Engineer's site staff, shall be brand new, of the latest design and manufactured by Wild, Kern,
Nikon or other reputable manufacturer as acceptable to the Authority’s Engineer / Authority.
The instruments shall include all items necessary for the Authority’s Engineer to be able to
establish horizontal and vertical control both on the surface and underground and to check
the Contractor's surveying work.
2) The Contractor shall present to the Authority’s Engineer for consent the proposed make, type,
and models with parts and performance catalogues and manufacturer's warranty, prior to
purchase.

Following equipment shall be provided:


55
Section-2
a) 6 No. Levels type Wild N#2 or similar, (2 No. with parallel plate attachments) complete with
tripods, plumbing rods and staves (including 2 sets of precise staves).
b) 3 No. Wild Total-stations or similar, complete with tripods and accessories
c) 6 sets Sighting targets, illuminated for night use, complete with batteries, etc.
d) 6 No. each Steel tapes of 30m and 60 m each, with spring gauges
e) 50 No. Metric steel tapes 3m, retractable
f) 3 No. Optical plumbs

3) The Contractor shall furnish the survey equipment within 60 days after the Appointed Date and
maintain in good conditions until the issue of Taking Over Certificate unless otherwise authorized
by the Authority’s Engineer.
4) All the survey instruments shall be maintained by the Contractor through service agent and shall be
regularly checked and calibrated.
5) The Contractor shall provide the Authority’s Engineer with any additional surveying equipment and
materials such as pegs, mallets, stakes, nails, paint, etc., as required, and shall make available to the
Authority’s Engineer any surveying instrument owned by his surveying department, but not
included in the above list of equipment, which may be necessary for checking the Works. Any
instrument which has been damaged or been non-operational shall be immediately replaced or
repaired by the Contractor. Equivalent replacement shall be provided by the Contractor in such cases
including the equipment which is being repaired or serviced.
4. Temporary utility services for the use by authority and authority’s engineer

The following temporary utility services shall be provided by the Contractor for the use by the
Authority / Authority’s Engineer until issue of Taking Over Certificate unless otherwise directed by
the Authority’s Engineer.
4.1. Electricity and water supply

Power and potable water supply systems for the Authority’s and Authority’ Engineer's site offices
(Provisional Site Office, Main Site Office and Site Huts) shall be installed and made operational
within the specified period of construction as mentioned above in respect of the respective site offices.
The Contractor shall maintain and provide continuous and adequate supplies unless otherwise
authorized by the Authority’s Engineer.

4.2. Sanitation and sewerage


a) Sanitation and Sewerage systems for the Authority’s and Authority Engineer's site offices shall be
installed and made operational within the specified period of construction as mentioned above in
respect of the respective site offices.
b) The Contractor shall provide a properly designed and constructed septic tank as consented by the
Authority’s Engineer for the disposal of domestic sewage from each building in the Authority
Engineer's site offices / huts.
c) Each septic tank shall be regularly emptied, maintained and serviced by the Contractor to ensure
proper functioning.

56
Section-2
4.3. Office cleaning, waste and garbage disposal
a) The Contractor shall provide personnel and perform daily cleaning of all rooms in the Authority’s
and Authority Engineer's site offices and huts.
b) The Contractor shall collect and dispose of, in a location and manner consented by the Authority’s
Engineer, all domestic waste and garbage from the Authority’s and Authority Engineer's site offices
and huts on daily basis. Collection times shall be arranged for the convenience of the Authority and
Authority’s Engineer.

4.4. Firefighting equipment

Firefighting equipment shall be provided in all the site offices and site huts of the Authority’s Engineer
in accordance with the recommendations of the Local Fire Brigade Station.
4.5. Office security

The service of a full time round the clock office security shall be provided for all the site offices and
site huts of the Authority’s Engineer.
4.6. Use of contractor’s first aid stations

The Contractor's emergency medical care and first aid services shall be made available, for use by the
Authority’s and Authority Engineer's site staff and their families living at the Site or the Work Areas,
free of charge.
5. Contractor's labour camp
5.1. General
1. The Contractor shall comply with all requirements as specified in the local bye laws formulated by
the state government.
2. The Authority will not provide living accommodation for the use of the Contractor or any of his staff
or labour employed on the Works.

5.2. Provision of labor camp


1) The Contractor, shall, at his own expense, make adequate arrangements for the housing, supply of
drinking water and provision of bathrooms, latrines and urinals, with adequate water supply, for his
staff and workmen at the location authorized by the Authority.
2) No labour camp shall be allowed at Site without the consent of the Authority or any unauthorized
place. The Contractor shall prepare a detailed labour camp plan to obtain the consent from the
Authority.
3) The Contractor at his own cost shall maintain all camp sites in a clean and sanitary condition.
4) The Contractor shall obey all health and sanitary rules and regulations and carry out at his cost all
health and sanitary measures that may from time to time be prescribed by the Local/Medical
Authorities and permit inspection of all health and sanitary arrangements at all times by the
Authority and the staff of the local municipality or other authorities concerned.
5) Should the Contractor fail to provide adequate health and sanitary arrangements, these shall be
provided by the Authority and the cost recovered from the Contractor.
6) The Contractor shall at his own cost, provide First Aid Stations within the camp.
57
Section-2
7) The Contractor shall at his own cost, provide the following minimum requirements for fire
precautions at suitable locations complying with the requirements of applicable codes:
a) Portable fire extinguishers.
b) Manual Fire Alarms.
c) Water Supply for use by the Fire Service.
8) The Contractor at his own cost shall provide necessary arrangements for keeping the camp area
sufficiently lighted to avoid accidents to the workers.
9) The Contractor shall ensure that electrical installations are done by trained electricians and as per
the applicable Codes and Standards and these installations shall be maintained and daily
maintenance records shall be made available for inspection of the Authority.

5.3. Camp discipline


1) The Contractor shall take requisite precautions and use his best endeavours to prevent any riotous
or unlawful behaviour by or amongst his workmen, and others, employed directly or through sub-
contractors.
2) These precautions shall be for the preservation of the peace and protection of the inhabitants and
security property in the neighbourhood of the Works.
3) In the event of the Authority requiring the maintenance of a Special Police Force at or in the vicinity
of the site, during the tenure of the work, the expenses thereof shall be borne by the Contractor.
4) The sale of alcoholic drinks or other intoxicating drugs or beverages upon the work, in any labour
camp, or in any of the buildings, encampments or tenements owned or occupied by, or within the
control of, the Contractor or any of his employees directly or through sub- contractors employed on
the work shall be strictly prohibited and the contractor shall ensure strict compliance with this
condition.
5) The Contractor shall also ensure that no labour or employees are permitted to work at the site in an
intoxicated state or under the influence of drugs.
6) The Contractor shall remove from his camp such labour and their families, who refuse protective
inoculation and vaccination when called upon to do so by the Authority on the advice of the Medical
Authority.
7) Should Cholera, Plague or any other infectious disease break out, the Contractor shall at his own
cost burn the huts, bedding, clothes and other belongings of or used by the infected parties.
8) The Contractor shall promptly erect new accommodation on healthy sites as required by the
Authority, within the time specified by the Authority failing which the work shall be done by the
Authority and the cost recovered from the Contractor.

5.4. Labor accommodation


1. The Contractor shall provide living accommodation for all staff employed by himself or his
subcontractors that is equal to or exceeds the minimum criteria established in the following sub-
sections.
2. The buildings shall be constructed so as to have a minimum life of not less than the period of the
Contract.
3. The roofs shall be leak proof and laid with suitable non-flammable materials permissible for
residential use under local regulations and for which the consent of the Authority has been obtained.

58
Section-2
4. Each unit shall have suitable ventilation with all doors, windows and ventilators provided with
security leaves and fasteners and back to back units are to be avoided.
5. The minimum height of each unit shall be 2.1 m.
6. The Contractor shall provide a suitable cooking area.
7. The number of common toilet/bath/urinals shall be provided as per camp requirement.

5.5. Water supply


1. The Contractor shall make his own arrangements to provide adequate potable water supply in the
Camp.
2. Where piped water supply is available, supply shall be at stand posts and where the supply is from
wells or river, storage tanks of metal or other consented material shall be provided.
3. The Contractor shall also at his expense make arrangements for the provision and laying of water
pipe lines from the existing mains wherever available.

5.6. Drainage
1. The Contractor shall provide efficient arrangements for draining away surface water so as to keep
the camp neat and tidy.
2. Surface water shall be drained away from paths and roads and shall not be allowed to accumulate
into ditches or ponds where mosquitoes can breed.

5.7. Sanitation
1. The Contractor shall make arrangements for conservancy and sanitation in the labour camps
according to the rules and regulations of the Local Public Health and Medical Authorities.
2. The Contractor shall provide a sewage disposal system that is adequate for the number of residents
in the camp, and which meets the norms of the local authorities.
3. The provision of the latrines and wash places shall be in accordance with applicable Codes and
Standards. However, the layout shall be subject to consent by the Authority
4. The Contractor shall be responsible for maintaining all latrines and wash places on the Site in a clean
and sanitary condition and for ensuring that they do not pose a nuisance or a health threat.
5. The Contractor shall also take such steps and make such provisions as may be necessary or directed
by the Authority to ensure that vermin, mosquito breeding etc. are at all times controlled.
6. The Contractor shall be responsible for providing water, electricity, communication, sewage
disposal arrangements, drainage, roads, paths and parking facilities etc. for all the site
accommodations, structures and buildings and meeting all the requirements as specified in the Bid
Documents.
7. The Contractor shall also be responsible to obtain the necessary approval from the relevant civic and
utility authorities and shall maintain all such services that are necessary for satisfactory performance
of the Work.

59
Section-2
SECTION 3
PROPOSAL FORMS
(Technical & Financial)
PROJECT MANAGEMENT CONSULTANCY

FOR

-----------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------
------------------------------------------

60
Section-3
Form – 1A - Technical Proposal Submission Form
(On letter head of the Consultant)

From:
…………………………………
…………………………………
To
The Director (Project and Planning),
Gujarat Rail Infrastructure Development Corporation Ltd.
7th Floor, Block 06,
Udyog Bhavan,
Gandhinagar-382 017.

Dear Sir,
Sub: Project Management Consultancy for “Gauge Conversion Of Katosan Road – Becharaji
– Chanasma – Ranuj (65 KM) Metre Gauge to Broad Gauge Rail Section with 25 KV AC
Electrification Of Katosan Road – Becharaji (25 KM) section, along with New MSIL Siding
with 25 KV AC Electrification at Becharaji (Approximately 3 KM) in Ahmedabad Division of
Western Railway”

Ref: GRIDE/---/-----/PMC/2019/1dated……………….

1) Having examined the completeness of BID documents, studied the terms and conditions
of contract stipulated in the BID documents we, the undersigned offer to provide project
management services for the implementation of the above work in conformity with the
contracts being awarded to Execution contractors up to the stage of completion of works
up to DLP as specified in the Terms of Reference.
2) We undertake, if our proposal is accepted, to:
a. Furnish performance security within 28(Twenty-eight) days of issue date of
letter of award.
b. Enter into the contract agreement within 28 (Twenty-eight) days of issue of
Draft Contract Agreement papers.
3) Unless and until a formal agreement is prepared and executed, this proposal together
with your written acceptance thereof shall constitute a binding contract between us.
4) I/We undertake that:
(i) In competing for (and, if the award is made to us, in executing) the above
Contract, we will strictly observe the laws against fraud and corruption in force
in India namely “Prevention of Corruption Act 1988”.
(ii) We will submit a list of names of the personnel other than Project Manager(s)
and Resident Engineer(s), immediately required as indicated in the notification
of award, in Forms 8A, 8B along with the Curriculum Vitae of each personnel
in Form 8C, for the persons having the qualifications and experience as
prescribed in Form 8A as given in section 3, within a period of 30 days from the

61
Section-3
issue of Notification of Award. We further undertake that at least one of the
personnel in the list shall have experience of handling project planning and
monitoring using MS Project software in addition to the Qualification and
Experience prescribed for the personnel.
(iii)We will deploy the personnel as per GRIDE’s advice from the staffing schedule
which will be decided by GRIDE within a period of 90 days from the date of
request made by employer as per ITC 1.1.2 (III)
(iv) We will decide the Approach and Methodology for the project in consultation
with contractor and Employer as per stipulations in the construction contract
agreement(s) for which the consultancy services are contemplated. It will be
ensured that the approach and methodology prepared is in compliance to
requirements in section 4 of the bidding document.
(v) We certify that we do not have any conflict of interest in submission of this
proposal nor we will take up any assignment in future which will be in conflict
with the present assignment, in accordance with ITC clause 1.6.
5) We certify that in preparation and submission of Technical and Financial information,
we have not taken any action which is, or which constitutes a corrupt or fraudulent
practice as defined in the BID documents.
6) I/We agree to allow GRIDE, at its option, to inspect and audit all accounts, documents,
and records relating to the Consultant’s Proposal and to the performance of the ensuing
Consultant’s Contract.
7) Our proposal is valid for 120 days beyond the date of opening of technical proposal and
will be binding on us.
8) We have not made any tampering or changes in the BID documents on which the bid is
being submitted and if any tampering or changes are detected at any stage, we
understand the bid will invite summary rejection and forfeiture of proposal security/the
contract will be liable to be terminated along with forfeiture of Performance Security,
even if LOA has been issued.
9) We declare that we are not liable to be disqualified in accordance with ITC 1.1.2
(VII) and for this we have furnished the affidavit.
10) I/We understand that, the Gujarat Rail Infrastructure Development Corporation Ltd. is
not bound to accept any proposal that the Gujarat Rail Infrastructure Development
Corporation Ltd. may receive.
Yours faithfully,
……………………….
Signature of authorised signatory of Consultant
(Seal)

Address: …………………….
…………………………………..
……………………………….....
Enclosures: As per ITC, except for Forms 11

62
Section-3
Form – 1B - Letter regarding Financial Proposal
(On letter head of the Consultant)

From:
…………………………
…………………………

To
The Director (Project and Planning),
Gujarat Rail Infrastructure Development Corporation Ltd.
7th Floor, Block 06,
Udyog Bhavan,
Gandhinagar-382 017.

Dear Sir,
Sub: Project Management Consultancy for “Gauge Conversion Of Katosan Road – Becharaji
– Chanasma – Ranuj (65 KM) Metre Gauge to Broad Gauge Rail Section with 25 KV AC
Electrification Of Katosan Road – Becharaji (25 KM) section, along with New MSIL Siding
with 25 KV AC Electrification at Becharaji (Approximately 3 KM) in Ahmedabad Division of
Western Railway”

Ref: GRIDE/---/---/PMC/2019/1 dated……………….


***
1. Having examined the completeness of BID documents, studied the terms and conditions
of contract stipulated in the BID documents we, the undersigned offer to provide project
management services for the implementation of the above named works in conformity
with the contracts being awarded to Execution contractors up to the stage of completion
of works up to DLP as specified in the Terms of Reference.
(i) We undertake, if our proposal is accepted, to:
(ii) Furnish performance security within 28 (twenty-eight) days of issue date of
letter of award.
2. Enter into the contract agreement within 28 (twenty-eight) days of issue of draft
Contract Agreement papers.
3. Unless and until a formal agreement is prepared and executed, this proposal together
with your written acceptance thereof, shall constitute a binding contract between us.
4. I/We …………………. (Name of the Consulting Firm) have submitted our Financial
Proposal for selection of our firm/organization as Project Management Consultant for
the above-mentioned Project online on www.nprocure.com
5. I/We have submitted the Price Bid online on www.nprocure.com for undertaking the
aforesaid Project in accordance with the Bidding Documents and the Agreement. Our
quoted price is inclusive of taxes except GST as per Article XII of section 5.
6. Our Financial Proposal shall be binding upon us subject to the modifications resulting
from contract negotiations up to expiration of the validity period of the proposal, i.e.
120 days beyond the date of opening of Technical Proposal.

63
Section-3
7. If negotiations are held during the validity of the Proposal i.e. before ……………., we
undertake to Negotiate on the basis of proposed staff. Our proposal is binding upon us
and subject to any Modifications from contract negotiations.
8. I/We undertake that, in competing for and in executing (if the award is made to us) the
above contract, we will strictly observe the laws of the land in force against fraud and
corruption.
9. We certify that in preparation and submission of Technical and Financial information,
we have not taken any action which is, or which constitutes a corrupt or fraudulent
practice as defined in the BID documents.
10. I/We agree to allow GRIDE, at its option, to inspect and audit all accounts, documents,
and records relating to the Consultant’s Proposal and to the performance of the ensuing
Consultant’s Contract.
11. Nil
12. We have not made any tampering or changes in the BID documents on which the bid is
being submitted and if any tampering or changes are detected at any stage, we
understand the bid will invite summary rejection and forfeiture of bid security/the
contract will be liable to be terminated along with forfeiture of Performance Security,
even if LOA has been issued.
13. I/We understand that, the Gujarat Rail Infrastructure Development Corporation Ltd. is
not bound to accept any proposal that the Gujarat Rail Infrastructure Development
Corporation Ltd. may receive.

Yours faithfully,

………………………..

Signature of authorised signatory of Consultant


(Seal)

Address: …………………….
………………………………...

64
Section-3
Form - 2 - Format for Power of Attorney
FORMAT FOR POWER OF ATTORNEY FOR AUTHORISED SIGNATORY OF SINGLE
ENTITY

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 company who is issuing the
power of Attorney)

Know all men by these presents, we …………………………………………………


(Name of Consultant with address of the registered office) ………. do hereby
constitute, appoint and authorize 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 on our behalf, all such acts, deeds and things necessary in connection
with or incidental to
“PROJECT MANAGEMENT CONSULTANCY FOR “GAUGE CONVERSION OF
KATOSAN ROAD – BECHARAJI – CHANASMA – RANUJ (65 KM) METRE
GAUGE TO BROAD GAUGE RAIL SECTION WITH 25 KV AC
ELECTRIFICATION OF KATOSAN ROAD – BECHARAJI (25 KM) SECTION,
ALONG WITH NEW MSIL SIDING WITH 25 KV AC ELECTRIFICATION AT
BECHARAJI (APPROXIMATELY 3 KM) IN AHMEDABAD DIVISION OF
WESTERN RAILWAY”
including signing and submission of all documents and providing
information/responses to Director, GRIDE, representing us in all matters, dealing with
Gujarat Rail Infrastructure Development Corporation Ltd. in all matters in connection
with our bid for the said project.

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.

Dated this the ……… day of …………. 2019

......................................................
(Signature of authorised Signatory)

65
Section-3
………………………………………
(Signature and Name in Block letters of Signatory)
Seal of Company

Witness

Witness 1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:

*Notes:

• To be executed by Single entity where the competence of the authorised signatory is not
supported by a Board Resolution or General Power of Attorney for such acts (copy of
Board Resolution/GPA to be attached).
• 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.

66
Section-3
Form - 3 - Consultant’s Information Sheet

Consultant’s Information Sheet


Consultant’s Information

Consultant’s legal name

Consultant’s country and


year of constitution

Consultant’s year of
Registration in India, if not
constituted in India

Consultant’s legal address in


country of constitution and as
Registered in India

Details of Consultant’s
authorized representative
(name, address, telephone
numbers, fax numbers, e-
mail address)

Number of Engineers with


minimum qualification as
Graduate Engineers
continuing with the firm in
India for at least one year
prior to deadline for
submission of proposals

67
Section-3
The Consultant shall attach copies of the following original documents with the form:
In case of single entity, articles of incorporation or constitution of the legal entity named above.
Certificate of Constitution/Registration in India
Information of Engineers with minimum qualification of Graduate, continuing with the Firm in
India for more than one year will be submitted in the following format duly certified by Chartered
Accountant.-

Serial Number Name of the Qualification Designation Working


Engineer
(Minimum Since
Graduate)

68
Section-3
Form - 4 - Details of Experience of Project Management Consultancy Service/
Services of Independent Engineer
Fill up one form per contract of PMC /Service of Independent Engineer where Consultant has
rendered services.

Contract No. Contract Name

Actual
Award Date
Completion Date

Category of work (tick √ as applicable) Railway work/ Highways

Total Contract Value of Consultancy

Total Consultancy Contract Amount


received for services rendered in India and
outside India with currency of the same.

%age of Consultancy Contract Amount


received with respect to total contract value

If partner in a JV specify participation in


Total Consultancy Contract Amount Percent share of
Share Amount:
received for services rendered in India and Total:
outside India with currency of the same.

Employer’s Name, Current Address and


Current Telephone/Fax Number, E-mail

Description of the work in accordance with Criteria 5.7.2.2.3 and 5.7.2.4 of Section 2

Detailed Narrative Description of services rendered.


(Give Details of Work that defines the scope relevant to the requirement)

The Consultant shall attach copies of Certificate of Completion/Substantial Completion issued


by the Employer with the form, failing which the claim of the Consultant shall be liable to be
rejected.

Firm’s Name & Signature of authorized signatory (Seal)

69
Section-3
Form - 5 - Net Worth
Consultant must fill in this form
NAME OF CONSULTANT:

Block Year Financial Data for Last 3 Years (for services rendered in India and
outside India with currency of the same).

Year1 Year2 Year3

1. Total Assets

2. Total Liabilities
3. Net Worth
[=1–2]

1. The Consultant shall attach copies of the following original documents with the
form:
Copies of the audited balance sheets, including all related notes, and income statements
for the last three financial years, as indicated above, complying with the following
conditions.
• All such documents that reflect the financial situation of the Consultant.
• Net Worth must be audited by a certified accountant.
• Net Worth must be complete, including all notes to the financial statements.
• Net Worth must correspond to accounting periods already completed and audited
(no statements for partial periods shall be requested or accepted).
2. In the event that the audited accounts for the latest Financial Year (Financial year
immediately preceding current financial year in which the bid is being opened) are not
available, the Consultant shall furnish information pertaining to last three financial
years after ignoring the latest financial year.
3. Contents of this form should be certified by a Chartered Accountant/Auditor.
4. For filling up this form, use currency conversion procedure as detailed out in note (a)
& (b) below the hurdle criteria table under ITC clause 5.7.2.2.
5. In case a subsidiary is using credentials of their parent/holding company in terms of
ITC 1.1.2 I, data and supporting documents of their parent/holding company shall also
be submitted.

70
Section-3
Form - 6 - Proposal Security
Bank Guarantee
(On non-judicial stamp paper of the appropriate value in accordance with stamp Act. The
stamp paper to be in the name of Executing Bank).
………………………. [Insert Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary: Gujarat Rail Infrastructure Development Corporation Ltd. Having its registerd
office at 7th Floor, Block 06, Udyog Bhavan, Gandhinagar-382 017. (hereinafter called “the
Employer”)]

Date:
Proposal Security No.:……………………………………………………………………..
We have been informed that . . .. [Insert name of the Consultant] ............ (hereinafter called
"the Consultant") intends to submit to you its proposal (hereinafter called "the Proposal") for
the Project Management Consultancy for “Gauge Conversion Of Katosan Road – Becharaji –
Chanasma – Ranuj (65 KM) Metre Gauge to Broad Gauge Rail Section with 25 KV AC
Electrification Of Katosan Road – Becharaji (25 KM) section, along with New MSIL Siding
with 25 KV AC Electrification at Becharaji (Approximately 3 KM) in Ahmedabad Division of
Western Railway” under Invitation for Request for Proposals No. . . . . . .dated . . . (“the BID”).
WHEREAS, the Consultant is required to furnish Proposal security for the sum of [Insert Value
of Proposal Security required], in the form of bank guarantee, according to your conditions of
BID.
AND
WHEREAS, ............[Insert Name of the Bank], with its Branch ...............[Insert Address]
having its Headquarters office at........ [Insert Address], hereinafter called the Bank, acting
through ..............[Insert Name and Designation of the authorised persons of the Bank], have,
at the request of the Consultant, agreed to give guarantee for proposal security as hereinafter
contained, in favour of the Employer:
1.
KNOW ALL MEN that by these present that I/We the undersigned [Insert name(s) of
authorized representatives of the Bank], being fully authorized to sign and incur
obligations for and on behalf of the Bank, confirm that the Bank, hereby,
unconditionally and irrevocably guarantee to pay to the Employer full amount in the
sum of [Insert Value of Proposal Security required] as above stated.
2. The Bank undertakes to immediately pay on presentation of demand by the Employer
any amount up to and including aforementioned full amount without any demur,
reservation or recourse. Any such demand made by the Employer on the Bank shall be
final, conclusive and binding, absolute and unequivocal on the Bank notwithstanding
any disputes raised/ pending before any Court, Tribunal, Arbitration or any Authority
or any threatened litigation by the Consultant or Bank. The demand made by the
Employer shall be final, conclusive and binding on the Bank.

71
Section-3
3. The Bank shall pay the amount as demanded immediately on presentation of the
demand by Employer without any reference to the Consultant and without the Employer
being required to show grounds or give reasons for its demand of the amount so
demanded.
4. The guarantee hereinbefore shall not be affected by any change in the constitution of
the Bank or in the constitution of the Consultant.
5. The Bank agrees that no change, addition, modifications to the terms of the BID
document or to any documents, which have been or may be made between the Employer
and the Consultant, will in any way release us from the liability under this guarantee;
and the Bank, hereby, waives any requirement for notice of any such change, addition
or modification made by Employer at any time.
6. This guarantee will remain valid and effective from…….…….[insert date of issue]
till………..[insert date, which should be minimum 42 days beyond the expiry of
proposal validity date in the BID].Any demand in respect of this Guarantee should
reach the Bank within the validity period of proposal security.
7. The Bank Guarantee is unconditional and irrevocable.
8. The expressions Bank and Employer herein before used shall include their respective
successors and assigns.
9. The Bank hereby undertakes not to revoke the guarantee during its currency, except
with the previous consent in writing of the Employer. This guarantee is subject to the
Uniform Rules for Demand Guarantees, ICC Publication No.758.
10. The Guarantee shall be valid in addition to and without prejudice to any other security
Guarantee (s) of Consultant in favour of the Employer . The Bank, under this Guarantee,
shall be deemed as Principal Debtor of the Employer.

Date …………
Place………….

………………………………………
[Signature of Authorized person of Bank]
[Name in Block letters]………………....
[Designation]……………..………… [P/Attorney]No………………………….

Witness:

1Signature
Bank’s Seal
Name & Address & Seal
[P/Attorney]No……..

2Signature
Name & address & Seal

72
Section-3
Note: All italicized text is for guidance on how to prepare this bank guarantee and shall be
deleted from the final document.

73
Section-3
Form - 7 - Form of Contract Performance Security
(BANK GUARANTEE)
[Refer Clause 10 of Instructions to Consultants]
(On non-judicial stamp paper of the appropriate value in accordance with stamp Act. The
stamp paper to be in the name of Executing Bank).

From:
Name and Address of the Bank…..
……………………………………..
To:
Beneficiary: Gujarat Rail Infrastructure Development Corporation Ltd. Having its registerd
office at 7th Floor, Block 06, Udyog Bhavan, Gandhinagar-382 017. (hereinafter called “the
Employer”)].

WHEREAS, [Insert Name and Address of Employer] hereinafter called the Employer, acting
through [Insert Designation and address of the Employer’s Representative], has accepted the
proposal of [Insert Name and address of the Consultant], hereinafter called the Consultant, for
the work of [Insert Name of Work], vide Notification of Award No. [Insert Notification of
Award No.].
AND
WHEREAS, the Consultant is required to furnish performance security for the sum of [Insert
Value of Performance Security required], calculated @ 10% of the contract value in the form
of bank guarantee, being a condition precedent to the signing of the contract agreement.
AND
WHEREAS, [Insert Name of the Bank], with its Branch [Address] having its Headquarters
office at [Address], hereinafter called the Bank, acting through [Designation(s) of the
authorised person of the Bank], have, at the request of the Consultant, agreed to give guarantee
for performance security as hereinafter contained:

1.
KNOW ALL MEN by these present that I/We the undersigned [Insert name(s) of
authorized representatives of the Bank], being fully authorized to sign and incur
obligations for and on behalf of the Bank, confirm that the Bank, hereby,
unconditionally and irrevocably guarantee to pay the Employer the full amount in the
sum of [Insert Value of Performance Security required] as above stated.
2. The Bank undertakes to immediately pay on presentation of demand by the Employer
any amount up to and including aforementioned full amount without any demur,
reservation or recourse. Any such demand made by the Employer on the Bank shall be
final, conclusive and binding, absolute and unequivocal notwithstanding any disputes
raised/ pending before any Court, Tribunal, Arbitration or any Authority or any

74
Section-3
threatened litigation by the Consultant or Bank. The demand made by the Employer
shall be final, conclusive and binding on the Bank.
3. On payment of any amount less than aforementioned full amount, as per demand of the
Employer, the guarantee shall remain valid for the balance amount i.e. the
aforementioned full amount less the payment made to the Employer.
4. The Bank shall pay the amount as demanded immediately on presentation of the
demand by Employer without any reference to the Consultant and without the Employer
being required to show grounds or give reasons for its demand or the amount demanded.
5. The Bank Guarantee shall be unconditional and irrevocable.
6. The guarantee hereinbefore shall not be affected by any change in the constitution of
the Bank or in the constitution of the Consultant.
7. The Bank agrees that no change, addition, modifications to the terms of the Contract
Agreement or to any documents, which have been or may be made between the
Employer and the Consultant, will in any way release us from the liability under this
guarantee; and the Bank, hereby, waives any requirement for notice of any such change,
addition or modification to the Bank.
8. This guarantee is valid and effective from the date of it’s issue, which is [insert date of
issue]. The guarantee and our obligations under it will expire on[Insert the date twenty
eight days after the specified completion period for the consultancy contract]. All
demands for payment under the guarantee must be received by us on or before that date.
9. The Bank agrees that the Employers right to demand payment of aforementioned full
amount in one instance or demand payments in parts totaling up to the aforementioned
full amount in several instances will be valid until either the aforementioned full amount
is paid to the Employer or the guarantee is released by Employer before the Expiry
Date.
10. The Bank agrees that it’s obligation to pay any amount demanded by the Employer
before the expiry of this guarantee will continue until the amount demanded has been
paid in full.
11. The expressions Bank and Employer herein before used shall include their respective
successors and assigns.
12. The Bank hereby undertakes not to revoke the guarantee during its currency, except
with the previous consent in writing of the Employer. This guarantee is subject to the
Uniform Rules for Demand Guarantees, ICC Publication No.758.
13. The Guarantee shall be in addition to and without prejudice to any other security
Guarantee (s) of Consultant in favour of the Employer is available with the Employer.
The Bank, under this Guarantee, shall be deemed as Principal Debtor of the Employer.

Date …………
Place………….

………………………………………
[Signature of Authorised person of Bank]

75
Section-3
[Name in Block letters]……………….....
[Designation]……………..………………
[P/Attorney]No…… ………………………

Bank’s Seal
[P/Attorney]No…………..

Witness:

Signature
Name & Address & Seal

Signature
Name & address & Seal

Note :
1. All italicized text is for guidance on how to prepare this bank guarantee and shall be
deleted from the final document.
2. In case the guarantee is issued by a foreign Bank, the said bank shall have operations in
India and should be countersigned and authenticated by Indian operation branch of the
said bank.
3. The Bank Guarantee should be duly attested by Notary public with notarial stamps of
appropriate value affixed thereon.

76
Section-3
Form - 8A (1/15) - Key Personnel Qualification and Experience - Project Manager
Name: ___________________________
Date of Birth: ______________________

S. Qualification Details to be provided by


Requirements
No. Parameters Consultant

Essential:
(i) Degree in Civil Engineering
from a recognized institution.
Preferred:
(i) Post Graduate Degree in Civil
Professional Engineering from a recognized
1.
Qualification institution.
(ii) Degree/Diploma in Project
Management/ Construction
Management from a recognized
institution or Fellow of Institution
of Engineers/ Institution of P. Way
Engineers.

Total Professional Experience:


At least 15 years post qualification
for Graduate Degree holders.
Relevant Experience:
(i) At least 5 years experience of
execution and supervision of
Railway line as In-charge or
one level below the In-charge of
Length of
2. project/specific section of
Experience
project with Project
Management Consultant or
Construction Agency.
OR
(ii) At least 5 years experience in
JA Grade and above of
Engineering department of
Indian Railways and/or as
JGM/ equivalent and above in

77
Section-3
S. Qualification Details to be provided by
Requirements
No. Parameters Consultant

Civil Engineering department


in RITES/IRCON/RVNL or
equivalent grade in Konkan
Railway/MRVC/DFCCIL/ any
Metro Rail Corporation either
individually or combined. The
person should also meet the
hurdle criteria of having atleast
3 years experience in
construction of railway line or
maintenance of Permanent
Way/ Bridges but excluding
USFD & Track Machine in any
grade.

Does the
personnel have
any history of
involvement in
vigilance/CBI/S
No (If the answer is Yes, then the
PE/Police case
personnel shall be disqualified, and
3. resulting in
his CV shall be assigned Zero
major penalty
marks)
punishment of
removal/dismiss
al/compulsory
retirement or
conviction

Note:
1. The proposed person should not be older than 55 years as on deadline for submission
of proposals.
In case of exceptionally deserving candidate, the age can be relaxed to 62 years. The
exceptionally deserving candidate must have minimum experience of 25 years post
qualification and 8 to 10 years of experience in JA grade or equivalent.

78
Section-3
Form - 8A (2/15) - Key Personnel Qualification and Experience - Resident
Engineer/Track
Name__________________
Date of Birth:___________

S. Qualification Details to be provided by


Requirements
No. Parameters Consultant

Essential:
(i) Diploma in Civil Engineering
from a recognized Institution.
Preferred:
(i) Graduate Degree in Civil
Engineering from a recognized
Professional institution.
1.
Qualification
(ii) Degree/Diploma in Project
Management/ Construction
Management from a recognized
institution or Fellow of Institution of
Engineers/ Institution of P. Way
Engineers

Total Professional Experience:


At least 10 years post qualification
for Graduate Engineer or 15 years
for Diploma holders.
Relevant Experience:
(i) At least 5 years experience of
construction/supervision of track
Length of
2. work and yard remodelling with
Experience
Project Management Consultant or
Construction Agency.
OR
(ii) At least 5 years experience either
in Gazetted cadre of Engineering
Department of railways and/or as
Manager or equivalent or above in
Civil Engineering in

79
Section-3
RITES/IRCON/RVNL or
equivalent grade in Konkan
Railway/MRVC/DFCCIL/ any
Metro Rail Corporationeither
individually or combined. The
person should also meet the hurdle
criteria of having experience of at
least three years in track work and
yard remodelling work.

Does the
personnel have
any history of
involvement in
vigilance/CBI/
SPE/Police No (If the answer is Yes, then the
case resulting personnel shall be disqualified, and
3.
in major his CV shall be assigned Zero
penalty marks)
punishment of
removal/dismis
sal/compulsory
retirement or
conviction.

Note:
1. The proposed person should not be older than 65 years as on deadline for submission
of proposals.
2. The professional qualification in case of ex-Railwayman who has worked in Gazetted
cadre of Engineering department of Railway shall be treated equal to Diploma in Civil
Engineering if the person is having any qualification other than Diploma/Degree in
Civil Engineering.

80
Section-3
Form - 8A (3/15) - Key Personnel Qualification and Experience - Resident
Engineer/Structure and Bridges
Name__________________
Date of Birth:___________

Qualification Details to be provided by


S. No. Requirements
Parameters Consultant

Essential:
(i) Diploma in Civil Engineering
from a recognized Institution.
Preferred:
(i) Graduate Degree in Civil
Engineering from a recognized
Professional institution.
1.
Qualification
(ii) Degree/Diploma in Project
Management/ Construction
Management from a recognized
institution or Fellow of Institution
of Engineers/ Institution of P.
Way Engineers

Total Professional Experience:


At least 10 years post qualification
for Graduate Engineer or 15 years
for Diploma holders.
Relevant Experience:
(i) At least 5 years experience of
Length of construction/supervision of
2.
Experience Earthwork/ Bridges with PSC
Girder Spans with Project
Management Consultant or
Construction Agency.
OR
(ii) At least 5 years experience
either in Gazetted cadre of
Engineering Department of

81
Section-3
Railways and/or as Manager/
equivalent or above in Civil
Engineering in
RITES/IRCON/RVNL or
equivalent grade in Konkan
Railway/MRVC/DFCCIL/ any
Metro Rail Corporation either
individually or combined. The
person should also meet the hurdle
criteria of having experience of at
least three years in construction of
Bridges with PSC Girder Spans in
any grade.
OR
(iii) At least 3 years experience as
Assistant Engineer (or equivalent)
and above in Government
organizations or as Manager (or
equivalent) in PSUs either
individually or combined. The
person should also meet the hurdle
criteria of having atleast 3 years
experience in construction of
Bridges with PSC Girder Spans in
any grade.

Does the personnel


have any history of
involvement in
vigilance/CBI/SP
E/Police case No (If the answer is Yes, then the
resulting in major personnel shall be disqualified,
3.
penalty and his CV shall be assigned Zero
punishment of marks)
removal/dismissal/
compulsory
retirement or
conviction.

82
Section-3
Note:
1. The proposed person should not be older than 65 years as on deadline for submission
of proposals.
2. The professional qualification in case of ex-Railwayman who has worked in Gazetted
cadre of Engineering department of Railway shall be treated equal to Diploma in Civil
Engineering if the person is having any qualification other than Diploma/Degree in
Civil Engineering.

83
Section-3
Form - 8A (4/15) - Key Personnel Qualification and Experience - Resident
Engineer/S&T
Name: ____________________________
Date of Birth: ______________________

S. Qualification Details to be provided by


Requirements
No. Parameters Consultant

Essential:
(i) Diploma in Electronics/Electrical
/Mechanical Engineering from a
recognized institution.
Preferred:
(i) Degree in Electronics /Electrical
Professional
1. /Mechanical Engineering from a
Qualification
recognized institution.
(ii) Degree/Diploma in Project
Management/ Construction Management
from a recognized institution or Fellow
of Institution of Engineers/ Institution of
Railway Signal & Telecommunication
Engineers

Total Professional Experience:


At least 10 years post qualification for
Graduate Engineers or 15 years for
Diploma Engineers
Relevant Experience:
(i) At least 3years experience in Gazetted
Cadre of S&T department in Railways
Length of
2. and/or as Manager/ equivalent or above
Experience
in Signal & Telecommunication
Engineering department in
GRIDE/RITES/IRCON or equivalent
grade in Konkan Railway/
MRVC/DFCCIL/ any Metro Rail
Corporation either individually or
combined. The person should also meet
the hurdle criteria of having experience
of at least three years in execution/

84
Section-3
commissioning/ maintenance of Railway
signalling works in any grade.
Or
(ii) Minimum professional experience of
5 years as In-charge or one level below
the In-charge of signalling works of
Railways with Signalling Contractors for
RRI/SSI/PI and/or as Expert (S&T) or
equivalent or higher with Project
Management Consultants for RRI/SSI/PI
either individually or combined. The
person must have successfully passed
initial training course for apprentice
JE(Signal)/ SE(Signal)/ Probationer
(IRSSE) or equivalent course at IRISET/
Secunderabad or Conversion/Integration
course for Group ‘B’ Railway Officers at
IRISET/Secunderabad or should be a
IRSE License holder.

Does the
personnel have
any history of
involvement in
vigilance/CBI/SP
E/Police case No (If the answer is Yes, then the
3. resulting in major personnel shall be disqualified, and his
penalty CV shall be assigned Zero marks)
punishment of
removal/dismissa
l/compulsory
retirement or
conviction.

Note :
1. The proposed person should not be older than 65 years as on deadline for submission
of proposals.
2. The professional qualification in case of ex-Railwayman who has worked in Gazetted
cadre of Signalling and Telecommunication Engineering department of Railway shall
be treated equal to Diploma in Electronics/Electrical/Mechanical Engineering if the
person is having any qualification other than Diploma/Degree in Electronics/Electrical
/Mechanical Engineering.

85
Section-3
Form - 8A (5/15) - Key Personnel Qualification and Experience - Resident
Engineer/Electrical (OHE/TSS/SCADA/GS)
Name____________________________
Date of Birth: ______________________

S. Qualification Details to be provided


Requirements
No. Parameters by Consultant

Essential:
(i) Diploma in Electrical/ Mechanical/
Electronics Engineering OR a combination
of any sub stream of basic streams of
Electrical/ Mechanical/ Electronics
Engineering from a recognized University/
Institution.
Preferred:
Professional (i) Graduate degree in Electrical/
1.
Qualification Mechanical/ Electronics Engineering OR a
combination of any sub stream of basic
streams of Electrical/ Mechanical/
Electronics Engineering from a recognized
University/ Institution.
(ii) Degree/Diploma in Project
Management/ Construction Management
from a recognized institution or Fellow of
Institution of Engineers/ Institution of
Railway Electrical Engineers

Total professional experience


(i) 10 years post qualification for Degree
holders or 15 years for Diploma holders.
Relevant Experience:
Length of
2. (i) At least 5 years experience of
Experience
execution/supervision of a Railway
Electrification project or a specific section
of Railway Electrification project with
Project Management Consultant or
Construction Agency.

86
Section-3
OR
(ii)having at least 3 years experience in
Gazetted cadre of Electrical Engineering
Department of Railway and/or as
Manager/ equivalent or above in Electrical
Engineering department in
RITES/IRCON/GRIDE or equivalent
grade in Konkan Railway/MRVC/
DFCCIL/ any Metro Rail Corporation
either individually or combined. The
person should also meet the hurdle criteria
of having experience of atleast three years
in maintenance/construction of OHE, in
any grade.

Does the personnel


have any history of
involvement in
vigilance/CBI/
SPE/Police case No (If the answer is Yes, then the
resulting inmajor personnel shall be disqualified, and his CV
penalty punishment shall be assigned Zero marks)
of removal/
dismissal/compulsory
retirement
orconviction

Note:
1. The proposed person should not be older than 65 years as on deadline for submission
of proposals.
2. The professional qualification in case of ex-Railwayman who has worked in Gazetted
cadre of Electrical Engineering department of Railway shall be treated equal to Diploma
in Electrical Engineering if the person is having any qualification other than
Diploma/Degree in Electrical Engineering.

87
Section-3
Form - 8A (6/15) - Key Personnel Qualification and Experience - Resident Engineer/Sr.
Structural Engineer
Name: ____________________________
Date of Birth: ______________________

S. Qualification Details to be provided by


Requirements
No. Parameters Consultant

Essential:
(i) Degree in Civil engineering from a
recognized university.
Preferred:
(i) Post Graduation / M tech/ M sc. In
Structural Engineer.
Professional (ii) Degree/Diploma in Project
1.
Qualification Management/ Construction Management
from a recognized institution or Fellow
of Institution of Engineers/ Institution of
Railway Signal & Telecommunication
Engineers.
Note: Either Graduation or Post
Graduation / M tech/ M.Sc. must be from
IIT/ NIT.

Total Professional Experience:


At least 10 years post qualification for
Graduate Engineers.
Relevant Experience:
(i) At least 3years experience in Gazetted
Cadre of Civil department in Railways
Length of
2. and/or as Manager/ equivalent or above
Experience
Design of bridges department in
GRIDE/RITES/IRCON or equivalent
grade in Konkan Railway/
MRVC/DFCCIL/ any Metro Rail
Corporation either individually or
combined. The person should also meet
the hurdle criteria of having experience
of at least three years in execution/

88
Section-3
commissioning/ maintenance of Railway
civil works in any grade.

Does the
personnel have
any history of
involvement in
vigilance/CBI/SP
E/Police case No (If the answer is Yes, then the
3. resulting in major personnel shall be disqualified, and his
penalty CV shall be assigned Zero marks)
punishment of
removal/dismissa
l/compulsory
retirement or
conviction.

Note :
1. The proposed person should not be older than 65 years as on deadline for submission
of proposals.
2. The professional qualification in case of ex-Railwayman who has worked in Gazetted
cadre of Signalling and Telecommunication Engineering department of Railway shall
be treated equal to Diploma in Electronics/Electrical/Mechanical Engineering if the
person is having any qualification other than Diploma/Degree in Electronics/Electrical
/Mechanical Engineering.

89
Section-3
Form - 8A (7/15) - Key Personnel Qualification and Experience – Resident Engineer/Sr.
Quantity Surveyor - Civil
Name: ___________________________
Date of Birth: ______________________

S. Qualification Details to be provided by


Requirements
No. Parameters Consultant

Essential:
(i) Diploma in Civil engineering
from a recognized university.
Professional Preferred:
1.
Qualification
(i) Degree in Civil engineering
from a recognized university.
(ii) Post Graduation / M tech/ M sc.
In Civil Engineering.

Total professional Experience


(i) 10 years post qualification for
Degree holders or 15 years for
Diploma holders.
2. Length of Experience
Relevant Experience
(i) 5 years in Civil Quantity
Surveying in Construction of Rail/
Metro/ DFCC Projects.

Does the personnel have


any history of
involvement in
vigilance/CBI/SPE/Poli
ce case resulting in
3. No
major penalty
punishment of
removal/dismissal/com
pulsory retirement or
conviction

Note: -

90
Section-3
1. The proposed person should not be older than 65 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned Executive
Director) may permit at his sole discretion, a person older than 50 years but not older
than 67 years after considering his physical and overall fitness to perform the desired
duties subject to the condition that the total number of experts / supervisors (except
S&T, Signal Design, P. Way, Environment& Electrical (OHE/TSS/SCADA) Experts
and Asst Expert - Railway Operation and Safety) more than 50 years of age should not
be more than 50% of the total.

91
Section-3
Form - 8A (8/15) - Key Personnel Qualification and Experience – Expert/ Planning
Name: ___________________________
Date of Birth: ______________________

S. Qualification Details to be provided by


Requirements
No. Parameters Consultant

Professional Preferably Degree or at least


1.
Qualification Diploma in Civil Engineering.

2 years post qualification for


2. Length of Experience Degree holder and 5 years for
Diploma holder.

At least 2 years as

3. Relevant Experience Engineer and above in Planning


Engineer in Construction of
Rail/Metro/ DFCC Projects.

Does the personnel have


any history of
involvement in
vigilance/CBI/SPE/Poli
ce case resulting in
4. No
major penalty
punishment of
removal/dismissal/com
pulsory retirement or
conviction

Note: -
1. The proposed person should not be older than 65 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned Executive
Director) may permit at his sole discretion, a person older than 50 years but not older
than 67 years after considering his physical and overall fitness to perform the desired
duties subject to the condition that the total number of experts / supervisors (except
S&T, Signal Design, P. Way, Environment& Electrical (OHE/TSS/SCADA) Experts
and Asst Expert - Railway Operation and Safety) more than 50 years of age should not
be more than 50% of the total.

92
Section-3
Form - 8A (9/15) - Key Personnel Qualification and Experience – Expert/ Quantity
Surveyor - System
Name: ___________________________
Date of Birth: ______________________

S. Qualification Details to be provided by


Requirements
No. Parameters Consultant

Preferably Degree or at least


Professional
1. Diploma in relevant engineering
Qualification
discipline.

5 years post qualification for


2. Length of Experience Degree holder and 7 years for
Diploma holder.

At least 3 years as

3. Relevant Experience Engineer and above in Quantity


Surveyor - System in Construction
of Rail/ Metro/ DFCC Projects.

Does the personnel have


any history of
involvement in
vigilance/CBI/SPE/Poli
ce case resulting in
4. No
major penalty
punishment of
removal/dismissal/com
pulsory retirement or
conviction

Note: -
1. The proposed person should not be older than 65 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned Executive
Director) may permit at his sole discretion, a person older than 50 years but not older
than 67 years after considering his physical and overall fitness to perform the desired
duties subject to the condition that the total number of experts / supervisors (except
S&T, Signal Design, P. Way, Environment& Electrical (OHE/TSS/SCADA) Experts
and Asst Expert - Railway Operation and Safety) more than 50 years of age should not
be more than 50% of the total.

93
Section-3
Form - 8A (10/15) - Qualification and Experience for Supervisor – Signalling
Name: ___________________________
Date of Birth:______________________

S.
Qualification Details to be provided by
No Requirements
Parameters Consultant
.

ITI or Diploma in Electronics/


Professional
1. Electrical/Mechanical Engineering
Qualification
from recognized institution.

Total Professional Experience of 3


years post qualification for Diploma
Holders or 5 years for ITI in
Infrastructure Projects of Signalling
with the Signalling Contractors for
RRI/SSI/PI.
OR
having at least 3 years post qualification
experience as supervisor and above in
Infrastructure Projects of Signalling
with Project Management Consultant
for RRI/SSI/PI
OR
Length of
2. having at least 5 years post qualification
Experience
experience in maintenance of
RRI/PI/SSI as ESM and above or 3
years construction experience as ESM
and above in S&T Department of
Railways.
OR
having 3 years post qualification
experience in Infrastructure Projects of
Signalling for RRI/SSI/PI as Executive
and above in RITES/ IRCON/GRIDE
or equivalent grade in Konkan
Railway/MRVC/DFCCIL/ any Metro
Rail Corporation and/or as Jr Site
Engineer(S&T) and above in GRIDE or

94
Section-3
similar contract employment in
RITES/IRCON.
Note: The incumbent must have
successfully passed at least foundation
course for signalling of minimum 15
working days duration approved by
GRIDE from Zonal Railway S&T
Training Centre or other S&T Training
Centres approved by GRIDE. However,
the Employer at its sole discretion may
accept personnel not having passed
such training course with the
undertaking from the Consultant that he
will depute such person for training at
his own cost within a period of 9
months from date of deployment failing
which services of the incumbent will be
terminated. Till successful completion
of training, such personnel shall be paid
@ 90% of the accepted rate for that
category. No remuneration shall be
payable by the Employer for such
persons during the training period

Experience in maintenance/Installation,
Relevant
3. testing & commissioning of RRI/PI/SSI
Experience
for at least 3 years.

Does the
personnel have
any history of
involvement in
vigilance/CBI/S
PE/Police case
4. resulting No
inmajor penalty
punishment of
removal/dismiss
al/compulsory
retirement
orconviction

Note:-

95
Section-3
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned Executive
Director) may permit at his sole discretion, a person older than 50 years but not older
than 67 years after considering his physical and overall fitness to perform the desired
duties subject to the condition that the total number of experts / supervisors (except
S&T, Signal Design, P. Way, Environment& Electrical (OHE/TSS/SCADA) Experts
and Asst Expert - Railway Operation and Safety) more than 50 years of age should not
be more than 50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-Railway man
who has worked in a position of ESM or above and has relevant experience with total
length of experience not less than that prescribed for minimum professional
qualification.
3. Upto a maximum of 25% of total Supervisors in the above category may be fresh
Graduates or Diploma holders in Electronics/Electrical/Mechanical Engineering from
recognized institution subject to the condition that before engaging such personnel, the
consultant must get them trained in at least foundation course for signalling of minimum
15 working days duration approved by GRIDE from Zonal Railway Training Center or
other S&T Training Centres approved by GRIDE at his own cost. However, the fresh
Diploma holders shall be designated as Trainee Supervisors for initial 6 months period
and they shall be paid @ 75% of the accepted rate for the category. After successful
completion of 6 months of on the job training, these Trainee Supervisors shall be
interviewed by the GM(S&T) and if found suitable then shall be designated as
Supervisors and they shall be entitled for 100% of the accepted rate for that category.
If the trainee is not found suitable, his training can be extended for further 3 months at
the sole discretion of GM(S&T) otherwise he shall be replaced by the Consultant.

96
Section-3
Form - 8A (11/15) - Qualification and Experience for Supervisor – Telecommunication
Name: ___________________________
Date of Birth:______________________

S.
Qualification Details to be provided by
No Requirements
Parameters Consultant
.

ITI or Diploma in Electronics/


Professional
1. Electrical/Mechanical Engineering
Qualification
from recognized institution.

Total Professional Experience of 3


years post qualification for Diploma
Holders or 5 years for ITI in
Infrastructure Projects of Signalling
with the Signalling Contractors for
RRI/SSI/PI.
OR
having at least 3 years post qualification
experience as supervisor and above in
Infrastructure Projects of Signalling
with Project Management Consultant
for RRI/SSI/PI
OR
Length of
2. having at least 5 years post qualification
Experience
experience in maintenance of
RRI/PI/SSI as ESM and above or 3
years construction experience as ESM
and above in S&T Department of
Railways.
OR
having 3 years post qualification
experience in Infrastructure Projects of
Signalling for RRI/SSI/PI as Executive
and above in RITES/ IRCON/GRIDE
or equivalent grade in Konkan
Railway/MRVC/DFCCIL/ any Metro
Rail Corporation and/or as Jr Site
Engineer(S&T) and above in GRIDE or

97
Section-3
similar contract employment in
RITES/IRCON.
Note: The incumbent must have
successfully passed at least foundation
course for signalling of minimum 15
working days duration approved by
GRIDE from Zonal Railway S&T
Training Centre or other S&T Training
Centres approved by GRIDE. However,
the Employer at its sole discretion may
accept personnel not having passed
such training course with the
undertaking from the Consultant that he
will depute such person for training at
his own cost within a period of 9
months from date of deployment failing
which services of the incumbent will be
terminated. Till successful completion
of training, such personnel shall be paid
@ 90% of the accepted rate for that
category. No remuneration shall be
payable by the Employer for such
persons during the training period

Experience in maintenance/Installation,
Relevant
3. testing & commissioning of RRI/PI/SSI
Experience
for at least 3 years.

Does the
personnel have
any history of
involvement in
vigilance/CBI/S
PE/Police case
4. resulting No
inmajor penalty
punishment of
removal/dismiss
al/compulsory
retirement
orconviction

Note:-

98
Section-3
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned Executive
Director) may permit at his sole discretion, a person older than 50 years but not older
than 67 years after considering his physical and overall fitness to perform the desired
duties subject to the condition that the total number of experts / supervisors (except
S&T, Signal Design, P. Way, Environment& Electrical (OHE/TSS/SCADA) Experts
and Asst Expert - Railway Operation and Safety) more than 50 years of age should not
be more than 50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-Railway man
who has worked in a position of ESM or above and has relevant experience with total
length of experience not less than that prescribed for minimum professional
qualification.
3. Upto a maximum of 25% of total Supervisors in the above category may be fresh
Graduates or Diploma holders in Electronics/Electrical/Mechanical Engineering from
recognized institution subject to the condition that before engaging such personnel, the
consultant must get them trained in at least foundation course for signalling of minimum
15 working days duration approved by GRIDE from Zonal Railway Training Center or
other S&T Training Centres approved by GRIDE at his own cost. However, the fresh
Diploma holders shall be designated as Trainee Supervisors for initial 6 months period
and they shall be paid @ 75% of the accepted rate for the category. After successful
completion of 6 months of on the job training, these Trainee Supervisors shall be
interviewed by the GM(S&T) and if found suitable then shall be designated as
Supervisors and they shall be entitled for 100% of the accepted rate for that category.
If the trainee is not found suitable, his training can be extended for further 3 months at
the sole discretion of GM(S&T) otherwise he shall be replaced by the Consultant.
4.

99
Section-3
Form - 8A (12/15) - Qualification and Experience for Supervisor - Civil Engineering
Name: ___________________________
Date of Birth: ______________________

S. Qualification Details to be provided by


Requirements
No. Parameters Consultant

Minimum ITI (Civil) or +2


Professional (Science),
1.
Qualification Diploma in Civil Engineering is
preferable.

Minimum 5 years post


Length of qualification.
2.
Experience (2 years for Diploma holder and
one year for degree holder)

At least 2 years (1 year for


Diploma/degree holder)
experience of Civil works
or
Relevant
3.
Experience At least 2 years (1 year for
Diploma/degree holder)
experience as Works
Supervisor/JE(Works) or above
in Railways.

Does the personnel


have any history of
involvement in
vigilance/
CBI/SPE/Police
case resulting in
4. No
major penalty
punishment of
removal/ dismissal
/compulsory
retirement or
conviction.

Note:

100
Section-3
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned Executive
Director) may permit at his sole discretion, a person older than 50 years but not older
than 67 years after considering his physical and overall fitness to perform the desired
duties subject to the condition that the total number of experts / supervisors (except
S&T, Signal Design, P. Way, Environment& Electrical (OHE/TSS/SCADA) Experts
and Asst Expert - Railway Operation and Safety) more than 50 years of age should not
be more than 50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-Railway man
who has worked in a position of Works Supervisor/JE(Works) or above and has relevant
experience with total length of experience not less than that prescribed for minimum
professional qualification.
3. Upto a maximum of 25% of total Supervisors in the above category may be fresh
Graduates or Diploma holders in Civil Engineering. However, the fresh
Graduates/Diploma holders shall be designated as Trainee Supervisors for the initial 6
months period and they shall be paid @ 75% of the accepted rate for the category.After
successful completion of 6 months of on the job training, these Trainee Supervisors
shall be interviewed by the CPM and if found suitable they shall be designated as
Supervisors and shall be entitled for 100% of the accepted rate for that category. If the
trainee is not found suitable, his training can be extended for a further period of 3
months at the sole discretion of CPM, otherwise he shall be replaced by the Consultant.

101
Section-3
Form - 8A (13/15) - Qualification and Experience for Supervisor - Electrical
Engineering (OHE/TSS/GS/SCADA)

Name: ___________________________
Date of Birth:______________________

S. Qualification Details to be provided by


Requirements
No. Parameters Consultant

Minimum ITI (Electrician) or + 2


(Science), Degree/ Diploma in
Electrical/ Mechanical/
Electronics Engineering OR a
Professional combination of any sub stream of
1.
Qualification basic streams of Electrical/
Mechanical/ Electronics
Engineering from a recognized
University/ Institution is
preferable.

Minimum 10 years post


qualification.
2. Length of Experience
(5 years for Diploma Holder and 2
years for degree holder

Experience in Maintenance
/Construction of OHE / PSI work
of 25 kV Railway Electrification, 3
3. Relevant Experience
years for Diploma holders, 2 years
for degree holders and 5 years for
others.

Does the personnel have


any history of involvement
in vigilance/CBI/SPE/
Police case resulting in
4. No
major penalty punishment
of removal/dismissal/
compulsory retirement or
conviction

Note:
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned Executive

102
Section-3
Director) may permit at his sole discretion, a person older than 50 years but not older
than 67 years after considering his physical and overall fitness to perform the desired
duties subject to the condition that the total number of experts / supervisors (except
S&T, Signal Design,P. Way, Environment& Electrical (OHE/TSS/SCADA) Experts
and Asst. Expert - Railway Operation and Safety)more than 50 years of age should not
be more than 50% of the total.
2. The Professional Qualification requirements can be relaxed in case of Ex-Railway men
who has worked in a position of Junior Engineer or above in the respective department
of Railway and has relevant experience with total length of experience not less than that
prescribed for minimum professional qualification.
3. Up to a maximum of 25% of total Supervisors in the above category may be fresh
Graduates or Diploma holders in Electrical/Electronics/Mechanical Engineering or any
combination thereof. However, the fresh Graduates/Diploma holders shall be
designated as Trainee Supervisors for the initial 6 months period and they shall be paid
@ 75% of the accepted rate for the category.After successful completion of 6 months
of on the job training, these Trainee Supervisors shall be interviewed by the CPM/GM
(Electrical) and if found suitable they shall be designated as Supervisors and shall be
entitled for 100% of the accepted rate for that category. If the trainee is not found
suitable, his training can be extended for a further period of 3 months at the sole
discretion of CPM/GM (Electrical), otherwise he shall be replaced by the Consultant.

103
Section-3
Form - 8A (14/15) - Qualification and Experience for Supervisor - Electrical
Engineering (General)

Name: ___________________________
Date of Birth:______________________

S. Qualification Details to be provided by


Requirements
No. Parameters Consultant

Minimum ITI (Electrician) or + 2


(Science), Degree/ Diploma in
Electrical/ Mechanical/
Electronics Engineering OR a
Professional combination of any sub stream of
1.
Qualification basic streams of Electrical/
Mechanical/ Electronics
Engineering from a recognized
University/ Institution is
preferable.

Minimum 10 years post


qualification.
2. Length of Experience
(5 years for Diploma Holder and 2
years for degree holder

Experience in Maintenance
/Construction of electrical works
pertaining to Buildings, Railway
3. Relevant Experience Platforms, Air conditioning , 3
years for Diploma holders, 2 years
for degree holders and 5 years for
others.

Does the personnel have


any history of involvement
in vigilance/CBI/SPE/
Police case resulting in
4. No
major penalty punishment
of removal/dismissal/
compulsory retirement or
conviction

Note:

104
Section-3
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned Executive
Director) may permit at his sole discretion, a person older than 50 years but not older
than 67 years after considering his physical and overall fitness to perform the desired
duties subject to the condition that the total number of experts / supervisors (except
S&T, Signal Design,P. Way, Environment& Electrical (OHE/TSS/SCADA) Experts
and Asst. Expert - Railway Operation and Safety)more than 50 years of age should not
be more than 50% of the total.
2. The Professional Qualification requirements can be relaxed in case of Ex-Railway men
who has worked in a position of Junior Engineer or above in the respective department
of Railway and has relevant experience with total length of experience not less than that
prescribed for minimum professional qualification.
3. Up to a maximum of 25% of total Supervisors in the above category may be fresh
Graduates or Diploma holders in Electrical/Electronics/Mechanical Engineering or any
combination thereof. However, the fresh Graduates/Diploma holders shall be
designated as Trainee Supervisors for the initial 6 months period and they shall be paid
@ 75% of the accepted rate for the category.After successful completion of 6 months
of on the job training, these Trainee Supervisors shall be interviewed by the CPM/GM
(Electrical) and if found suitable they shall be designated as Supervisors and shall be
entitled for 100% of the accepted rate for that category. If the trainee is not found
suitable, his training can be extended for a further period of 3 months at the sole
discretion of CPM/GM (Electrical), otherwise he shall be replaced by the Consultant.

105
Section-3
Form - 8A (15/15) - Qualification and Experience for Supervisor – P. Way
Name: ___________________________
Date of Birth:______________________

S.
Qualification Details to be provided by
N Requirements
Parameters Consultant
o.

Minimum ITI (Civil) or +2(Science),


Professional Diploma in Civil Engineering or Diploma
1.
Qualification in Railway Engineering by IPWE is
preferable.

Minimum 5 years post qualification.


Length of
2. (2 years for Diploma holder and one year
Experience
for degree (Civil Engineering) holder)

At least 2 years (1 year for


Diploma/degree holder) experience of
track laying in construction of Railway
Lines or Track Renewals for as Supervisor
or in higher capacity
Relevant
3.
Experience or
At least 2 years (1 year for
Diploma/degree holder) experience as
P.Way Supervisor /JE(P.Way) or above in
Railways.

Does the
personnel have
any history of
involvement in
vigilance/CBI/
SPE/ Police
case resulting
4. No
in major
penalty
punishment of
removal/dismis
sal/compulsory
retirement or
conviction.

106
Section-3
Note:
1. The proposed person should not be older than 50 years as on deadline for submission
of proposals. However in exceptional circumstances Employer (concerned Executive
Director) may permit at his sole discretion, a person older than 50 years but not older
than 67 years after considering his physical and overall fitness to perform the desired
duties subject to the condition that the total number of experts / supervisors (except
S&T, Signal Design, P. Way, Environment& Electrical (OHE/TSS/SCADA) Experts
and Asst Expert - Railway Operation and Safety) more than 50 years of age should not
be more than 50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-Railway man
who has worked in a position of P.Way Supervisor/JE(P.Way)or above and has relevant
experience with total length of experience not less than that prescribed for minimum
professional qualification.
3. Upto a maximum of 25% of total Supervisors in the above category may be fresh
Graduates or Diploma holders in Civil Engineering or Diploma in Railway Engineering
by IPWE. However, the fresh Graduates/Diploma holders shall be designated as Trainee
Supervisors for the initial 6 months period and they shall be paid @ 75% of the accepted
rate for the category.After successful completion of 6 months of on the job training,
these Trainee Supervisors shall be interviewed by the CPM and if found suitable they
shall be designated as Supervisors and shall be entitled for 100% of the accepted rate
for that category. If the trainee is not found suitable, his training can be extended for a
further period of 3 months at the sole discretion of CPM, otherwise he shall be replaced
by the Consultant.

107
Section-3
Form – 8B - Summary of Information of Proposed Personnel (Project Manager and
Resident Engineer)
Name of Project: “Project Management Consultancy for ................

Total
No. of Experien
Length
Family Proposed years of ce since
Name of Education/
Name, position Natio relevant Completi
Sr Particulars of the service Degree (Year/
First for the nality project on of
Firm with the Institution)
Name project experie Educatio
Firm
nce n in no.
of years

Signature of Consultant (Authorized signatory)

Seal
Full Name…………………………
Title…………………………………
Address …………………………...

108
Section-3
Form - 8C (1/3) - Format of CV

Name of Project: “Project Management Consultancy for ...............


CURRICULUM VITAE (CV) FORMAT TO BE SUBMITTED WITH PROPOSAL FOR
THE PROJECT MANAGER(S) AND RESIDENT ENGINEER(S). (For other personnel,
same to be submitted later as per tender document.)

1. PROPOSED POSITION :
2. NAME :
3. DATE OF BIRTH :
4. NATIONALITY :
5. PERSONAL ADDRESS :
6. TELEPHONE NO. :
7. MOBILE NO. :
8. FAX NO. :
9. E-MAIL ADDRESS :
EDUCATION :
(The years in which various Qualifications
10. were obtained must be stated)
11. OTHER TRAINING :
12. LANGUAGE & DEGREE OF :
13. PROFICIENCY :
14. MEMBERSHIP IN :
15. PROFESSIONAL SOCIETIES :
16. COUNTRIES OF WORK :
17. EXPERIENCE :
EMPLOYMENT RECORD (Starting with
present position, list in reverse order every
18. :
employment held and state the start and end
dates of each employment)

Detailed Experience:
Experience 2
Experience 1 (Add column
as required)
From (Date)
To (Date)
Name of Employer
Name of the Project, Specific section of Project, location &length
Position Held
Mention whether worked as In-charge or one level below the In-
charge of the Project/section of the project or any other capacity
Description of Duties discharged including Works Undertaken
Any other relevant facts

109
Section-3
Form - 8C (Contd……2/3)
Notes:
1. Under column ‘Position held’, mention the designation held i.e. Team Leader, Project
Manager, Sr. Engineer etc. and clearly state if you were an employee of any Firm along
with your designation or have worked as a consultant or an adviser.
2. In case person has held more than one position in the same project, separate entry for
each such position should be made in the above table.
3. Under the column ‘Description of Duties discharged including Works Undertaken’,
clearly mention the type of work undertaken/supervised such as steel/PSC bridge
construction, signalling work, OHE construction or maintenance work etc as applicable.
4. In case, only month & year are mentioned instead of exact dates for any employment in
‘From’ and ‘To’ columns above, then for calculation purposes, total period for that
employment will include intervening months plus one month for that employment.
5. CERTIFICATION (Please follow exactly the following format. Omission will be seen
as noncompliance)
(i) I, the undersigned Certify that, to the best of my knowledge and belief, this bio-data
correctly describes my qualifications, my experience and myself. I understand that
any wilful misstatement described herein may lead to my disqualification or
dismissal, if engaged.
(ii) I have not been removed by Competent Authority of Central/ State Govt / PSUs
from any of my works without completing my assignment and shall be available to
work with the consultants. In case I leave the assignment without approval of
GRIDE or I am removed by GRIDE on account of some default, GRIDE would be
at liberty to take appropriate action against me including debarment for up to Three
Years.
(iii)I am willing to undertake the assignment and ensure my availability for the duration
of the assignment.
a. I have no history of involvement in Vigilance/CBI/Police Case, resulting in
major penalty punishment of removal/dismissal/compulsory retirement or
conviction.
b. I have never been debarred from Project Management Consultancy by
Central/ State Govt / PSUs.
Or
c. I was debarred from Project Management Consultancy by Central/ State
Govt / PSUs for .... years from ../../.. to ../../.. and period of debarment is now
over.

110
Section-3
Form - 8C (Contd……3/3)
6. Name of RE/ CIVIL reporting to PM/ CIVIL - NIL
Note: Score out Item which is not applicable to you in (b) or (c) above. Fill up blanks
with requisite details in case (c) is applicable.

SIGNATURE OF PROPOSED PERSONNEL ………………………….

DATE OF SIGNING: Day………Month …………. Year…….

Certified that information stated above has been verified by me.

Signature of Consultant (Authorized signatory)

Seal
Full Name…………………………
Title…………………………………
Address …………………………...

111
Section-3
Form - 9 - Approach & Methodology proposed for Performing the Assignment
Name of Project: “Project Management Consultancy for.............................

The approach and methodology will be detailed precisely under the following topics:
1. Understanding of the assignment
2. Work Breakdown structure.
3. Composition of the Team
4. Designated Experts and responsibilities- Link item 3
5. Duties and responsibilities of Team Leader and other key personnel.
6. Organizational set up and methodology for supervision and monitoring of the work of
contractor
7. QA System
8. Documentation and procedures to be prepared, adopted and furnished to Gujarat Rail
Infrastructure Development Corporation Ltd.
9. Reporting Procedure
*********
Notes:
(i) The approach and methodology should be precise and relevant to the assignment
and should not exceed five pages excluding Bar charts if any.
(ii) The approach and methodology should be submitted by the successful Consultant
within 28 days of the notification of award.

112
Section-3
Form - 10 - Firm’s Audited Financial Data for last 3 financial years:

Turnover from Consultancy Services


Particulars (in US$ when applicant is utilising the
S. No.
(Year) credentials of foreign parent/holding company
otherwise in INR)
1

Total Turnover of 3 years

Average Annual Turnover

Note:
1. Please provide Audited Balance Sheets/Profit & Loss Accounts in support of
Information given above. In the event that the audited accounts for the latest Financial
Year (Financial year immediately preceding current financial year in which the bid is
being opened) are not available, the Consultant shall furnish information pertaining to
last three financial years after ignoring the latest financial year.
2. Form 10 should be certified by Chartered Accountant.
3. In case a subsidiary is using credentials of parent/holding company in terms of ITC
1.1.2 I, figures and supporting documents of the parent/holding company shall be
submitted.
4. For filling up this form, in case the turnover figures of applicants utilising the
credentials of foreign parent/holding company are in any currency other than US $, the
same shall be converted to US$ as on the date 28 (twenty-eight) days prior to the
deadline for submission of proposals. The conversion rate of such currencies shall be
the daily representative exchange rates published by the Reserve Bank of India for the
relevant date.

113
Section-3
Form - 11 - Remuneration: Proposed Billing Rates for Key Personnel, Supervisors
Office Staff Team and Vehicles
(To be filled online only)
Sl. Particulars Duration Quantity Unit Rate (in Rs.) Amount (in Rs.)
No.
In Figures In Words In Figures
A. Key Personnel
1. 1 x 36 36 Person ------------- ----------- --------------------
Project Manager (PM)
months ------------- ----------- --------------------
2. Resident Engineer 1 x 36 36 Person ------------- ----------- --------------------
(RE)/Tracks months ------------- ----------- --------------------
3. Resident Engineer 1 x 36 36 Person ------------- ----------- --------------------
(RE)/Structure and months ------------- ----------- --------------------
Bridges ------------- ----------- --------------------
4. Resident Engineer 1 x 36 36 Person ------------- ----------- --------------------
(RE)/S&T months ------------- ----------- --------------------
5. Resident Engineer 1 x 36 36 Person ------------- ----------- --------------------
(RE)/Electrical months ------------- ----------- --------------------
(OHE/TSS/SCADA ------------- ----------- --------------------
/GS)
6. Resident Engineer 1 x 12 12 Person ------------- ----------- --------------------
(RE)/Sr. Structural months ------------- ----------- --------------------
Engineer ------------- ----------- --------------------
7. Resident Engineer 1 x 36 36 Person ------------- ----------- --------------------
(RE)/Sr. Quantity months ------------- ----------- --------------------
Surveyor - Civil ------------- ----------- --------------------
8. 1 x 36 36 Person ------------- ----------- --------------------
Expert/Planning
months ------------- ----------- --------------------
9. Expert/Quantity 1 x 36 36 Person ------------- ----------- --------------------
Surveyor - System months ------------- ----------- --------------------
(B) Supervisors
1. Supervisor Signalling 1 x 18 18 Person ------------- ----------- --------------------
months ------------- ----------- --------------------
2. Supervisor 1 x 18 18 Person ------------- ----------- --------------------
Telecommunication months ------------- ----------- --------------------
3. Supervisor - Civil 3 x 36 108 Person ------------- ----------- --------------------
Engineering months ------------- ----------- --------------------

114
Section-3
Sl. Particulars Duration Quantity Unit Rate (in Rs.) Amount (in Rs.)
No.
In Figures In Words In Figures
4. Supervisor – 1 x 18 18 Person ------------- ----------- --------------------
Electrical Engineering months ------------- ----------- --------------------
(OHE/TSS/GS/SCAD ------------- ----------- --------------------
A) ------------- ----------- --------------------
5. Supervisor – 1 x 18 18 Person ------------- ----------- --------------------
Electrical Engineering months ------------- ----------- --------------------
(General)
6. Supervisor – P. Way 2 x 24 48 Person ------------- ----------- --------------------
months ------------- ----------- --------------------
(C) Office Staff Team
1. Computer Operator 1 x 36 36 Person ------------- ----------- --------------------
cum Stenographer months ------------- ----------- --------------------
2. Multi Skilled 4 x 36 144 Person ------------- ----------- --------------------
Assistant months ------------- ----------- --------------------
3. Draftsman (Civil) cum 1 x 36 36 Person ------------- ----------- --------------------
CAD operator months ------------- ----------- --------------------
4. Accountant 1 x 36 36 Person ------------- ----------- --------------------
months ------------- ----------- --------------------
(D) Vehicles
1. Tata Sumo/ Bolero or 6 x 36 216 Vehicle ------------- ----------- --------------------
Similar Months ------------- ----------- --------------------
Total Amount in Figures --------------------

Total amount in words: _________________________________________________ only.


Note:
1. Please refer Cl 5.4.3(b) of section 4 and 6.02 (d) of section 5 for further details.
2. Deployment of vehicle shall be decided by authority.
3. The remuneration for person months shall include the payments to personnel (towards
salary & allowances, leave salary, medical insurance, PF contribution of the employer
and any other payment required as per extent laws), expenditure allowances, overheads
& profit, and all Taxes and Cess thereon (excluding GST). Other reimbursable
expenditures as stipulated in BID document will be over and above this. The applicant
should especially note the following;

115
Section-3
a. The personnel shall not be entitled to be paid for overtime nor to take paid sick
leave or vacation leave. The Consultant’s remuneration shall be deemed to cover
these items.
b. Provisions of section 1.11 of Section 5 (GCC) regarding minimum monthly
payment to personnel should be kept in view while quoting the rates.
4. Employer reserves the right to reduce the numbers and estimated person months of key
personnel, supervisors and Office Staff without any claim on either side.

Authorised Signatory

Name ………………………………..
Address………………………………
Seal………………………………….

116
Section-3
Form - 12 - Format for Affidavit to be submitted by the consultant along with the
Proposal
(To be executed in presence of Public Notary on non-judicial stamp paper of the appropriate
value in accordance with relevant stamp Act. The stamp paper has to be in the name of the
Consultant) **

I …….. (Name and designation)**…… appointed as the attorney/authorized signatory of the


Consultant, M/s. ________ (hereinafter called the consultant) for the purpose of the Proposal
for the Project Management Consultancy of _________ as per the BID No._________ of
GRIDE, do hereby solemnly affirm and state on behalf of the Consultant as under:

1. *That the Consultant has not been Blacklisted/ banned for business dealing for all
Government Departments, or by Ministry of Railways or by GRIDE/ Central PSU at
any time and/or no such blacklisting is in force as on the deadline for submission of
proposals.
2. *That none of the previous contracts of the Consultant had been terminated/rescinded
for Consultant’s failure by Gujarat Rail Infrastructure Development Corporation Ltd. /
Central PSU during the period of last 2 years before the deadline for submission of
proposals.
(Add Proviso of Clause 1.1.2VII(ii)of ITC suitably, if any Contract was so terminated).
3. That the Consultant is neither Bankrupt/Insolvent nor is in the process of winding-up
nor such a case is pending before any Court on the deadline of submission of the
proposals.
4. *That the name of the Consultant is not on the list of “Poor Performer” of GRIDE/
Central PSU as on the deadline for submission of proposals.
5. We declare that the Consultant have not either changed their name or created a new
business entity as covered by the definition of “Allied Firm” under para 1102 (iii) of
chapter XI of Vigilance Manual of Indian Railways with latest amendments and
corrections (available on website of Indian Railways), consequent to having been
banned business dealings or suspended business dealings or having been declared as
poor performer.
6. We declare and certify that we have not made any misleading or false representation in
the forms, statements and attachments in proof of the qualification requirements.
7. We declare that the information and documents submitted along with the proposal by
us are correct and we are fully responsible for the correctness of the information and
documents, submitted by us.
8. We understand that in case we cease to fulfil the requirements of the eligibility and
qualifying criteria at any time after opening of proposals and till finalization of
proposals, it will be our bounden duty to inform the Employer of our changed status
immediately and in case of our failure to do so, our proposal shall be rejected and
proposal security shall be forfeited. In case such failure comes to the notice of Employer
at any time after award of the contract, it will lead to termination of the contract and

117
Section-3
forfeiture of Proposal or Performance Security. We shall also be liable for Banning of
Business dealings upto a period of five years.
9. We understand that if the contents of the affidavit are found to be false at any time
during bid evaluation, it will lead to forfeiture of the proposal security. Further, we
[insert name of the consultant]**_______ understand that we shall be liable for banning
of business dealings upto a period of five years.
10. We also understand that if the contents of the affidavit are found to be false at any time
after the award of the contract it will lead to termination of the contract, forfeiture of
Proposal or Performance Security and banning of business dealings fora period of upto
five years.

SEAL AND SIGNATURE OF THE CONSULTANT

Verification:

Verified on ______ day of _____ at _________ that the contents of the above mentioned
affidavit are true and correct and nothing material has been concealed there from.

SEAL AND SIGNATURE OF THE CONSULTANT

** The contents in Italics are only for guidance purpose and details as appropriate, are to be
filled in suitably by Consultant.
Attestation before Magistrate/Public Notary

118
Section-3
Form - 13 - Form of Bank Guarantee for release of amount withheld under section 6.01
of GCC (Retention money)
(On non-judicial stamp paper of the appropriate value in accordance with stamp Act. The
stamp paper to be in the name of Executing Bank)
From:
………………………..
……….Name and Address of the Bank…..
……………………………………..
To:
Director (Project and Planning),
Gujarat Rail Infrastructure Development Corporation Ltd. ,
7th Floor, Block No. 6,
Udyog Bhavan, Sector 11,
Gandhinagar, Gujarat 382011.

a. WHEREAS, Gujarat Rail Infrastructure Development Corporation Ltd. , (hereinafter


called the Employer), acting through Director (project and Planning) has entered into
a contract with [Insert Name and address of the Consultant’s Representative],,
(hereinafter called the Consultant),for providing Project Management Consultancy
Services for the work of [Insert Name of Work], vide Notification of Award No.[Insert
Notification of Award No.].
b. WHEREAS as per conditions of contract Employer has withheld an amount of
Rs____[Insert Amount withheld] withheld under Section-6.01 of GCC till date, and
WHEREAS now the Consultant has requested the Employer for releasing Rs.
__________[Insert the required Amount]on submission of a bank guarantee of
equivalent amount which has been accepted by the Employer.****
c. WHEREAS, [Insert Name of the Bank], with its Branch [Address] having its
Headquarters office at [Address], hereinafter called the Bank, acting through
[Designation(s) of the authorised person of the Bank], have, at the request of the
Consultant, agreed to give guarantee as hereinafter contained:

1.
KNOW ALL MEN by these present that I/We the undersigned [Insert name(s) of
authorized representatives of the Bank],being fully authorized to sign and incur
obligations for and on behalf of the Bank, confirm that the Bank, hereby,
unconditionally and irrevocably guarantee the Employer to pay the full amount in the
sum of [Insert Value of the Bank Guarantee being submitted] as above stated.
2. The Bank undertakes to immediately pay to the Employer any amount up to and
including aforementioned full amount upon written order/orders from the Employer
without any demur, reservation or recourse.
3. On payment of any amount less than aforementioned full amount, as per demand of the
Employer, the guarantee shall remain valid for the balance amount i.e. the
aforementioned full amount less the payment made to the Employer.
4. The Bank shall pay the amount so demanded without any reference to the Consultant
and without the Employer being required to show grounds or give reasons for its
demand or the amount demanded.

119
Section-3
5. The guarantee hereinbefore shall not be affected by any change in the constitution of
the Bank or in the constitution of the Consultant.
6. The Bank agrees that no change, addition, modifications to the terms of the Contract
Agreement or to any documents, which have been or may be made between the
Employer and the Consultant, will in any way release us from the liability under this
guarantee; and the Bank, hereby, waives any requirement for notice of any such change,
addition or modification to the Bank.
7. This guarantee is valid and effective from the date of it’s issue, which is [insert date of
issue]. The guarantee and our obligations under it will expire on[Insert the date twenty
eight days after the expected end of defect liability period.]. All demands for payment
under the guarantee must be received by us on or before that date.
8. The Bank agrees that the Employers right to demand payment of aforementioned full
amount in one instance or demand payments in parts totaling up to the aforementioned
full amount in several instances will continue until either the aforementioned full
amount is paid to the Employer or the guarantee expires.
9. The Bank agrees that it’s obligation to pay any amount demanded by the Employer
before the expiry of this guarantee will continue until the amount demanded has been
paid in full.
10. The expressions Bank and Employer herein before used shall include their respective
successors and assigns.
11. The Bank hereby undertakes not to revoke the guarantee during its currency, except
with the previous consent in writing of the employer. This guarantee is subject to the
Uniform Rules for Demand Guarantees, ICC Publication No. 758.

Date …………
Place………….
………………………………………
[Signature of Authorised person of Bank]
…………………….
[Name in Block letters]
……………………..
[Designation]
…………………..
……[Address]……
………………………….
Witness :
Signature
Name & Address & Seal
Signature Bank’s
Seal
Name & address & Seal Authorisation
No…………..

Note :

120
Section-3
1. All italicized text is for guidance on how to prepare this bank guarantee and shall be
deleted from the final document.
2. In case the guarantee is issued by a foreign Bank, the said bank shall have operations
in India and should be countersigned by Indian operations branch of the said bank.
3. The Bank Guarantee should be duly attested by Notary public with notarial stamps of
appropriate value affixed thereon.
4. **** strike out whichever is not applicable.

121
Section-3
Form - 14 - Format for undertaking to be submitted by Parent/Holding Company of the
Consultant
(To be submitted in case the Consultant is utilizing credentials of Parent/Holding Company)
((To be executed on the letter head of the parent/holding company)**

I …….. (Name and designation)**…… appointed as the attorney/authorized signatory#


of……………… (Name of Parent/Holding Company)**being Parent/Holding Company
(hereinafter called the Parent Company) of the Consultant, M/s. ________ (hereinafter called
the consultant) for the purpose of the Proposal for the Project Management Consultancy of
_________ as per the BID No._________ of GRIDE, do hereby solemnly affirm and state on
behalf of the Parent Company that we will be providing the financial and technical back up to
the Consultant for the satisfactory completion of the Consultancy mentioned above and in case
of failure of the Consultant, we will be wholly responsible for the services proposed to be
rendered by the Consultant.

SIGNATURE OF THE AUTHORISED SIGNATORY

SEAL OF THE PARENT COMPANY

** The contents in Italics are only for guidance purpose and details as appropriate, are to be
filled in suitably.

#The documentary proof for authorizing the signatory on behalf of the parent company in the
form of Resolution of the company, power of attorney etc as applicable.

122
Section-3
SECTION 4
TERMS OF REFERENCE

PROJECT MANAGEMENT CONSULTANCY


FOR
EXECUTION OF THE WORKS INVOLVED IN

Gauge Conversion of Katosan Road – Becharaji – Chanasma –


Ranuj (65 KM) Metre Gauge to Broad Gauge Rail Section with 25
KV AC Electrification of Katosan Road – Becharaji (25 KM)
section, along with New MSIL Siding with 25 KV AC
Electrification at Becharaji (Approximately 3 KM) in Ahmedabad
Division of Western Railway

123
Section-4
TERMS OF REFERENCE
for
SERVICES TO BE PROVIDED BY PROJECT MANAGEMENT CONSULTANTS

1. Introduction & Background


1.1. Gujarat Rail Infrastructure Development Corporation Ltd. (GRIDE) on behalf of
Bahucharaji Rail Corporation Limited (BRCL) invites proposals under single stage two
packet system for the work of “Project Management Consultancy for Gauge
Conversion Of Katosan Road – Becharaji – Chanasma – Ranuj (65 KM) Metre
Gauge to Broad Gauge Rail Section with 25 KV AC Electrification Of Katosan Road
– Becharaji (25 KM) section, along with New MSIL Siding with 25 KV AC
Electrification at Becharaji (Approximately 3 KM) in Ahmedabad Division of
Western Railway”
1.2. Some works included in the main contract are to be carried out close to the running tracks
and public utilities; therefore, safety of running trains and the public is paramount. The
specified Safety and Security measures have been detailed in Annexure -1 to this Section.
The Scope of the main works to be executed by the Works Contractors are detailed in
Annexure– 2 of this Section. For complete details of these works contract along with
corrigenda, the Bidding Document of the Works Contract may be referred which is
available on GRIDE website www.gride.org.in and on www.nprocure.com ( Tender ID:
354315).
1.3. The scope of works described in Annexure 2 will be executed under Competitive Bidding
and the tenders for the same have been invited by the Employer. New BG rails(60Kg) for
this project shall be arranged by employer.

1.4. These Terms of Reference (TOR) define the services required from the `Consultants’ who
are to be engaged to assist M/s GUJARAT RAIL INFRASTRUCTURE DEVELOPMENT
CORPORATION LTD. (GRIDE) for Project Management Consultancy for the project
work specified in Para 1.1 & 1.3 above.

124
Section-4
2. The Consultants:
2.1. The Consultants shall be a firm registered or incorporated in India
2.2. The Consultants’ team of key personnel will comprise of Project Manager, Resident
Engineers and Experts in different disciplines, having requisite experience of similar type
of works. The Consultant will have to deploy only personnel who have the specified
relevant qualification and experience.
3. Objective of Consulting Services:
3.1. Objective of Consulting Services
a) The objectives of obtaining the presently offered consulting services, are to assist the
Employer in implementation of the above mentioned Project, from the present stage of
verification/establishment of reference points/data provided by the Employer, to the
stage of successful completion of all the contemplated works of the Project through the
Agency/Agencies employed for execution/Supply of materials, with the specified
Safety and Security, testing and commissioning of the Project and handing over the
completed Project to GRIDE, duly ensuring safety at work sites, Safety of running
trains, people, structures and properties adjacent to work sites, by proper
verification/deployment/suggestion of methods and means in tune with contract
conditions duly following the provisions of Share Holders Agreement, regulations,
policies, procedures & guidelines, Railway’s Rules, Regulations, procedures, Local
Laws, Bye laws & Rules and Regulations, etc., within the specified time schedule, with
the appropriate use of provisions in the works contract agreement, to achieve overall
economy.
This also includes the works like getting ‘as built/completion’ drawings prepared from
construction contractor, preparation of the required applications and documents for
obtaining the sanction of Commissioner of Railway Safety and Government Electrical
Inspector and getting such required sanctions, exercising supervision on the execution
of works, arranging for traffic blocks, where necessary, making measurement of works
done for arranging payments to the concerned Agency/Agencies, effecting various
recoveries statutory or otherwise from the running bills of the concerned
Agency/Agencies, interaction and co-ordination with Railway Administration, and
various Governmental/other Bodies/Agencies involved.
b) In a nutshell, the objectives of the consulting services are to assist the Employer to
implement the Project in conformity with Railways’ rules and regulations; and codes
Local laws, bye laws, regulations, rules etc.
3.2. The Consultants shall ensure:
(i) That the Project is implemented up to the last detail for commencement of
commercial operations by the Railway administration and provide assistance to the
Employer up to the end of `Defect Liability Period’ under the Contract. This may
include coordination with Electrical Inspector of Govt. (E.I.G) and Commissioner
of Railways Safety (CRS) in accordance with rules for opening of new railway
lines.

125
Section-4
(ii) That the Contractors are observing due diligence and prevailing standards in the
performance of the assignment.
(iii) Compliance of all rules of railways related to the execution of the project. Special
care will be taken in imposing necessary speed restriction, caution, arranging
necessary traffic blocks & OHE blocks, where necessary etc. in order to ensure
safety at all times.
(iv) Accuracy, quality of workmanship safety of the works being carried out by the
contractors.
(v) High standards of quality assurance in the execution of works;
(vi) Completion of work in the prescribed time schedule
(vii) Implementation of environmental mitigation measures;
(viii) That the Project Management Consultant’s personnel are experienced in modern
methods of contract management and construction supervision, ensuring
professional construction supervision adhering to quality, target completion dates,
compliance with the drawings, technical specifications and various requirements of
the work’s contract documents including safety;
(ix) That the Project Management Consultant assists the Contractor and the Employer
for the required coordination with the railway administration and any other
agencies, till the assets are handed over to the railway for operation.
(x) The application of reasonable and consistent design requirements in construction.
(xi) Minimizing claims disputes and assist in resolving them.
(xii) The works requiring prior CRS sanction shall only be taken after obtaining CRS
sanction.
(xiii) Optimal utilization of resources/contractual provisions with a view to bring
economy in execution.
(xiv) Accurate measurement of work done for payment, record and verification.
(xv) Timely payments and recovery of advances, various securities and liabilities
including statutory recoveries.
(xvi) Implementation of various Labour Rules, Regulations and welfare measures as per
the rules in force and laid down provisions in the Agreement.
(xvii) Assessment of material requirements to be supplied by the Employer and its proper
accounts.
(xviii) Preparation of schedule for supply of materials and machinery to be supplied by
the Employer and the Contractor.
(xix) No variations, other than specifically permitted, shall be allowed to be executed.
(xx) Apprising the Employer through progressive reports mentioned in Para 5.8.
(xxi) All mandatory testing as per the codal provision and instructions for P. way,
signalling & electrical work and Environmental monitoring Plan are being
conducted and records of such test be preserved for future."
(xxii) All machinery and equipment purchased by the contractor, against which either he
has availed excise duty/custom duty exemptions or purchased against advance
released by GRIDE, should be available at site and should not be allowed to be
removed from site without prior permission from the Employer.

126
Section-4
4. Scope of Consultancy Services:
4.1. The status and the scope of works to be executed by the EPC contractors under this Project
are given in Annexure 2 of these Terms of Reference.
4.2. The scope of the consulting services includes but is not limited to the following:
4.2.1. Consultant’s Role: The consultants will nominate a Project Manager to act as the
Engineer’s representative on site and deploy other personnel as per requirement of
Employer for provision of services. The contract for the project management
consultancy shall be up to the end of EPC contract. The consultant will act as the
Engineer for the purpose of the works contract as specified in the same.
4.2.2. Consultant’s Authority: The Consultant shall exercise such authority, in his capacity
as the ‘Engineer’ defined in the construction contract documents subject to the
Consultant having no authority for:
(i) Amending the `Contract for Works’ awarded to the Contractor.
(ii) Instructing a variation,
(iii) Instructing any change of Scope.
(iv) Agreeing or determining an extension of time and/or additional cost for any reason.
(v) Agreeing or determining extension of time for completion.
(vi) Issue of Performance Certificate.
(vii) Contractor Claims for extension of time and/or additional payment.
(viii) Agreeing or determining a new rate/extra item
(ix) Relieving the Contractor of his duties, responsibilities and obligations stated in their
contract agreements.
(x) Exercising authority for items other than those provided in these terms of reference
and stipulated in the consultant’s contract agreement.
(xi) Notwithstanding the obligations, as set out above, to obtain approval, if, in the opinion
of the Engineer, an emergency occurs affecting the safety of life or of the Works or of
adjoining property, he may, without relieving the Contractor of any of his duties and
responsibility under the Contract, instruct the Contractor to execute all such work or
to do all such things as may, in the opinion of the Engineer, be necessary to abate or
reduce the risk. The Engineer shall determine an addition to the Contract Price, in
respect of such instruction, in accordance with provisions of construction contract
(xii) In case the emergency mentioned in above Sub Paras occurs on account of failure of
Contractor, by way of not adhering to the approved scheme of work or not taking
adequate safety precautions or by any other reason attributable to the contractor, then
no additional amounts shall be paid to the Contractor for attending to such emergencies
and the Contractor shall be liable for Employer’s claims”.
4.2.3. Consultant’s Responsibility:
The Project Management Consultant shall be responsible for the following:

127
Section-4
(a) Developing Project Management Plan within 30 days from the Effective Date in the
format specified by General Consultant and/or Employer using Project Management
Software as specified in the works contract.
(b) Developing systems and procedures to administer the construction contracts and
ensure that the contractual requirements, with respect to both quality and quantity of
work, are respected and the works are constructed in accordance with the provisions
of the construction contract. The consultant shall finalize these within 45 days of
effective date. This includes job related to proper account of the material both supplied
by the contractor and the old released one.
(c) Maintaining copies of all reference documents, specifications, and drawings in a
systematic manner in the office of the Project Manager and provide relevant
documents forms and stationery to site supervision personnel.
(d) Nominating an `Engineer’s Representative’ who will be full time resident on the
Project. The consultant shall provide competent staff in full complement.
(e) Making all engineering decisions required for the successful and timely
implementation of the construction contract.
(f) The consultant shall arrange to train its Personnel who are deployed for the
Management of the Project, from time to time, as may be required, for efficient
Management.
(g) Project Planning, Project coordination, Project interfacing or linkages using Project
Management Software as specified in the works contract.
(h) Preparation and submission for Railways approval all those plans and documents
which are required for the execution of the work, but which are not covered in the
construction contract, as clarified in Note No. 3 of Form 11.
(i) Expeditious completion of work to ensure the required time schedule
(j) Supervision of all construction work.
(k) Conflict management and Change Management.
(l) Certify payments as per GRIDE’s Procedure Order notified by GRIDE time to time.
with latest amendment/revised procedure order. In addition, PMC is required to certify
provisional interim payment of the contractor after receiving statement & supporting
documents from the contractor and certify interim payment certificate after detailed
check as per Cl 17.4 of GCC of EPC contract after receiving statement & supporting
documents from the contractor.
(m) One level of checking of various drawings, plans, designs, documents prepared by
construction contractor before submission to railway for their approval. This will
include carrying out required alterations in the drawings in the process of approval.
This also includes arranging various drawings (prints or tracings, as a case may be)
from railway for reference or for alterations/modification required for execution of the
work. Approval of Railways to various plans, design, documents etc. shall be arranged
by the Consultant.
(n) Preparation of CRS applications and the related follow-up work in railways and CRS
office.
(o) Ensuring compliance to all safety requirements while progressing the work.
(p) To propose a viable phase working plan for the work, if situation warrants.

128
Section-4
(q) Ensuring consignee inspection, receipt of materials at site, account, issue of materials
to works Contractors, (including materials procured through Supply contractors) and
proper storage by Works Contractor.
(r) Project monitoring for the implementation of the Project up to commissioning of the
project or the end of the defect liability period or handing over the assets thus created
to the Zonal Railway, whichever is later.
(s) Testing of complete signalling installation as per the various provision in the codes,
manuals and Railways instructions and recording of complete testing data and
submission of the same to the client. The testing includes indoor testing like functional
test, testing of panel with reference to approved locking table, square sheet, break test
of circuits. Outdoor testing includes testing of points for obstructions, track circuits
voltages, signals, axle counter, block working etc. to ensure safe working. During
testing consultant will liaison with Railway for any correction/modification, if
required in the Railways approved drawing to ensure safety in Train operation.
(t) Preparation and submission of monthly and quarterly reports as per formats specified
by the General Consultant and/or Employer, required for management of the project
and reporting to ADB.
(u) Ensuring compliance of the works contractor to all relevant laws as specified in the
works contract including taking measures for alleviation of HIV/AIDS and prevention
of human trafficking.
4.2.4. Compliance with MOU/agreements:
Compliance with terms of memorandum of understanding (MOU) of Gujarat Rail
Infrastructure Development Corporation Ltd. with concerned Zonal
Railway(s)/Division (s).
4.2.5. Environmental Issues:
NIL

5. Detailed Terms of Reference:


5.1. BY CONSULTANT BEFORE COMMENCEMENT OF WORK BY THE WORKS
CONTRACTOR: ACTIVITIES TO BE TAKEN UP
5.1.1. Consultant shall study the information provided by the Employer such as drawings,
designs, reference points etc. He shall also study various rules, regulations, codes,
practices etc., applicable to Railway working and rules, regulations and by laws of state
and central government as applicable to project under implementation including the
agreement entered in to with the agency/agencies entrusted by the Employer for
execution of works for project completion. He shall also study the special conditions of
contract and detailed specifications to identify and decide:
(a) The Methods and The Means to be employed for execution of works.
(b) The detailed programme given by the works Contractor for implementing the various
activities of the project including stage working, if any, for achieving the Employer
defined mile stone progress during the execution of project leading to successful
completion of all works under the project including putting the created assets to use.

129
Section-4
(c) The requirement of men, machinery and material for the desired progress at different
stages of project execution in advance, so that the project gets implemented without any
hindrances as per the above-mentioned programme.
(d) Planning the requirement of machinery and materials which shall be issued by
Employer, scheduling and ensuring the availability of machinery and materials at site
in consultation with the Employer and their proper utilization and account.
(e) Checking along with the works Contractor, the correctness or otherwise of the
Employer provided reference points, data, drawings and take corrective action by way
of modifying/rectifying/supplementing the available reference points/data/drawings
and to remove any inconsistencies/redundancies/voids (gaps) in the execution
plan/schemes for safe and economical execution of works.
(f) Planning for the various checks and supervisory/managerial functions to be performed
in-house for the Project Management Consultancy, and providing competent, qualified
and experienced staff including support staff to ensure implementation of various
obligations of the works contract.
(g) Planning for maintenance of Records to be kept e.g. checks to be carried for passing of
materials/works at various stages, measurement of works/materials used, Account of
materials etc.
(h) Planning for submitting various documents required for works requiring EIG/CRS’s
sanction, checking of Completion drawings, plans, work closed statements etc.

5.1.2. Review: The Consultant shall


(i) Review the Detailed Project Reports, including the detailed construction drawings,
and the contract for the project work. The review shall identify any defects or
omissions that compromise the completeness or consistency of the design including
checking of design or affect the viability, accuracy or implementation of the
construction contract.
(ii) Review of Method statement submitted by the EPC contractor.
(iii) Review the adequacy of the contractor’s quality management system and
contractor’s proposed personnel specified in the construction contract.
(iv) Checking of designs/drawings as to functionality, general layout, adherence to
specifications and provisions of relevant codes, constructability and construction
impacts, maintainability and aesthetics;
(v) The approved Design and Drawings made by Contractor will be required to be
checked by PMC for correlating the data shown in drawings with actual available at
site, minor changes (e.g. change in foundation design because of actual type of soil
strata found during excavation resulting in variation from design soil bearing
capacity, change in dia of reinforcement due to non-availability of the reinforcement
shown in the drawing etc.).Review drawings and specifications for construction
including suggestions on design changes during progress of work. Drawings not
included in the construction contractor’s scope including those required for
phase working shall be prepared by the consultant. Further if any
plan/drawings/Design (Tracing & prints) maintained by railway are required for
execution of the work same shall be arranged by the consultant for reference,
alteration, modification etc. He shall arrange approval of various drawings from

130
Section-4
concerned railway. The drawings and design work have to be followed till the
submission of as made (i.e. completion) drawings to railways. Checking of Design
and Drawings for all temporary works (except that of the launching scheme for
triangulated steel girders) and checking of Design and Drawings for Electrical and
S&T works (e.g. Signal Interlocking Plan, Selection Table, Circuit diagram, cable
layout drawings, modification of Overhead Power Lines etc.) will also be done by
PMC.
(vi) Review proposals for S&T disconnections, block working, non-interlock working
which require “Commissioner of Railways’ Safety’s” (CRS) approval/Electrical
Inspector to Government (EIG) (wherever required), sanction/certification before the
proposals are forwarded to CRS/EIG.
(vii) Review arrangements during non-interlock working and ensure smooth progress of
work and train operation with the required co-ordination with concerned Agencies.
(viii) Liaison between various contractors, designers, such that the designs for these sub-
systems, that in particular their civil works, such as ducting, pedestals, cabins, poles
and supports will be integrated properly into the over all project works.
(ix) Review proposal for acceptance by RDSO under the guidelines of cross acceptance
for any equipment or system proposed by the contractor for execution of the work.
(x)
a. The EPC Contractor has to make available Designs and Drawings for all Civil
Engineering Structures including Bridges and temporary works required for
execution of works.
b. The contractor executing the works will make out the necessary Designs and
Drawings required for Electrical works.
c. The approved Design and Drawings mentioned above will require to be checked
by PMC for minor changes (e.g. change in foundation design because of
variations of SBC, non-availability of the reinforcement shown in the drawing
etc.).Checking of Design and Drawings for all temporary works (except that of
the launching scheme for triangulated steel girders), and checking of Design and
Drawings for Electrical and S&T works (e.g. Signal Interlocking Plan, Selection
Table, Circuit diagram, cable layout drawings, modification of Overhead Power
Lines etc.) will be done by PMC.
d. If in any bridge or structure for which the earlier scope in general arrangement
drawings has to be completely revised then such bridge or structure shall require
fresh preparation of GAD & design which shall be got done by Employer.

5.2. Quality Assurance: The Consultant shall:


(a) Review a Quality Assurance Manual, prepared by EPC contractor detailing the quality
assurance/control procedures.
(b) Assist the contractor to evolve a system of Quality Assurance for the works, including
but not limited to, establishing testing frequencies and acceptance criteria for all
materials and construction activities in accordance with the specifications. The system
should specify the prescribed quality checks and their frequency to be performed,
acceptable limits for each quality check and do’s and dont’s for all important activities,
in appropriate format acceptable to the Employer, so that the same can be provided to

131
Section-4
the concerned field officers responsible for supervision of respective items for ready
reference.
(c) Ensure that the procurement of materials and equipment are from the authorised
sources and are duly inspected by the nominated agencies.
(d) Inspect and approve all materials received at site proposed to be incorporated in works;
(e) Check concrete mix designs proposed by the contractors and approve/suggest
modifications to the mix designs, laying methods, sampling, testing procedures and
quality control measures to ensure the required standards and consistency in quality at
the commencement of activities;
(f) Inspect the quality of the works with regard to workmanship, compliance with the
specifications and all necessary testing required for acceptance of any item of work;
(g) Assess and check the laboratory and field tests carried out by the contractor, and carry
out independent tests in the site laboratory, wherever necessary;
(h) Maintain records of all testing, including cross referencing to items of work to which
each test refers and the location from which any samples were obtained for testing.
(i) Issue orders to the contractor to remove or make good any work which is found to be:
a. Not in accordance with the drawings.
b. Not in accordance with the specifications in terms of either work methods or
materials specifications.
c. Covered prior to inspection for acceptance or after rejection as unacceptable.
5.3. Project Control:
5.3.1. The consultant shall monitor the project covering all aspects of the project but not
limited to:

• Progress in accordance with schedules with the objective of taking remedial


measures to ensure project completion date and costs.
• Critical Interface requirements particularly when different agencies are involved
whether under different contracts or within the same contract for works.
• Cost Control
• Environmental matters
• Quality Control

132
Section-4
5.3.2. The Consultant shall develop systems to professionally manage the project
implementation. The system to include the physical and Financial Progress vis-à-vis
program and forecast cash flow. Project Management Software, as mutually agreed with
the Contractor and the Employer. The Program must identify the milestones, interface
requirements and program reporting elements. The consultant shall supply a soft copy
of program (macro) developed. The output shall be updated every month.
5.3.3. Project Management control to include cost, schedule, quality control, technical
performance and reporting for the entire project, up to the end of the defect liability
period of the contract.
5.3.4. The consultant shall take actions as may be necessary for expeditious completion within
the contract period.
5.4. Construction Supervision:
5.4.1. The Consultant shall:
(i) Ensure adequacy, stability and safety of all personnel and construction works
being executed by the contractor during the construction, operation and
maintenance up to the end of the defect liability period, including ensuring the
safety of the running trains in the vicinity of the project site.
(ii) Ensure that the works to be carried out on running lines are coordinated, planned
meticulously and executed without exceeding the traffic and power block,
ensuring that Railway operations are not disturbed by duly coordination with
Railway authorities, arrangement of power and traffic blocks from Railway will
also be the responsibility of consultant. He shall also ensure safety of workers,
Railway assets, Rolling stock and Railway users.
(iii) Conduct site visits to review progress in implementation, including physical
progress, environmental mitigation, contractor performance, and adequacy of
contractor’s supervision.
(iv) Assist/advise the Employer timely regarding handing over the site by Railway
which they will hand over in stages, in the advance actions required to be taken
for the handing over of the site and to achieve the milestones for completion of
the construction packages.
(v) Assist the Employer in co-ordination with different agencies and hold meetings
for proper and timely implementation of the Project.
(vi) Assist the Employer for liaison and co-ordination with the relevant authorities to
remove all obstacles and encumbrances from the project site, including utility
relocation and tree cutting, as required.
(vii) Assist the Employer in coordination with different agencies and hold meetings for
proper and timely implementation of the project.
(viii) Assist the Employer in the proper monitoring of progress of the works through
computer aided project management techniques.
(ix) Check contractor setting out for conformance with the drawings.
(x) Maintain close liaison with State Electricity Board to ensure modification of
overhead power lines.

133
Section-4
(xi) Prepare/issue modified drawings required for variation orders, or any other
change, agreed by the Employer.
(xii) Approve contractor’s proposed designs/drawings for all temporary works except
that of the launching scheme for triangulated steel girders.
(xiii) Inspect at regular intervals the contractor’s plant and facilities, including the
workers’ accommodation at site, to ensure conformity with the construction
contract and all government/state regulations.
(xiv) Inspect the contractor’s safety measures, including labour welfare, and
immediately notify both the Employer and the contractor of any infringement or
violation.
(xv) Maintain records, working/as-built/completion drawings, test data, details of
variations, correspondence, and diaries in the formats approved/specified by the
Employer.
(xvi) Verify lines and levels to ensure works are being executed as per the approved
drawings/layouts, alignments and levels.
(xvii) Check all hidden measurements through Project Manager/Resident Engineer
which shall be recorded by Experts before covering the works.
(xviii) Ensure that the materials used meet the specifications.
(xix) Ensure that the quality of workmanship and the temporary
arrangements/structures made for carrying out the works meet the requirement of
specifications and safety standards.
(xx) Ensure that the reinforcement provided is as per the approved drawings tied
properly with cover blocks and chairs as required.
(xxi) Inspect the works or any part of the works, at substantial completion and advise
the Employer and the contractor of any outstanding work, including defect, to be
completed/remedied during the defect liability period.
(xxii) Inspect the works at appropriate intervals during the Defect Liability Period.
(xxiii) Ensure “as-built/completion” drawings, as true record of the works as constructed,
are documented and kept in a systematic manner by the contractor.
(xxiv) Prepare an inventory of the completed works, in a format agreed with the
Employer, for use by the maintaining authority.
(xxv) Maintain account of various materials and machinery as stated below.
(xxvi) Maintaining material at site account for (a) all materials to be issued by the
Employer free of cost, (b) all released materials till they are handed over to the
Railway/re-used.
(xxvii) Maintaining accounts of (a) material brought to the site by the Contractor for
which secured advance has been paid and the use of such material; (b) other
materials brought to the site by the Contractor for which part payments are
arranged and the use of such material; (c) other materials brought to the site by
the Contractor for which, no payment will be made till they are laid and use of
such material for execution of works.
(xxviii) Maintenance of accounts of machinery made available by the Employer to the
Contractor, either free of cost or otherwise, and their effective utilization.
(xxix) Submission of monthly statement of material consumed and material balance
available to employer and review the consumption.

134
Section-4
5.4.2. Transport for Key personnel of experts of PMC: For facilitating the working of
engineers of PMC in effectively supervising of construction activities, PMC shall
provide them road vehicles, Payments for the same shall be made separately as per
vehicle month rates accepted vide form 11 of section-3.
5.4.3. Road Transport

a) The vehicles shall be new and maintained by the consultant in good roadworthy
condition including daily cleaning. The vehicle shall be replaced with a new vehicle
after a maximum run of 75,000 Km or three years whichever is earlier.
b) The vehicles shall be GPS enabled so as to track the distance and sites/ Office covered
as part of daily work by the PMC personnel.
c) The Contractor shall employ and make available competent drivers fully licensed to
operate the vehicles as and when required by the Authority’s Engineer. The Contractor
shall replace drivers at the request of the Authority’s Engineer.
d) The vehicles shall be licensed and insured for use on the public highway and shall have
comprehensive insurance cover for any qualified driver together with any authorised
passengers and the carriage of goods or samples.
e) The Contractor shall provide fuel, oil for running of each vehicle and ensure
maintenance in conformity with the vehicle manufacturer’s recommendations and all
relevant toll and parking charges incurred in connection with the Works. The vehicle
shall be provided day and night as required by the Authority’s Engineer or his
representative.
f) A suitable replacement shall be provided by the contractor for any vehicle out of
service. If the consultant at any time fails to provide vehicle(s) or substitute
vehicle(s) for a minimum 28 days / month, an amount of Rs.1500 per day for each
vehicle (that the Contractor failed to provide) shall be recovered from the
Contractor.

5.4.4. Number of Vehicles

The Consultant shall provide the following type of vehicles as per requirement indicated by the
Authority’s Engineer within one month of the date of commencement.

Number of Total vehicle months


Type
Vehicles for 36 months
Tata Sumo, Bolero, Scorpio or similar 6 216
Total 6 216

Note : Each Vehicle supplied should ply max 3,000KM per month.

The vehicle requirement given above is the maximum requirement of the vehicles at a time.
However, requirement in a particular period will be intimated by the Authority’s Engineer to
the contractor on programme basis at least 7 days before the actual date of requirement. The
Contractor shall withdraw particular vehicle(s) if the same is not further required by the
135
Section-4
Authority’s Engineer if so directed. In such cases the instructions shall be given in writing 7
days in advance. The requirement during the Defect Liability Period will be quite less than the
maximum requirement mentioned above.

During initial deployment of any/all vehicle, the vehicle shall not be more than one year old.

5.4.5. Duration of Transport Requirements

Transport for the Authority’s Engineer shall be provided so as to cover the entire completion
period(s). The transport so provided, shall continue to be the property of the Contractor.

5.5. Conflict and change Management:


5.5.1. Any disputes with regard to works being executed by the contractor shall be resolved in
the most amicable manner in accordance with the provisions of the contract.
5.5.2. The proposals for variations shall be processed in the shortest possible time duly
coordinated with the Contractor and the Employer
5.6. Measurement and Payment:
5.6.1. The Consultant shall:
(i) Verify measurements recorded by contractor for stage payment, (including plotting
of cross sections if required for earthwork) and keep measurement records, in
measurement books.
(ii) Issue interim certificates for progress payments.
(iii) Certify completion of part or all of the works.
(iv) Review and ensure continuity of the contractor’s sureties in approved formats.
(v) Prepare quarterly cash flow projections for the Employer in a format acceptable to
the Employer. Cash flows should identify budget estimates for all outstanding work.
(vi) Update cost estimates on completion of 50 percent, 75 percent and 100 percent of
the Project.
(vii) Maintain records of all plant, labour and materials used in the construction of the
works.
(viii) Check and agree the contractor materials ordering schedule.
(ix) Analyse claims submitted by the contractor and prepare a report for the Employer
addressing the contractual basis, in terms of both technical and financial issues, for
the claims and recommendations for a response to the contractor.
(x) Assist the Employer in providing clarifications/explanations to the observations
made from time to time by auditors.
(xi) Co-operate and assist the Central Vigilance Commission and other organizations as
instructed by the Employer in the event that the construction of the Project is subject
to review.
(xii) Adhere to GRIDE’s Procedure Order for measurement and payments, with latest
amendments, and also adhering to provisions in specifications and stage payment as
detailed in the construction contract.

136
Section-4
5.7. Project Completion:
5.7.1. The Consultant shall issue the relevant certificates as may be required in the
construction contract documents.
5.7.2. Consultant shall be responsible to obtain all records of completion drawings and
completion documents from the contractor and prepare completion estimates in
accordance with provisions of Indian Railways Engineering Code. This shall be
submitted within six months of issue of taking over certificate.
5.8. Reports:
5.8.1. The Consultant shall prepare and issue to the Employer six (6) copies of the following
reports, the format and content of which are to be acceptable to the Employer:
(i) An Inception Report to be submitted within 21 days of commencement of
services.
(ii) Project Management Plan: Within 30 days of the Effective Date.
(iii) Systems and Procedures duly covering quality and safety plan: Within 45 days
of Effective Date of services along with necessary proformas, stationery for
smooth functioning.
5.8.2. In addition to the above the Consultant shall provide the following reports in a format
approved by the Employer.
(i) A daily report including significant events, if any, on the previous day. The
report shall be sent by e-mail or fax to the Employer’s head office and the
Employer’s representative at site. This report will also include any
event/happening which is likely to affect the progress, quality of work and
safety.
(ii) A brief monthly progress report to be submitted within 7 days of the end of
each month. This report should include details on progress of checking of
designs/drawings/approval of drawings and specifications for construction,
deployment of technical and supervisory staff by the Contractor and progress
of construction work with reference to the targets.
The report should also include: -
(a) List of approval sought and given.
(b) Measures aimed at course corrections – their requirement and their
implications.
(c) Unresolved claims their genesis, justifications and recommendations
on the same.

137
Section-4
(iii) A detailed Quarterly Report, to be submitted within 14 days of the end of each
quarter. Quarterly reports should include a description of project activities
illustrated by progress/completion photographs, status of any delays and
detailed plan to make up any shortfall or deficiency, status of contractual
claims, and details of all latest financial projections;
(iv) A detailed Contract Completion Report with completion documents within 6
(six) months of completion and date of commissioning.
(v) Any other report as sought be the Employer from time to time.

6. Implementation Arrangements:
6.1. It is anticipated that the consulting services defined under this TOR are anticipated to
commence as specified in Data Sheet in Section 2 hereof. The actual commencement
date will be confirmed during negotiations and will be dependent upon progress towards
the award of the construction contract.
6.2. The period of services has been derived on the basis of the consulting services
commencing in the same month as the commencement date of the construction contract
and extending 18/15 Months into the Defect Liability Period. However, neither the
Commencement Date(s) nor the end of the Defect Liability Period shall be construed as
necessary conditions of either commencement or completion of the consulting services.
6.3. Project Director, nominated by the Employer, will be the Employer’s Representative.
7. Consultant’s Organization & Staffing
7.1. Organization:
7.1.1. The Employer’s require the projects to be managed in three tiers as given below:

• Project Manager
• Resident Engineers (Discipline wise)
• Experts and supervisors(Discipline wise)
7.1.2. Office staff team shall assist the personnel managing the project.
7.2. Estimate of Person-months of Personnel:
7.2.1. The estimated person-months of personnel are given below – (The estimate of person
months as well as requirement of posts to be decided for project. The number and
quantity indicated below are only for the purpose of guidance of the format to be
followed.)

138
Section-4
Sr. Particulars Duration Quantity Unit
No.

A. Key Personnel
1. Project Manager (PM) 1 x 36 36 Person months
2. Resident Engineer (RE)/Tracks 1 x 36 36 Person months
3. Resident Engineer (RE)/Structure and Bridges 1 x 36 36 Person months
4. Resident Engineer (RE)/S&T 1 x 36 36 Person months
5. Resident Engineer (RE)/Electrical 1 x 36 36 Person months
(OHE/TSS/SCADA /GS)
6. Resident Engineer (RE)/Sr. Structural Engineer 1 x 12 12 Person months
7. Resident Engineer (RE)/Sr. Quantity Surveyor - 1 x 36 36 Person months
Civil
8. Expert/Planning 1 x 36 36 Person months
9. Expert/Quantity Surveyor - System 1 x 36 36 Person months
(B) Supervisors
1. Supervisor Signalling 1 x 18 18 Person months
2. Supervisor Telecommunication 1 x 18 18 Person months
3. Supervisor - Civil Engineering 3 x 36 108 Person months
4. Supervisor – Electrical Engineering 1 x 18 18 Person months
(OHE/TSS/GS/SCADA)
5. Supervisor – Electrical Engineering (General) 1 x 18 18 Person months
6. Supervisor – P. Way 2 x 24 48 Person months
(C) Office Staff Team
1. Computer Operator cum Stenographer 1 x 36 36 Person months
2. Multi Skilled Assistant 4 x 36 144 Person months
3. Draftsman (Civil) cum CAD operator 1 x 36 36 Person months
4. Accountant 1 x 36 36 Person months
(D) Vehicles
1. Tata Sumo/ Bolero or Similar 6 x 36 216 Vehicle
Months

139
Section-4
Note:
1. Project Manager will be the overall in-charge of the work.
2. Employer reserves the right to reduce the number and estimated person-months of key
personnel, supervisors and Office Staff without any claim on either side.
7.3. Consultants Key Personnel- Role & Responsibility:
7.3.1. While the role and responsibility of the personnel have to cover the provisions of the
TOR, details for Project Manager are given below for the guidance of Consultants
Project Manager: He shall:
(a) Be in the overall in-charge and control of the project contract.
(b) Be the nodal person for the Employer.
(c) Perform the role and responsibility envisaged for the consultant in these TOR and
Contract agreement as a whole and act as the ‘Engineer’ for that contract.
(d) Be the leader for contract management, contract administration (post award) which
also includes site supervision, Quality Control in accordance with provision of these
TOR.
(e) Comply with the instructions given by the Employer for proper execution of the
project.
(f) Distribute the role and responsibility of each of the personnel working under him in
consultation with the Employer.
7.3.2. The qualifications of personnel required are indicated in Section 3 Form 8 A for
respective positions.
7.4. Deleted.
7.5. Facilities for the PMC Personnel:
(a) The Consultant shall provide mobile phones for communications to all the personnel
at his own cost. In case of failure of the Consultant to do so, the Employer may
purchase and provide the same and recover double the cost incurred from the bills of
Consultant.
(b) The facilities to be provided to the PMC by the Authority are specified in data sheet
attachment 2 of Section 2. However, safety equipment like safety shoes, jacket,
helmets etc for PMC staff (over and above that provided by the contractor) may be
procured by the Consultant(to ensure that each and every personnel of the PMC is
provided with safety equipment) of after obtaining prior approval of the Employer or
the same shall be provided by the PMC on the instructions of the Employer and the
expenditure incurred on the same shall be reimbursed to the Consultant under GCC
clause 6.14.
(c) The PMC shall provide road transport to his personnel as per Para 5.4.2. payment for
same shall be made separately as per Vehicle month agreed by authority vide FORM
11.
(d) PMC shall provide 5(five) personal computers with all facilities like printer, fax,
scanner etc.to the key personnel for them official use. The equipment after completion
of work shall be the property of PMC. The rates for man months accepted shall include
the cost of these equipment. No separate payment shall be made.

140
Section-4
Annexure 1 (Section 4)
Safety aspects specified for execution of Works Contract(s) for which presently
Project Management Consultancy Services
Is called for

Employer’s requirement regarding safety aspects are stipulated in the Bid Documents for the
works Contract(s)under Section 5 and its Corrigenda, which may be referred to.
As some of the WORKS IN CONNECTION WITH THE new line Gauge Conversion
HAVE TO BE EXECUTED CLOSE TO RUNNING LINES, SAFETY IS
PARAMOUNT. SPECIFIC PROVISIONS MADE IN THE BID DOCUMENT FOR THE
EXECUTION OF WORK REGARDING SAFETY AND SECURITY ARE
REPRODUCED BELOW FOR READY REFERENCE.
Safety and Security
1.1. The works included in this contract are to be carried out close to the running tracks and
public utilities, therefore, safety of running trains and the public is paramount.
Therefore, all activities undertaken by the Contractor/his Sub-contractors shall ensure
safety at all times. The contractor shall comply with the instructions issued by the
Railway/ Engineer/Employer from time to time to ensure safe running of trains while
carrying out works. The rates quoted by the Contractor shall be deemed to include all
expenditure incurred in compliance with the same.
1.2. Before starting any excavation work adjacent to existing track, the contractor shall
ensure that necessary permissions have been obtained and required precautions have
been taken for doing such work in terms Joint Procedure Order reproduced below:
“JOINT PROCEDURE ORDER FOR UNDERTAKING DIGGING WORK IN
THE VICINITY OF UNDERGROUND SIGNALING, ELECTRICAL AND
TELECOMMUNICATION CABLES”.
a. A number of Engineering works in connection with gauge
conversion/doubling/third line are in progress on various railways, which require
extensive digging work near the running track, in close vicinity of the working S&T
cables carrying vital safety circuits as well as electrical cables feeding the power
supply to cabins.ASM room, RRI Cabin, Intermediate Block Huts (IBH) etc.
Similarly, S&T organisation under open line or construction units under CAO/C,
are executing various Signalling and Telecom works requiring digging of earth for
laying of cables or casting of foundations for the erection of signal posts etc.
RailTel is also executing the work of laying of quad cable and OFC on various
Railways as a part of sanctioned works for exclusive use of Railways for carrying
voice and data i.e. administrative and control communication, PRS, FOIS etc. or
shared by RailTel Corporation of India Ltd. On certain sections digging is also
required for laying of electrical cable and casting of foundation for the erection of
OHE masts by Electrical Dept. Generally, these works are executed by contractors
employed by these organisations.

141
Section-4
b. However, while carrying out these works in the vicinity of working signalling,
telecommunication and electrical cables, at times, cable cuts take place due to JCB
machines working along the track or during the digging work being done by
contractors carrying out the Civil Engineering Works. Similarly, such cable cuts
are also resulting due to works undertaken by S&T or Electrical departments. Such
cable faults results in the failure of vital signalling and telecommunication circuits
& electrical installations.
c. Henceforth, the following joint procedure shall be followed by Engineering,
Electrical and S&T (and RailTel organisation, wherever such works are being done
by them)officers of the respective divisions and by the construction organisation,
while carrying out any digging work near to existing signalling &
telecommunication and electrical cables, so that the instances of cable cut due to
execution of works, can be controlled and minimized.
1. S&T Department (and RailTel, where they have laid the cables) and
Electrical department shall provide a detailed cable route plan showing
exact location of cable at an interval of 200m or wherever there is change
in alignment so that the same is located easily by the Engineering
official/contractor. In addition, S&T department and Electrical department
shall also provide cable markers along the alignment of the cable. These
cable route plans shall be made available to the Sr.DEN/DEN or Dy.CE/C,
as the case may be, by Sr. DSTE/DSTE or Sr. DEE/DEE of the divisions or
Dy.CSTE/C or Dy.CEE/C within 15 days in duplicate. Sr.DEN/DEN or
Dy.CE/C will send copies to their field unit i.e. AEN/SE/P.Way & Works.
2. Before taking up any digging activity on a particular work by any agency,
Sr.DSTE/DSTE or Sr.DEE/DEE of the section shall be approached in
writing by the concerned Engg. or S&T or Electrical officer for permitting
to undertake the work. Sr.DSTE/DSTE or Sr.DEE/DEE, after ensuring that
the concerned executing agencies including the contractor have fully
understood the S&T and Electrical cable route plan shall permit the work in
writing within 7 days of the request by concerned department.
3. After getting the permission from S&T or Electrical department as the case
may be, the relevant portion of the cable route plan shall be attached to the
letter through which permission is issued to the contractor by concerned
Engg. official for commencement or work and ensuring that the contractors
have fully understood the cable route plan and precautions to be taken to
prevent damage to the underground cables. The contractor shall be asked to
study the cable plan and follow it meticulously to ensure that the safety of
the cable is not endangered. Such a provision, including any penalty for
default, should form part of agreement also. It is advisable that a suitable
post of SE/Sig or SE/Tele or SE/Electrical(TRD or G) shall be created
chargeable to the estimates of doubling/gauge conversion, who can help
Engg. agencies in the execution of the work. However basic responsibility
will be of the department executing the work and the Contractor. Creation
of posts is not mandatory.
4. 4 The SE/P.Way or SE/Works shall pass on the information to the
concerned SE/Sig SE/Tele or SE/Electrical(TRD or G) about the works

142
Section-4
being taken up by the contractors in their sections at least 3days in advance
of the day of the work. In addition Engineering control shall also be
informed by SE/P.Way or SE/Works, who in turn shall pass on the
information to the testroom /network operation centre of
RailTel/TPC/Electrical control.
5. On receiving the above information, SE/Sig or SE/Tele or
SE/Electrical(TRD or G) shall visit the site on or before the date of taking
up the work and issue permission to the contractor to commence the work
after checking that adequate precautions have been taken to avoid the
damage to the cables. The permission shall be granted within 3 days of
submission of such requests.
6. The name of the contractor, his contact telephone number, the nature of the
work shall be notified in the Engineering control as soon as the concerned
Engineering officials issue the letter authorizing commencement of work to
the contractor. Test room shall be given copies. Test room shall collect any
further details from the Engineering Control and shall pass it on to
S&T/RailTel & Electrical officials regularly. In case the supervisors of
concerned departments do not turn up on the day as advised in terms of para
4 and 5 above, the works of contractor should not be stopped on this
account.
7. In case of works being taken up by the State Government, National
Highway Authority etc., the details of the permission given i.e. the nature
the work, kilometre etc. be given to the Engineering control including the
contact person’s number so that the work can be done in a planned manner.
The permission letter shall indicate the contact numbers of Test
room/network Operating Centre of RailTel/TPC/Elect. Control.
8. Where the nature of the work taken up by the Engineering department is
such that the OFC or other S&T cables or Electrical cables is to be shifted
and relocated, notice of minimum one week shall be given so that the
Division/RailTel/Construction can plan the works properly for shifting.
Such shifting works shall in addition, for security and integrity of the cables,
be supervised by S&T supervisors/RailTel supervisors/Electrical
Supervisors.
9. The concerned SE/P.Way/SE/Works/SE/Sig/SE/Tele/SE/ Electrical (TRD
or G) or RailTel supervisors supervising the work of the contractor shall
ensure that the existing emergency sockets are not damaged in view of their
importance in providing communication during accident/emergency.
10. In case of minor nature of works where shifting of cable is not required, in
order to prevent damage to the cable, the Engineering contractor shall take
out the S&T or optical fibre cable or Electrical cable carefully from the
trench and place it properly alongside at a safe location before starting the
earthwork under the supervision of SE/Sig or SE/Tele or SE/Electrical(TRD
or G).The cable shall be reburied soon after completion of excavation with
proper care including placement of the brick over the cable under the
supervision of S&T or Electrical supervisors. However, the work will be
charged to the concerned engineering works. The responsibility for ensuring

143
Section-4
availability of SE (Signal), SE (Electrical) as per para 4 and 5 above lies
with the respective department. The contractor will go ahead with the
shifting of cables as per the program decided and he will not be held
responsible for any cable cut.
11. In all the sections where major project are to be taken up/going on
RailTel/S&T department shall deploy their official to take
preventive/corrective action at site of work. As regards Electrical
Department, the official may be deputed on need basis.
12. No new OFC or quad cable shall be laid close to existing track. It shall be
laid close to the Railway boundary on one side of the Railway track to the
extent possible to avoid any interference with the future works (doubling
etc.). It shall be ensured in the new works of cable laying that the cable route
is properly identified with electronic or concrete markers. Wherever
multiple cables are laid in a trench, RFID markers may be provided for easy
identification of the cable. Henceforth, wherever cable laying is planned,
before undertaking the cable laying work, the cable route plan of the same
shall be prepared by the Dy.CSTE/A or Dy.CEE/C and shall be got
approved from the concerned Sr. DSTE/DSTE or Sr.DEE/DEE and also
from the concerned Dy. CE/C for new lines and from the concerned Sr.DEN
for all other projects including GC etc., to avoid possible damages in future.
Such approvals shall be granted within 15 days of the submission of the
request.
13. The works of excavating the trench and laying of the cable should proceed
in quick succession, leaving a minimum time between the two activities.
14. In case damage caused to OFC/Quad cable or Electrical cable during
execution of the work, the contractor is liable to pay a penalty for damaging
the cable. Penalty shall not be levied in case of the following:-
(i) Detailed cable route plan as per clause clause C-1 not provided by
concerned department or cable is not protected as per laid down
procedures.
(ii) The alignment of the cable does not tally with the information
provided to the contractor.
(iii) The cable depth is found to be less than 800 mm from normal ground
level.
(iv) No representative of S&T department/RailTel was available at site
guarding the cables on the fixed pre determined date and time.
15. Penalty to be imposed for damages to cable shall be as under:-
Cable damaged Penalty per location
Only Quad cable or Signalling cable Rs.1.0 Lakh
Only OFC Rs.1.25 Lakh
Both OFC & Quad Rs.1.5 Lakh
Electrical Cable Rs.1.0 Lakh

144
Section-4
Necessary debit in this regard shall be raised on the department undertaking
the work who shall in turn levy the penalty on the defaulting contractor.
S&T department shall raise the debits in case of damage to OFC or Quad or
Signalling cable and Electrical department shall raise the debits in case of
damage to Electrical cable.
16. Railways will not lodge FIR with RPF in case of works being executed by
authorized contractors of Railways who have been duly permitted to
execute the works in accordance with this JPO. Joint note by the supervisors
of the concerned department shall be prepared and the responsibility of the
cable cut should be decided without involving RPF. The joint note deciding
the fact whether the contactor should be penalized shall be completed in a
day’s time from the occurrence of cable cut.
In all other cases, when the cable is cut by an agency that was not permitted
to execute any work, FIR should be lodged with RPF.
17. While giving permission for taking up the works, concerned departments
may note that earthwork by engineering contractors will normally be done
by machines except in a few isolated locations where the quantity of earth
work is very less.
18. Railways shall make necessary correction in their future contract so that this
JPO can also be enforced contractually.
19. In case of damages to OFC, RailTel should be paid 5/6th of the penalty
recovered. RailTel shall raise demands on the S&T department in this
regard.
20. All types of signalling & OHE bonds i.e. rail bond, cross bond and structure
bond shall be restored by the contractor with a view to keep rail voltage low
to ensure safety of personnel.
21. Above joint circular shall be applicable for construction as well as open line
organization of Engineering, S&T and Electrical.
22. S&T cable and electrical cable route plan should be prepared by the
concerned S&T and Electrical officers respectively and got approved as
stipulated in para C-12 before undertaking the work. The completion cable
route plan should be finalized block section by block section as soon as the
work is completed.
23. All cable laying works shall be executed as per laid down technical
specifications, such as protection measures/protective cover, compaction of
refilled material etc.

145
Section-4
1.3. Working near running line
1.3.1. The contractor shall not allow any road vehicle belonging to him or his suppliers etc. to
ply in railway land next to the running line. If for execution of certain works viz. earth
work for parallel railway line and supply of ballast for new or existing rail line, gauge
conversion etc, road vehicles are necessary to be used in railway land next to the railway
line, the contractor shall apply to the Engineer for permission giving the type & no. of
individual vehicles, names & license particulars of the drivers, location, duration &
timings for such work/movement. The Railways/Employer/Engineer or his authorized
representative will personally counsel, examine & certify, the road vehicle drivers,
contractor’s flag men & supervisor and will give written permission giving names of
road vehicle drivers, contractor’s flag men and supervisor to be deployed on the work,
location, period and timing of the work. This permission will be subject to the following
obligatory conditions:
1.3.2. Road vehicles can ply along the track after suitable cordoning of track with minimum
distance of 6 metres from the centre of the nearest track. For working of machinery
close to the running tracks or plying of road vehicles during night hours, the contractor
shall apply to the Engineer in writing for permission, duly indicating the site details in
a neat sketch and safety measures proposed to be taken. Subject to the approval of
concerned Railway authorities, the Engineer or his authorised representative will
communicate permission to the contractor/contractor’s representative. The contractor
and his men shall strictly adhere to the instructions given along with such permissions.
1.3.3. Nominated vehicles and drivers shall be utilized for work in the presence of at least one
flag man and one supervisor certified for such work. In order to monitor the activities
during night hours, additional staff may have to be posted based on the need of the
individual site.
1.3.4. The Contractor’ machinery, equipment and vehicles shall normally operate 6 m clear of
track. Any movement/work at less than 6m and up to a minimum of 3.5m clear of track
centre, shall be carried out only in the presence of a person (including any railway
employee) authorized by the Engineer. No part of the road vehicle shall be allowed at
less than 3.5m from track centre. Cost of such railway employee shall be borne by the
Employer.
1.3.5. The Contractor’s machinery and equipment like Cranes, Flash Butt Welders, Ballasting
machinery, Compactors, Track Laying Systems etc., are required to operate close to the
existing line carrying traffic. Contractor is fully responsible for operating these
machineries without endangering the safety of the running line and traffic.
1.3.6. Safety Fencing:
a. Before commencing any work close to the running track, the Contractor shall
provide safety fencing and obtain the specific permission of Engineer to
commence the work in that stretch.

146
Section-4
b. The fencing shall be for a height of 1.5 metres with wooden/Casurina bulli posts
of length 2.1 m at 3 m centre to centre spacing as per relevant BOQ item.
c. The Contractor shall maintain the safety fencing in good working condition
throughout the period till the work in a given stretch is completed. He can
remove the fencing after getting the approval of Engineer. The fencing material
will be the property of the Contractor. Serviceable materials obtained from the
released fencing can be re-used for providing fencing in subsequent stretches.
d. The Contractor will be paid for providing safety fencing along the track as per
the relevant item in the BOQ.
e. The payment under the relevant item in BOQ will be made only once for work
in any stretch, irrespective of the number times such safety fencing is erected
and dismantled in that stretch”.

1.4. The contractor’s special attention is drawn to Para 826 of Indian Railways Permanent
Way Manual (IRPWM) introduced under Advance Correction Slip no. 69 dated
23.05.2001, Correction Slip No.95 dated 30.06.04and further amendments from time to
time, if any, made in IRPWM through Advance Correction Slips, which should
invariably be complied with.
and
Supplementary site-specific instructions, wherever considered necessary, shall be
issued by the Engineer.

147
Section-4
1.5. The work of formation in banks and cuttings throughout the length of doubling is
adjacent to track under running traffic. Many of the bridges on the proposed double line
are to be constructed either as extensions or just adjacent to the existing bridges under
running traffic. The work of Installation of Track throughout the length of doubling is
adjacent to track under running traffic. The work of Installation of Track and Signals in
the Station yards including alterations to the existing Track and Signals has to be done
adjacent to or in replacement of the existing Track and Signals which are under running
traffic. The contractor shall ensure that the safety of the running lines and running traffic
is not endangered, because of his work.
1.6. Any traffic/traction blocks, temporary speed restrictions and caution orders required in
this connection shall also be got sanctioned from the Railway authorities well in
advance, through the Engineer. The Railways may sanction the same for specific sites
within the overall recovery time available in the Railway’s time table. The contractor
shall have to schedule his programme according to the convenience of the Railways.
No claim from the contractor for any delay/inconvenience/loss on this account shall be
entertained by the Employer.
1.7. The contractor shall provide at site at his own cost, all protection measures including
exhibition and lighting of all Temporary Engineering Signals as per Railway rules,
instructions and norms. All lights provided by the contractor shall be screened so as not
to interfere with any signal light on the Railways or with any traffic or signal lights of
any local or other authority.
1.8. Ancillary and Temporary works
(i) The Contractor’s proposals for erection of all ancillary and temporary works shall
be in conformity with the proposals submitted along with the tender and
modifications thereto as approved by the Engineer.
(ii) The Contractor shall submit drawings, supporting design calculations where
called for by the Engineer and other relevant details of all such works to the
Engineer for approval at least one month before he desires to commence such
works. Approval by the Engineer of any such proposal shall not relieve the
contractor of his responsibility for the sufficiency of such works.
(iii) The contractor shall, at his own cost, design and provide any temporary
arrangements including relieving/service girders required in connection with the
above said works and remove the same, when no longer required. These
arrangements shall conform to Railway norms. The contractor shall obtain all
necessary approvals and sanctions of the concerned Railway authorities including
Commissioner of Railway Safety through the Engineer in advance and well in
time

(iv) The contractor shall ensure and be entirely responsible for proper design,
fabrication, provision and upkeep of all temporary arrangements and all
associated activities so as not to endanger safety of any assets, running track,
traffic and travelling public and for following all extent instructions, norms,

148
Section-4
practice and procedures laid down by Railway authorities in this respect, which
may be ascertained from the Railways through the Engineer.
(v) If required, Railways may, in order to ensure the safety of the running track, post
at site Regular Railway staff to watch the efficacy and safety of temporary
arrangements and protection measures round the clock for the period the same
exist in the running line and till the running line is restored back to normal.
Railways may also supervise the insertion, maintenance and removal of the
temporary arrangements. The cost of such staff shall be borne by the Employer.
(vi) Notwithstanding the above, the contractor shall not, however, be relieved of his
responsibility and obligation as aforesaid.
(vii) Save as provided in para 7 (e) above, the contractor shall bear the cost of
complying with all safety requirements. No extra payment will be made for
complying with the safety provisions under this chapter and the cost of all such
elements to meet the safety requirements shall be deemed to be included in the
Bill of Quantities.
1.9. The contractor remains fully responsible for ensuring safety. In case of any
accident, the Contractor shall bear cost of all damages to his equipment and men
and also damages to Railway and its passengers.
1.10. Suitable barricading to forewarn road vehicle driver shall be provided by the
contractor. The luminous tape strung on bamboo or steel poles can be considered
for such barricading. Barricading arrangement should be got approved by the
Engineer.
1.11. Indemnity by Contractor
The Contractor shall indemnify and save harmless the Railway/ Employer/Engineer from and
against all actions, suit proceedings, losses, costs, damages, claims, and demands of every
nature and description brought or recovered against the Railways/Employer/ Engineer by
reason of any act or omission of the contractor, his agents or employees, in the execution of the
works or in his guarding the same. All sums payable by way of compensation under any of
these conditions shall be considered as reasonable compensation to be applied to the actual loss
or damage sustained, and whether or not any damage shall have been sustained.

149
Section-4
1.12. Damage to Railway Property or Life or Private Property The contractor shall be
responsible for all risks to the works and for the trespass and shall make good at
his own expense all loss or damage whether to the works themselves or to any other
property of the Railway or the lives of persons or property of others from whatsoever
cause in connection with the works until they are taken over by the Employer and this
although all reasonable and proper precautions may have been taken by the Contractor,
and in case the Railway/Employer/Engineer shall be called upon to make good any
costs, loss or damages, or to pay any compensation, including that payable under the
provisions of Workmen’s compensation act or any statutory amendments thereof to any
person or persons sustaining damages as aforesaid, by reason of any act, or any
negligence or any omissions on the part of the contractor, the amount of any costs or
charges including costs and charges in connection with legal proceedings, which the
Railway/Employer/Engineer may incur in reference thereto, shall be charged to the
contractor. The Railway/Employer/Engineer shall have the power and right to pay or to
defend or compromise any claim of threatened legal proceedings or in anticipation of
legal proceedings being instituted consequent on the action or default of the contractor,
to take such steps as may be considered necessary or desirable to ward off or mitigate
the effect of such proceedings, charging to Contractor, as aforesaid, any sum or sums
of money which may be paid and any expenses whether for reinstatement or otherwise
which may be incurred and the propriety of any such payment, defence or compromise,
and the incurring of any such expense shall not be called in question by the Contractor.
1.13. Safety of Public
(a) The Contractor shall be responsible to take all precautions to ensure the safety of
the Public whether on Public or Railway property and shall post such look out
men as may in the opinion of the Engineer be required to comply with regulations
pertaining to the work.
(b) The Contractor shall provide effective barricading using G.I. corrugated sheets
around foundation pits, trenches, erection sites, demolition sites etc., to prevent
accidents and injuries to the public. He shall erect barricading duly leaving safe
passage for the movement of the public as per the directions of Engineer.
(c) No payment will be made for providing such barricading and the rates quoted by
the Contractor shall be inclusive of such safety measures.
1.14. Reporting of Accidents
The Contractor shall report to the Engineer details of any accidents as soon as possible after its
occurrence. In the case of any fatality or serious accident, the Contractor shall, in addition,
notify the Engineer and the Employer immediately by the quickest available means.
1.15. Life-saving Appliances and First-aid Equipment:
The Contractor shall provide and maintain upon the Works sufficient, proper and efficient life-
saving appliances and first-aid equipment to the approval of the Engineer and in accordance
with the requirements of ILO Convention No. 62. The appliances and equipment shall be
available for use at all time

150
Section-4
1.16. Security Measures
(a) Security arrangements for the work shall be in accordance with general
requirements and the contractor shall conform to such requirements and shall be
held responsible for the action or inaction on the part of his staff, employees and
the staff and employees of his subcontractors.

(b) Contractor’s as well as Sub Contractor’s employees and representatives shall wear
identification Badges (cards), uniforms, helmets, gum boots and other
safety/protection gadgets/ accessories provided by the Contractor. Badges shall
identify the Contractor and show the employee’s name and number and shall be
worn at all times while at site.

(c) All vehicles used by the contractor shall be clearly marked with the Contractor’s
name or identification mark.

(d) However, at work sites where public and/or traffic movement is there and they are
likely to come close to the work area, suitable barricading as proposed by the
Contractor and approved by the Engineer shall be provided and no additional
payments will be made for such barricading. However, payment will be made as
per item no. 1007 of BOQ for such fencing which is provided to protect adjoining
running railway track only.

(e) The contractor shall be responsible for security of works for the duration of the
contract and shall provide and maintain continuously adequate security personnel
to fulfil these obligations. The requirements of security measures shall include, but
not be limited to, maintenance of Law and Order at site, provision of all lighting,
guard, flagmen, and all other measures necessary for protection of works within the
colonies, camps and elsewhere at site, all materials delivered to the site and all
persons employed in connection with the works continuously through out working
and non-working periods including nights, Sundays and holidays, for the duration
of the contract. However, at work sites in close proximity of traffic corridors where
public and traffic are likely to come close to the work area, suitable barricading as
proposed by contractor and approved by Engineer shall be provided.

(f) No separate payment will be made for providing security measures and will be
deemed to be included in the rates quoted by the contractor.

151
Section-4
Annexure 2 (Section 4)
Scope of Project Work on EPC contract
for which
Project Management Consultancy Services
are called for
FROM EPC CONTRACT
The project comprises of Gauge Conversion between Katosan Road (proposed C/L Railway
KM 37.23) and Ranuj (proposed C/L Railway KM 101.996) with a route length of 64.77 Km.
This shall also include electrification with 25 KV AC OHE for 25 Kms between Katosan Road
and Becharaji along with 25 KV AC Electrification of new MSIL Siding at Becharaji.
The scope shall also include the following : -
a. Modifications of Track, Signalling, OHE and Electrical works in existing BG yards at
Katosan Road and Ranuj.
b. Modifications in the Track, Signalling, OHE and Electrical works in the proposed BG
lines at Katosan Road and Ranuj yards and even beyond these station limits up to a
point where such modifications will have an effect/required modification for proper
linking of alignment, Signalling, OHE and General Electrical works.
c. Electrification of Katosan Road – Becharaji Section including OHE works of Becharaji
yard.
d. Construction of all the structures connected with Gauge Conversion project Katosan
Road – Ranuj section, such as Formation, Bridges, trackwork, road crossing structures,
signal and telecommunication works and Electrification works, Station Buildings,
Platform & Passenger Amenities, Residential Quarters, Water supply, Drainage and
other allied work including demolishing of all existing structures and disposing of
release materials except 90R rails.
e. Dismantling of all MG Structures in Katosan Road – Ranuj Section.
f. Scope also includes all the works connected with new railway siding of approximately
3.0 km length for Maruti Suzuki India Ltd. (MSIL) taking off from Becharaji station
yard with 25 KV AC electrification works.
Note: The longitudinal Section/vertical alignment and size of RUBs have been finalised
by the Authority. No deviation in longitudinal levels shall be permitted.
The proposed alignment of this Project is located in the Ahmedabad Division of Western
Railways. This section is designated as “D” – Route. The section should be designed for 110
Kmph and accordingly track parameters have to be provided.
It is intended to design and construct the system as Bi-Directional Single line track between
Katosan road and Ranuj (64.77 Kms) including electrification between Katosan Road and
Becharaji (25 Kms) with 25KV, 50 Hz high rise. overhead catenary system capable of operating
at a maximum train speed of 110 kmph with 25T axle loading. The proposed alignment takes
off from Katosan Road, keeping minimum track centre in Yards of 6.50 m.

152
Section-4
The MSIL siding connectivity from Becharaji also intended to design and construct duly
including the electrification part and operate at maximum train speed of 60 kmph with 25T axle
load. Formation, Track and bridge structures are to be provided for 25T axle loads.

The Scope of the Works to be performed under the Contract (hereinafter referred to as "the
Scope of Work") shall comprise of Design and Construction of Civil, Building, Electrical, S&T,
OHE and Track Works for the Project “Gauge Conversion Of Katosan Road – Becharaji –
Chanasma – Ranuj (65 KM) Metre Gauge to Broad Gauge Rail Section with 25 KV AC
Electrification of Katosan Road – Becharaji (25KM) section along with new MSIL Siding
at Becharaji with 25 KV AC Electrification ( approximate 3 KM) in Ahmedabad Division
of Western Railway”. Scope includes supply of all new P-Way material except new 60 KG
rails which shall be supplied by the Authority free of cost.

Scope of Work shall also include any associated works relating to Manufacturing, Supply,
Installation, Testing and Commissioning for Electrified Single Line Railway capable of
operating at a speed of 110 km/h involving Design and Construction of formation in
Embankments/ Cuttings, Bridges, Tunnels, Structures, Buildings, Ballast on formation, Track
Works, Signal & Telecommunication works, Electrification works, integration with Indian
Railway System, etc. including Testing and Commissioning on Design-Build lump sum price.
The detailed description of Scope of Works is provided in this schedule. All the chainages/
lengths are indicative and approximate and shall be reviewed and firmed up by the Contractor
during Technical Design and subject to 'Notice of No Objection' by the Authority’s Engineer.
The Work Areas for the Junction and Crossing Stations which are identified in terms of
chainage from outer most facing point to outer most trailing point on either side of the Station
and as described in the following table shall be included in the Scope of Work.
Katosan Road to Ranuj new BG section:

Starting
S. No. Station End Chainage Total Length (m)
Chainage
1 KATOSAN -750 860.697 1610.697
2 DHANPURA 5786.146 7286.146 1500
3 RANTEJ 12894.931 14394.931 1500
4 DETHLI 18431.85 19931.85 1500
5 BECHARAJI 24777.432 26162.797 1385.365
6 SHANKHALPUR 26788.209 28288.209 1500
7 VENPURA 33814.86 35314.86 1500
8 KHAMBEL 38259.304 39759.304 1500
9 BHATSAR 42244.734 43744.734 1500
10 BRAHMANVADA 44966.665 46466.665 1500
11 CHANASMA 50856.18 52383.419 1527.239
12 JINTODA 55744.411 57244.411 1500

153
Section-4
13 WA-SONJITRA 60370.944 61870.944 1500
14 RANUJ 63554.077 636.926 1786.13

MSIL Siding

Starting End Chainage (Upto Total Length


S. No. Station
Chainage In-plant Entry) (m)
1 MSIL Siding 26254.797/0.00 2441.392 Approx 3000

Authority has carried out the Preliminary Survey for the entire stretch of this project from
Katosan Road to Ranuj by means of DGPS Survey and Longitudinal Section Survey with levels
originally connected to GPS 1 with assumed level of 100m at GPS 1 location and accordingly
the levels have been provided. These levels have to be connected to GTS BMs as per Survey
of India.
The Site of this Railway Project comprises the section commencing from proposed Ch: 00.00m
to Ch: 64762.58m including both Katosan Road and Ranuj Station Yards in the State of Gujarat
in the Ahmedabad Division of Western Railway zone. Proposed Chainages are taken 0.00 at
centre line of Katosan Road Station which has existing km (through chainage) of km 37.23.
The land and other structures comprising the Site are as described below

Katosan Road – Ranuj (BG Section)

Feature Description
Length of the prop. line 64.56 Km. Katosan Road to Ranuj
Number of proposed 14 Nos (4 B-Class crossing stations and 10 D-Class
Stations halt stations)
Ruling gradient proposed 1 in 200
Standard of Construction Broad Gauge (1676 mm)
Maximum Degree of curvature 4 Degree
Maximum height of bank 8m
Maximum depth of cutting 1.45 m
Bridges
(a) Major Bridges 12 Nos
(b) Minor Bridges 101 Nos
(c) Buried Boxes/Pipes/ Syphon 6 Nos
(d) FOB / Subways 4 Nos.
(e) RUB's 45 Nos.
Gauge Broad Gauge
Category of Line Group D

MSIL Siding (BG Track)


154
Section-4
The railway siding take-off point from Becharaji is 26254.797m considered as 0.00m Chainage
and the parameters of the siding is described below.

Feature Description
Length of the prop. line Approx. 3.0 Km.
Ruling gradient proposed 1 in 200
Standard of Construction Broad Gauge (1676 mm)
Maximum Degree of curvature 6 Degree
Maximum height of bank 5m
Maximum depth of cutting -
Bridges
(a) Major Bridges -
(b) Minor Bridges 2 Nos
(c) Buried Boxes/Pipes 1 Nos
(d) FOB -
(e) RUB's 4 Nos.
Gauge Broad Gauge
Maximum permissible Limit 60 kmph

The work includes without limitation, the design, construction and removal of any Temporary
Works and diversions of utility services both of Railways and local authorities as defined in
agreement. In addition, the Contractor shall undertake the rectification of defects happening in
the Permanent Works arising due to gauge conversion work to the standards at the junction
stations / till such point where the defect happens.
The Contractor is fully responsible for delivering a safe, sound, durable and satisfactorily
functioning state of the track conforming to project requirements, applicable standards, codes
and manuals as listed and detailed in “Manual of Specification & Standards for Railway
Projects”.
Certain work may require condonation of Commissioner of Railway Safety (CRS) or Railway
Board before execution of such works is taken up by the Contractor. Taking up of bridge
construction, Yard work, launching activities, other such works may require sanction of CRS.
All Site investigations, Geo-technical surveys, alignment finalisation, bridge planning, proof
consultant approvals, bore holes, signalling, communication, ancillary works, record keeping,
material testing, inspection reports etc. shall form part of scope of Works for successful
completion of Permanent Works.

A. Site Surveys and Investigations


The Project and the project facilities shall conform to the requirements of design and
specifications set out in this Manual, which are the minimum prescribed. The project report and

155
Section-4
other information provided by the Authority shall be used by the Contractor only for its own
reference and for carrying out further investigations. The Contractor shall be solely responsible
for undertaking all the necessary surveys, investigations and detailed designs in accordance
with good industry practice and due diligence, and shall have no claim against the Authority
for any loss, damage, risk, costs, liabilities or obligations arising out of or in relation to the
project report and other information provided by the Authority.
Prior to the Alignment verification and reviews of the various Reference Drawings by the
Contractor, the Contractor shall carry out validation of the data as provided by the Authority
and any additional surveys if considered necessary by the Contractor.
Validation of the data and any additional surveys as considered necessary by the Contractor is
particularly important in this Contract which imposes on the Contractor a single point
responsibility for the whole design and construction of the Works.
The Contractor shall plan and programme those validation and additional surveys as considered
necessary and investigations required to commence the design of Works and develop them to
the Survey Plan and Programme.
The Contractor shall summarize the results of Validation of Data and Additional Survey
including all the site surveys and investigations in to different reports which shall form part of
the Survey Report and shall be submitted to the Authority’s Engineer for his consent. The
Contractor shall continue to be solely responsible for the accuracy and entirety of all the site
surveys and investigations including Traverse Survey, Topographic Survey, Centre Line
Survey and Geotechnical Investigations etc. throughout the Contract. Any 'Notice of No
Objection' from Authority’s Engineer does not absolve the Contractor from his responsibility
for accurately designing Alignment and setting out the Works within the available Right of
Way.

Traverse Survey
The DGPS points and traverse points of BM’s data has been shared by the authority vide para
F of Annex 1.
The Contractor has to follow the same for verification and validate the alignment considering
100 m assumed level from GPS 1. These levels are to be updated by linking the same with
Survey of India GTS BM levels.

Topographic Survey
Upon review and 'Notice of No Objection' of the Benchmark Establishing Report by the
Authority’s Engineer, the Contractor shall immediately carry out the validation of the data
provided by the Authority including additional Topographic Survey, as considered necessary
by the Contractor, and meeting all the requirements including verification of the Right of Way
(ROW), details of which is provided by the Authority and submit the Site Location / Layout

156
Section-4
Maps and Structure Setting-out Maps etc., to the Authority’s Engineer for his review and
consent.
It shall be the Contractor's sole responsibility to ensure that there are no obstructions in the
Right of Way for Permanent Works based on the validation of data and additional survey
carried out by the Contractor. If any obstructions such as trees, structures or charted /
unchartered public utilities etc. exist, the Contractor shall locate the obstructions on the Site
Location Maps or Structure Setting-out Maps with the procedure and method statement that
addresses the handling of the obstructions and submit to the Authority’s Engineer for consent.
Such obstructions shall be dealt with as per the provisions of the Contract.
The Contractor shall summarize the results of validation of data and topographic survey and
include the same in the Survey Report and submit to the Authority’s Engineer for his consent.
Centre Line Survey
The Contractor shall review the horizontal and vertical Alignment and yard layout for each
Station as per the Design Criteria specified in the Design Standards and as per the drawings
provided under Schedule A (Enclosure A and C) and within the available ROW giving due
consideration to the various obligatory points e.g. existing Bridges, Level Crossings, ROBs etc.
The Contractor shall ensure that the Alignment is located adequately within the Right of Way
as indicated in the Alignment Drawings. If not adequately aligned, then the Contractor shall
notify the Authority’s Engineer of the conflicts including descriptions on the issue and modify
the same to ensure that there is no conflict with the Right of Way and in compliance with the
Design Criteria as stipulated in the Design Standards. The Contactor shall submit the revised
Alignment Drawings (if required) to the Authority’s Engineer for his review and consent of the
Authority.
The bridge configuration is frozen. The span and height configuration of Road Under Bridges
/ Limited Height Subways have been finalised in consultation with state administration. The L-
Section for the project is finalised.
The Contractor shall develop the Alignment Plan and Profile Drawings in respect of the
Alignment and yard layout for each Station supplemented by the data derived from the
validation of data and additional Topographic Survey and submit the same to the Authority’s
Engineer with proper justification.
The Authority’s Engineer shall seek the approval of the Authority before communicating the
Notice of No Objection of the Alignment Plan and Profile.
Upon Notice of No Objection to the Alignment Plan and Profile Drawings and yard layout for
each Station (collectively called 'Alignment Drawings') by the Authority’s Engineer, the
Contractor shall immediately carry out the Centre Line Survey and staking of the Alignment at
Site based on the Railways Benchmarks meeting all the requirements. The Centre Line Survey
shall include ROW verification / staking and Horizontal Alignment staking and shall be carried
out.

157
Section-4
Geotechnical Investigations
1) Contractor shall carry out geotechnical investigation along the alignment and details of the
same including the bore log data and SPT ' N' Value etc. shall be submitted to the
Authority’s Engineer for approval.
2) The Contractor shall carry out the exploratory core boring for all the bridges such as the
Important Bridge/Viaduct, the Major Bridges, the Railway Flyovers, the ROBs, RUBs,
Minor Bridges and the Tunnels, Rock Cutting locations along the Alignment as well as for
all the stretches on which the Embankment is to be constructed, in compliance with the
following as a minimum requirement:
a. For an n-span bridge structure, one (1) exploratory bore hole in every three (3) spans
in addition to two (2) bore holes at the both longitudinal end of the structure where
abutments are to be located shall be made (e. g. 2 bore holes for a 1- or a 2-span bridge
and 4 bore holes for a 7-span bridge and so on)
b. In case of Important Bridge/Viaduct or Major Bridge, the exploratory bore holes shall
be made at every sub-structure location.
c. For the Minor Bridges including slab bridge, a culvert box or a pipe culvert, one (1)
exploratory bore hole shall be made in one location of the structure.
d. For Rock Cutting locations, the exploratory bore holes shall be made at every fifty
(50) meters along the alignment; and
e. The Contractor shall carry out the exploratory core borings for locations on which the
Rail Track Formation is to be constructed (for both embankment and excavation
stretches) at least one (1) exploratory bore hole in every five hundred (500) meters
along the Alignment.
In case the Contractor considers that the additional Geotechnical Investigations are
necessary for undertaking the Detailed Design work, the Contractor may carry out
additional geotechnical investigation as planned in his Geotechnical Investigation Plan in
compliance with the requirements and the Specifications under the Contract. The amount
for all the geotechnical investigation to satisfy the Contractor's requirement shall be
deemed to be included in the Contract Price.
3) The Contractor shall also carry out Plate Load Test, second step Plate Load Test (Ev2) as
required and at the locations as consented by the Authority’s Engineer, to determine the
bearing capacity of the soil.
4) Based on the geotechnical investigation as above, the Contractor shall submit the
Geotechnical Interpretative Report on Structure Foundation and Railtrack Formation to the
Authority’s Engineer for review.
5) The contractor has to submit the Geotechnical report for all the activities carried out at site
along with certified copy of each report to the authority for review.
B. Alignment Drawings
The Contractor shall be responsible for validation of the data provided by the Authority and
additional surveys as considered necessary and investigations necessary for development of his
Design. The Contractor shall also be responsible for review, verifying correctness of the
Alignment & modifying / developing / optimising the same with reference to the Design

158
Section-4
Criteria as specified in the Design Standards and other technical and geometrical obligatory
requirements with respect to existing IR tracks.
During validation of the data and additional surveys, the Contractor shall link the same with
GTS Bench Marks (Survey of India Bench Marks). The final Alignment and yard layout for
each Station (horizontal and vertical) shall ensure that it caters to the design of all the Works
including, but not limited to, the Rail track formations, the Bridge Structures, the Track Works,
the Level Crossings, the Stations and depots, etc. Any structures adjacent to or traversing across
the alignment is to be consistently developed without infringing the ROW, the Structure Gauge
and the Clearances, as stipulated in the IR Schedules of Dimensions,2004 with correction slips
thereof during the Technical Design development
C. Site and Works Areas
The ‘Site’ is where the Permanent Works are to be executed within the available ROW. The
Site has been identified in the Alignment drawings and in other drawings as included in the
Reference Drawings indicating the structures proposed to be constructed for operation,
inspection and maintenance of facilities. The Work Areas comprises of the Site and areas for
the Temporary Works including the area outside the ROW.
D. Contractor’s Possession of the Site
The Authority has in its possession more than 90% of the land within Right of Way (ROW)
required for this Package.
The Authority shall give Right to Access of the Site to the Contractor as per the schedule
specified in Annexure II of Schedule A and in conformity with the Contractor's work plan duly
consented by the Authority’s Engineer and Authority.
Conditions of Possession of the Site from the Authority shall be described as follows:
1) The actual land as required for the execution of Permanent Works within the ROW shall
be handed over to the Contractor free from all encumbrances except for the land area
occupied by the duty huts & gate lodges, public power lines of 33kV and above, existing
roads, abandoned structures, other charted public utilities which are to be handled /
supported / protected permanently diverted and all the trees including the trees having girth
300mm and more. Such land area shall also be handed over to the Contractor and making
it free from all the encumbrances and / or handling the utilities to facilitate the execution
of Permanent Works shall be the responsibility of the Contractor.
2) The Contractor shall ensure that the land, for which the Right of Access has been given by
the Authority, is not encroached by unauthorized persons and is not used for any purposes
not connected with the Works.
3) Diversion of all the uncharted utilities shall be handled as specified EPC agreement and
Schedules.
4) Although the Site within the ROW shall become a possession of the Contractor during his
construction as described below, the Contractor shall be solely responsible for maintaining
the same and reinstating the same within the occupancy of Temporary Works to the entire
satisfaction of the Authority’s Engineer / Authority at his own expenses

159
Section-4
E. Contractor’s Access to the site
The timings, sequence and conditions relating to the Contractor's possession of the Site shall
be and as detailed below:
1) The Contractor shall divide the Site into separate segments and shall elaborate a schedule
for the time periods of the availability of these areas for his contract performance.
2) The Contractor shall indicate the exact nature of the various Work Segments and the extent
of Works to be carried out therein prior to the execution of the Permanent Works or making
use of the area as working space and/or for temporary works / site facilities.
3) The information as above shall be submitted as part of the Contractor's technical proposal
and shall be finalized before the Commencement Date and shall be subject to consent of
the Authority’s Engineer and approval by the Authority.
4) On the basis of the consented information above, the Contractor shall submit proposals for
the use and the occupation of each Work Segments of the Site, such submissions being at
least fifty-six (56) days prior to the programmed use of the specific segment of the Site.
The availability of Work Segment will only be permitted for the actual duration of the
Permanent and Temporary Works within the particular Work Segment of the Site.
5) Prior to the scheduled dates for returning of any of the Segment / works areas for
subsequent use by Other Contractors /Interfacing Parties/Authority, the Contractor shall
carry out the following activities:
a. Construct all Permanent Works within the Work Segment of the Site, to the
extent as defined in the Technical Design and in accordance with the
requirements of the Contract;
b. Reinstate the area to the same condition as it was taken over from the Authority,
unless otherwise as consented by the Authority’s Engineer and the Authority;
c. Form the area to the approved lines and levels and carry out such other works
as shall be required by the provisions of the Contract;
d. Remove all rubbish, debris and other materials to the entire satisfaction of the
Authority’s Engineer and the Authority.
6) The schedule for all the Segments / work areas as above shall include, but not limited to
the following data:
a. Indication of the segments of the Site;
b. Description and the intended use of the segments of the site;
c. The start and the end date of the Works in the segments of the site;
d. The start and the end date of the periods in which the Contractor shall allow the
segment of the Site to be accessed by the Other Contractors and / or the Interfacing
Party(ies).
7) Traffic possession / Traffic Block,
In case the Contractor requires a traffic block from the Authority for execution of the
Permanent Works near the running tracks including but not limited to providing connection
or for connection of the existing sidings etc., the Contractor shall prepare the work plan for
the same including proposed methodology, resources, safety & protection arrangements
and any other details as per the requirements of Western Railway and submit to the
Authority’s Engineer for his consent and approval by the Authority. Any request for the

160
Section-4
traffic block defining the duration of such possession shall have to be submitted to the
Authority at least 6 weeks in advance.
The Authority, on being satisfied with the preparedness of the Contractor, shall arrange for
the required traffic block.
The Contractor shall not overshoot the traffic block and shall clear the same within the
possession time. Authority’s Engineer / Authority shall monitor the traffic block.
In case of the non-availability of the traffic block for the desired period and / or last minute
cancellation of the traffic block by Western Railway and / or non-utilization of the traffic
block by the Contractor and / or non-completion of the targeted work by the Contractor
during the available traffic block due to any reason what so ever, the Authority shall not
entertain any claim on this account.
8) Restrictions on the timing of occupation of the traffic possession / traffic block so as to
avoid affecting operations will be made as applicable.
9) The Contractor shall submit the Authority’s Engineer a proposal for the use of the Site for
the survey and investigation if required for the Technical Design and execution of the
Works.

1. Construction of Civil and Track Works


1.1. Operational Requirements
1.1.1. The Permanent Way shall be bi-directional single line and designed to permit the
Authority to operate satisfactory at a maximum design speed of 110 km/h. All the
bridges and formation shall be constructed for 25T loading standard. Track shall be
constructed for an axle load of 25T-2008.
1.1.2. The following operating requirements to be considered:
a) New gauge converted Line will be bi-directional i.e. it will be used as a standalone
single line
b) It will have connection with existing lines at 2 station locations viz. Katosan Road and
Ranuj
c) Siding Connectivity from Becharaji station yard.
1.2. Alignment
1.2.1. The alignment of the Railway Project shall be as per the alignment plans given in
Schedule A, Annex III. The Alignment Drawings enclosed in the Reference Drawings
are indicative and the Contractor shall be responsible for verifying their correctness
and modifying them in compliance with the Design Criteria stipulated in the Design
Standards of Schedule D. The Contractor is required to review and revalidate it with
respect to his own design. The vertical alignment longitudinal section of proposed
BG track has been finalised by the Authority and no deviation from the same
shall be allowed.
1.2.2. The proposed alignment of the Project is located basically along the existing MG line
in Ahmedabad Division of Western Railway, totalling about 65 km. It is intended to
design and construct the system as Bi-Directional Single line track between Katosan

161
Section-4
road and Ranuj (65 Kms) including electrification between Katosan Road and
Becharaji (25 Kms) with 25kV, 50 Hz. overhead catenary system capable of operating
at a maximum train speed of 110 kmph with 25T axle loading along with MSIL Siding
from Becharaji Station at a maximum train speed of 60 kmph with 25 KV
electrification work. Formation, Track and bridge structures are to be provided for 25
tonne axle loads.
1.2.3. The contractor’s proposal in respect of the following shall be supported by detailed
technical analysis and shall require prior and explicit approval of the authority.
1.2.3.1. Any vertical alignment where the proposed line is deviating by 300mm from the
alignment at isolated locations provided in the Bid document.
1.2.3.2. Any change in type of Superstructure of important and major Bridges affecting the
alignment.

MSIL Siding BG track

Sr. Start Pro.


End Chainage Start PFL End PFL
No. Chainage Grade
1 0.00 215.00 2222.22 84.045 84.242/84.142
2 215.00 1210.00 -400 84.142 81.754
3 1210.00 1485.00 -200 81.754 80.379
4 1485.00 2165.00 -325 80.379 78.287
5 2165.00 3000.00 ( approx.) Level 78.287 78.287

List of Curves for MSIL Siding:

Curve R or Radius & Deflection Tangent Curve Transaction Design


No. L Degree Angle Length Length Length Speed

1 L 291.66 (6˚) 138˚ 32' 21" 770.63 705.233 60.00 60


2 R 364.58 (4.8˚) 106˚ 33' 23" 488.733 678.032 70.00 60

1.3. Geometric design and general features


1.3.1. Geometric design, gradients, curves and all other general features of the Railway
Project shall be in accordance with provisions of the Indian Railway Permanent Way
Manual.
1.3.2. The formation level at various chainages along the alignment is indicated in the L
section. These shall be verified by the Contractor in the final alignment design in
conformity with the Specification and Standards specified in the Permanent Way
Manual.
1.3.3. The ruling gradient of the section shall be 1 in 200.

162
Section-4
Wherever modification is proposed with respect to the alignment provided in the
tender document all parameters like Ruling gradient, curvature, free Board, vertical
clearance of bridges shall be notified while seeking approval of Authority’s Engineer.
1.3.4. Maximum gradient in the yards shall be governed as per Schedule of Dimensions. The
gradient of the main line and its connections to existing yards shall be governed as per
the Schedule of Dimensions. No change of gradient is permissible within 30 m from
point and crossing location in the yard premises and 50m from outer most point of
yard. Further barricading is mandatory at existing station yard modification location.
1.3.5. Released Material- The track, structure, buildings and other properties which are
disturbed or dismantled, the released bought out material except released 90R rails,
shall be the property of Contractor. Such materials of all kind and sort shall be
transported and disposed-off suitably by contractor outside railway boundary as per
the directions of Authority in-charge. Released 90R rails shall be transported to nearest
LC/ locations, leaving road approaches, and stacked properly as directed by Authority
in Charge Contractor shall be fully responsible for safe guarding of such material while
it is in its custody, till the time it is disposed-off/ handed over.
1.3.6. In case of planned dismantling of any existing asset as a part of the project, the detailed
plan and procedure for the dismantling activity with possible repercussions and
disposal of released material and other relevant details, shall be submitted by the
Contractor. Such work shall be taken up only after the approval of Authority.
Dismantling of buildings as per the agreed and approved dismantling plan and
disposing off the released material of these buildings outside railway boundary are
part of the scope of this contract. Released materials from buildings , bridges and other
structures (except released 90R rails) shall be the property the Contractor who shall
dispose-off the same outside the railway boundary.
1.3.7. Security of Material- The Contractor shall be responsible for the security of the site
for the entire period during which the site is in his possession. Notices shall be
displayed at various prominent locations around the site, to warn the public of the
dangers of entering the Site. During the progress of the work, the Contractor shall
maintain such additional security patrols over the areas of Works as may be necessary
to protect its own and its sub-contractor’s work and equipment and shall co-ordinate
and plan the security of the work under this Contract as well as the work of others
having access to and across the Site and the Works. The Contractor shall liaise with
the sub-contractors and the contractors responsible for the adjacent and other
interfacing contracts and ensure that co-ordinated security procedures are operated (in
particular with respect to vehicles permitted to pass through the site and/ or the
adjacent sites in latter periods of the Contract).
1.3.8. Safe Working- Contractor shall be fully responsible for safety of trains running on
existing track in all respect and fully follow the instructions laid down by Railways
for “Safety at Worksite”.
1.3.9. Utility Shifting- The utility shifting/ diversion plan with all details like location, size,
nature, specific feature, mode/ method of shifting and time required shall be submitted
to the Authority for approval. Contractor shall be responsible for carrying out the

163
Section-4
removal/ relocation of utilities and also their commissioning, to the specified locations
within or outside the Site, including all under and over ground structures, temporary
or permanent diversions etc. required as per the clearances of concerned authorities/
utility owners. The Contractor shall immediately inform the Authority’s Engineer and
the utility agencies of any damage to utilities, discovery of utilities not previously
identified. Certain utilities shall require temporary shifting of utilities as per agreed
and approved shifting/ diversion plan which shall be dealt as per Article 9 of the
Agreement.
1.3.10. Earthwork
1.3.10.1. The Contractor shall review, verify and revalidate all relevant factors which could
have an impact on the Design and construction of the earthwork including but not
limited to the topography, subsurface conditions, ground water levels, Temporary
Works, dewatering, drainage, climatic conditions, the availability or lack of access,
working space, storage, accommodation, restrictions imposed by the existing
Indian Railways Tracks, the proximity of adjoining structures and roads, the local
regulations regarding the obstruction of public highways and any other limitations
imposed by the site and its surroundings, for the satisfactory completion of Works
meeting with performance requirements in the stipulated time.
1.3.10.2. It will be presumed that Contractor has taken note of all effects of these constraints
on his construction operations to ensure on-time completion of the Works. No claim
by the Contractor on the grounds of lack of foresight or knowledge of the site
conditions or any unknown parameters shall be considered.
1.3.10.3. Contractor shall design the earthwork and formation and submit details along with
geo- technical reports, cross-sections of the formation at an interval of 20m, borrow
areas, material test reports, slope stability analysis, earth retaining structures,
drainage and erosion control measures, toe protection, any ground improvement,
side drains, catch water drains and planning of disposal of debris, cut spoils outside
railway premises etc.
1.3.10.4. Earthwork for Rail track Formation
Design and Construction of the Earthworks in Embankment or Cutting including
Rock Cutting for the Railtrack Formation for the Main Lines, Loop Lines, future
tracks for the track work within the Junction and Crossing Stations area and,
including but not limited to
a) Clearing & Grubbing and Stripping,
b) Excavation with or without Blasting,
c) Embankment,
d) Sub-Grade,
e) Blanket Layer,
f) Slope Protection & Erosion Control
For Rock Cutting Areas, following shall also be included
a) Protection Bund at the GL on both sides of rock cutting
b) Provision of Berms as per design
c) Catch Ditch to receive falling boulders if any
164
Section-4
d) Slope stability measures
e) Safety refuge
f) All other related works as considered necessary
The Earthwork for Railtrack Formation along the Alignment may require rock
cutting at some of the locations.
Note : - Contractor shall provide a blanketing layer of minimum 30 cm thick over the Earthwork
formation duly compacted as per guidelines even if blanketing is not warranted as per
RDSO guidelines for the entire section.

Treatment and Disposal of Earthwork Material


A. The Contractor shall be responsible for the provision of all classes of earthworks
material required for the Works, whether sourced from the excavations within the
Contract or obtained from any other sources, which are located outside the Site, for
which the Authority’s Engineer has given the consent.
B. All excavated material from the Site is deemed to be the property of the Authority
and shall not be disposed of unless it is not suitable or otherwise not required by
the Authority. All the excavated materials to the extent it is suitable and is required
at Site shall be consumed in the Site. Should the removal of the excavated material
from the Site is considered to be removed, the Contractor shall make all necessary
arrangements and a comprehensive plan and programme for the activity and submit
it to the Authority’s Engineer for his consent.
C. The disposal of surplus material, waste material, bentonite fluid and material
contaminated with bentonite, debris of demolished existing structures or buildings
and unsuitable material etc. shall be the full responsibility of the Contractor and
these materials shall be treated and disposed of by the Contractor at an approved
location(s) at his own cost. The disposal plan and programme shall be subject to
consent by the Authority’s Engineer.

1.3.11. RDSO documents (GE: G-1 and GE:0014)


The work shall be executed as per the following Guidelines issued by RDSO vide letter
no.RS/G/108/Heavy Axle Load dated 19.10.2015. However, the basic instructions (other
than those contained in these RDSO guidelines) detailed in two RDSO documents (GE:
G-1 and GE:0014) with latest correction slips shall continue to apply.

Note: Above conditions are for guidelines and not exhaustive and work will be executed
as per latest specifications issued by RDSO.

165
Section-4
Contractor shall provide a blanketing layer of minimum 30 cm thick over the
Earthwork formation duly compacted as per guidelines even if blanketing is not
warranted as per RDSO guidelines for the entire section.
1.3.12. Retaining structures
1.3.12.1. Where space limitations or other constraints do not permit provision of a stable
slope for the formation, retaining walls, Reinforced Soil Walls/Slopes shall be
provided to safely retain and support the formation, ballast and the track structure.
Such situations may include the following:
a) Where the formation level of the proposed track is at a higher elevation than
the existing Indian Railway formation and the space available between the
embankments is not sufficient.
b) Locations where the embankment height vis-a-vis right-of-way is not
adequate.
1.3.12.2. The details of the back fill and the drainage for the retaining wall shall be an integral
part of structural drawing submitted by the Contractor.
1.3.12.3. Minimum height of embankment shall generally be 1.0 meter from existing
formation level except at obligatory points like level crossings, junction yards,
bridge approaches etc. In case the difference between formation level and ground
level is less than required the existing ground will have to be excavated to provide
the formation layers of requisite thickness and specifications as mentioned in the
relevant specifications.
1.4. Bridges
The existing Bridges in MG line need to be rebuilt duly dismantling the existing bridges. The
contractor shall undertake dismantling of existing bridge structures duly taking
precautions as per Rly Standards. Modus operandi for dismantling of bridges shall
be approved from the Authority’s engineer before taking up the work.
All the released materials from dismantled Bridge structures shall be the property of contractor.
He shall dispose off all materials & debris suitably beyond the railway boundaries.
Contractor shall take into account the credit value of released materials while quoting
for the contract price.
1.4.1. All bridges shall be designed and constructed in accordance with the design
standards and specifications as per Indian Railway Concrete Bridge code, Indian
Railway Steel Bridge Code, Indian Railway Foundation &Substructure Code, Indian
Railway Bridge Manual and other codes and manuals specified in Schedule-D and
Manual of Specifications and Standard for EPC Contract-2014 issued by Ministry of
Railways. RDSO approved drawings shall be used as far as possible.
1.4.2. All bridges shall be designed for the minimum recurrence interval of floods:
a) For important and major Bridge: 1 in 100 years
b) For Minor bridges: 1 in 50 years
1.4.2.1. The Contractors should take adequate measures to protect the bank by sheet piling
or shoulder piling or any other suitable protection measures. Significant portion of
the bridgework is required to be done close to the existing running lines, Adequate
safety of these lines at all times during the execution of the work is of paramount
166
Section-4
importance. The work at such locations shall be done only after obtaining approval
of CRS if required as per approved drawing and scheme.
1.4.2.2. The work also includes the construction of river training works at the required
locations. Provision of drop wall, curtain wall, flooring, toe wall, pitching etc. as
proposed and approved drawings by Authority.
1.4.2.3. The Contractor’s design shall recognise that the new bridges are to comply with the
vertical clearances and freeboard as set down in the applicable standards,
irrespective of the vertical clearance and free board of the adjacent Bridge.
However, for relaxation in freeboard/ vertical clearance as specified in the relevant
provision of IRS Codes specific approval from the Engineer shall be taken under
unavoidable circumstances like non-availability of land or presence of other
obligatory points etc.
1.4.2.4. At certain bridges, adjacent to Existing IR bridge the formation and new track shall
be designed with smooth curves with speed potential of 110 kmph and laid
accordingly.
1.4.2.5. Contractor shall collect existing bridge data and prepare detail of catchment area
and hydrological report and geotechnical investigation report for each bridge and
accordingly design the bridge. Calculation for the same has to be submitted in
prescribed format along with report.
1.4.2.6. The bridges proposed by the Contractor shall be sized as details provided by the
Authority in the Bid document.
1.4.2.7. Wherever there is a gap between the wing walls of the existing bridge and new
bridge, walls of suitable heights on open foundations between the two set of wing
walls on new bridges and existing track, bridges are required to ensure smooth flow
of water. At such location, the valley formed between the embankments behind
such walls will be lined with rubble along with a saucer drain and the water from
such valleys shall be discharged through the walls by provision of suitable means.
1.4.2.8. All bridge abutments are to be designed with an appropriate drainage system. Back
fill arrangement behind abutments shall be as per relevant RDSO guidelines.
Bridges shall have provision of guard rails, trolley / safety refuges ballast wall on
approaches as per relevant IR provisions.
1.4.2.9. Pier / abutment caps of all bridges should have an adequate plan area so as to
accommodate the ladders, OHE masts pedestals, additional OHE mast
pedestals, carrying out inspections and for permitting the activities of pre-stressing
/ post-stressing, replacement of bearings, inspection of bearings etc. required during
the construction and service life of the bridge. All bridges shall be capable of
carrying signalling and telecommunication cables through pipes/ ducts and
drawings prepared by the Contractor shall indicate details of such provisions.
1.4.2.10. M35 Grade concrete wearing course with minimum thickness 40mm and cross
slope of 1 in 30 shall be used on the deck of all ballasted bridges.
Painting/galvanizing steel members including structural as well as supporting to be
done as per relevant codes / manuals.
1.4.2.11. Flood gauges with the marking of danger level, HFL Plaques containing bridge Nos
and indicating direction of flow, plaque showing particulars of foundation
167
Section-4
inscribing on CC/metal plate, Name boards displaying the number of the bridge,
the name of the river and inspection steps would be provided as per IR Bridge
Manuals.
1.4.2.12. The Contractor shall submit manufacturer’s warranty for all types of pre-stressing
/ post-stressing material, bearings etc. as a part of the design submission. These
shall be accepted after conforming to relevant codes/manuals. Bearing of the
bridges should be procured through RDSO approved manufacturer & suppliers
1.4.2.13. All Reinforcement Steel (TMT Bars) and Structural Steel shall be procured as per
specifications mentioned in BIS’s documents – IS:1786 and IS:2062 respectively.
Independent tests shall be conducted, wherever required, to ensure that the
materials procured conform to the specifications. These steels shall be procured
only from those firms, which are Established, Reliable and Primary Producers of
Steel, having Integrated Steel Plants (ISP), using iron ore as the basic raw material
and having in-house iron rolling facilities, followed by production of liquid steel,
as per Ministry of Steel’s (Government of India) guidelines. List of approved
vendors is provided in Schedule D Para 7 “List of approved vendors” which shall
be followed for procurement of all materials and prior approval shall be taken from
Authority Engineer.
1.4.2.14. Load testing of Bridge girders and slabs shall be done in accordance with the
provisions of IRS Concrete Bridge Code / Steel Bridge Code / Other relevant code
/ as specified by the Engineer.
1.4.2.15. For the new bridges, the Superstructure of the new bridges including span
configuration has to be followed as per the RDSO drawing while the contractor
shall design the substructure conforming to all codes and stipulations.
1.4.2.16. The bridge design shall consider stream stability, backwater, flow distribution,
stream velocities, scour potential, flood hazard, bridge protection work and river
training works.
1.4.2.17. In case of major and minor bridges, as far as possible the Superstructure of the new
bridges should have RDSO standard spans and RDSO standard drawings for 25T-
2008 loading. Superstructure shall be as per the Typical GAD. Contractor may
propose modification in the type of superstructure for approval of Authority’s
representative, while conforming to all codes and stipulations, and maintain
requisite vertical clearance.
1.4.2.18. The data and information provided are indicative and for guidance only. These
should be rechecked, verified and modified by conducting site investigation to suit
the site conditions.
Site Investigation should include to topographical survey, hydrological survey and
geotechnical surveys etc. During planning it should be ensured that the centre line
of new bridge are matching with the existing bridge. The span arrangement has
already been finalised by the Authority based on existing openings.
1.4.3. For Width and cross sections features of bridges refer to details of Bridges provided
in the schedule.

168
Section-4
1.4.4. Minimum size of RCC box shall be in accordance with the specifications and
standards. Minimum size of RCC Box with or without fill shall be 1.0 x 1.2 m. The
bridge completion plan, LWR plans, L-Section, Inspection Register for bridges,
Turnouts, LWR, Curve, Level Crossings and other track structures, Records for
welds, cushion, track defects, CRS approvals etc. shall be furnished to the Authority
by the Contractor. Pipe bridges are not permitted.
Design and Construction of the Bridge Structures grouped into Important bridges,
Major Bridges, Viaducts including Special Steel bridge spans over Indian Railways,
Rail Flyovers, Minor Bridges, Road Over Bridges (ROBs), Road Under Bridges
(RUBs), Foot Over Bridges (FOBs) as identified in this section including but-not
limited to:
a) Abutments including Foundation
b) Piers including Foundation
c) Bearings including bearing inspection platform for each bearing
d) Superstructure (open web welded through truss superstructure in case of special
steel bridge spans of viaducts) / deck including approach slab, wearing course,
railing, ballast retainers, cable ducts, deck drainage system, expansion joints,
inspection ladders etc.
e) Maintenance Staff Refuges as required (in case of special steel bridge spans of
Viaducts and Major Bridges)
f) Gangway for special steel bridge spans of Viaducts
g) Supports for locating OHE Mast for traction system
h) Approach ramps, approach roads along with related road surfacing & bituminous
work, slope protections, steps etc.
i) River Training and related protection works wherever required
j) Curtain wall, drop wall, apron,
k) Crash Barriers, filter beds, fascia, surface drainage system, height gauges and
approach roads including surfacing & bituminous work etc. as required
l) Lighting (for the Road Over Bridges in populated areas)
m) Provision for outfall of the longitudinal side drains coming parallel to the tracks
n) Signages as required
o) Other related works as considered necessary
1.4.5. Important bridges/Viaducts: Not Applicable.
1.4.6. Major Bridges shall be constructed at following locations on Proposed line:
Proposed Proposed
Location Height
with Through above bed-
Sr. Bridge respect to KM from Waterw level (m)
Span
No. No. centerline Kalol ay (m) up to Type
(m)
of Katosan Station Formation
Road Level
Station
1. 75A 12082.071 49.311 12.2 9.500 1x12.20 PSC Slab

169
Section-4
Proposed Proposed
Location Height
with Through above bed-
Sr. Bridge respect to KM from Waterw level (m)
Span
No. No. centerline Kalol ay (m) up to Type
(m)
of Katosan Station Formation
Road Level
Station
2. 78 13141.323 50.371 12.2 6.367 1x12.20 PSC Slab
3. 89 17205.579 54.435 18.3 6.210 2x9.15 PSC Slab
4. 90 17577.875 54.807 18.3 6.130 2x9.15 PSC Slab
5. 110 31430.739 68.661 164.7 15.533 9x18.30 PSC I Girder
6. 114 36952.313 74.183 24.4 6.207 2x12.20 PSC Slab
7. 132 52468.493 89.699 24.4 5.011 2x12.20 PSC Slab
8. 133 53589.523 90.820 18.3 4.430 2x9.15 PSC Slab
9. 136 56973.879 94.204 12.2 5.766 1x12.20 PSC Slab

The following Major Bridges are constructed with MBG 1987 loading with BG standards.
These bridges are required to be checked for structural adequacy for 25T axle load. The scope
of work includes any strengthening/rebuilding such bridges as required.

Proposed Height Proposed


Throu
Location above
gh KM
Sr. Bridge with respect Waterway bed-level
from Span
No. No. to centerline (m) (m) up to Type
Kalol (m)
of Katosan Formati
Station
Road Station on Level
1. 64A 8869.445 46.099 73.2 4X18.30 PSC Girder
2. 122 44028.967 81.259 18.3 6X3.05 RCC Slab
3. 122A 44623.563 81.854 73.2 4X18.30 PSC Girder

Note:
1. The available Detailed drawings of the are enclosed in Vol. IV.
2. The technical/ construction details have to be generated based on the best Engineering
practices as approved by the authoriry.The successful bidder has to submit a fresh Technical
details for design calculations/ GFC drawings based on investigations/backward
calculations/ standard design/drawings available.
3. The bearing of girder bridges must be changed even if the existing bridges are found
suitable for 25T axle load.
4. Contractor shall provide inspection steps and platform on abutment and piers at bedblock
level to facilitate inspection of the bearing.

170
Section-4
For the new bridges on this line, the Superstructure of the new bridges including span
configuration has to be followed as per the details provided while the contractor shall design
the substructure conforming to all codes and stipulations.
Note –
1. Flood gauges with the marking of danger level, HFL and Plaques/boards displaying the
number of the bridge, the name of the river and inspection steps & Trolley Refugees would be
provided as per IR Bridge Manuals.
2. The piers of major bridges shall have provision for fixing OHE mast wherever required as
per Railway standards.
1.4.7. Minor Bridges shall be constructed at below mentioned locations:
All Minor Bridges shall be provided with RCC wing wall, return wall / face wall drope walls
and curtain walls etc. As far as possible the new bridges should have RDSO standard spans and
RDSO standard drawings for 25T-2008 loading. Already Bridges span configuration has been
finalised and any changes for the same may require approval of authority with proper
justification. while conforming to relevant codes and stipulations and maintain requisite vertical
clearances. Most of the bridges are new bridges. In some of the locations existing MBG’s
standard bridges may be retained subject to their suitability for 25T axle loads standards.
Proposed water way has been ensured not to be less than the existing water way. Minor bridge
opening should not be less than 1.0mx1.2m. Above list is only indicative. The Contractor has
to conduct detailed survey and construct minor bridges wherever required in addition to the
above list. Balancing culverts are also to be provided according to the railway norms.
Site Investigation should include but not limited to topographical survey, hydrological survey
and geotechnical surveys
1.4.8. RCC Box /Pipe culverts
All the RCC box and pipe culverts are included in the para 1.4.7 above

1.4.9. Railway Fly Overs – Not Applicable

1.4.10. Road under bridges (RUB)


The Sizes of the proposed RUBs here been are fixed by Authority in consultation with the State
Road administration and incorporated in the longitudinal section and no deviation of the same
permitted.
Note:
i. The available drawing of RUBs are enclosed in Vol.IV.
ii. The technical/ construction details have to be generated based on the best Engineering
practices as approved by the authoriry.The successful bidder has to submit a fresh Technical
details for design calculations/ GFC drawings based on investigations/backward
calculations/ standard design/drawings available.

171
Section-4
Scope of work includes dismantling of existing approach work, construction of approach roads
on both the side of new track, connecting to the approach roads with matching profile along
with water disposal system, height gauges and measures to restrict water entering the RUB
portion to minimise water logging.
i. The Scope of work for RUBs shall also include but not limited to Design &
Construction of the following:
a. Concrete approach ramp including earth retaining structures, as required on both
sides of the approach road to connect RUB with the existing roads
b. Nil
c. Concrete approach road including earth retaining structures, as required on both sides
of the approach road to connect RUB with the existing roads on both side.
d. Drainage of the RUBs and approach ramps including drainage hump at the start of
the approach ramp,
e. Nil
f. Height Gauges on both sides of the RUB.
g. Signages etc. as required
h. Lighting of RUBs for the RUBs in populated areas
ii. The design and construction of RUB including its approach road to the existing roads.
iii. Wherever the extension of RUB effects the existing structure, the design review of the
existing structure shall be undertaken and submitted by the Contractor for approval of
Authority’s Engineer.
iv. Right of Way as required for construction of the portion of the approach ramps beyond
the ROW shall also be made available by the Authority.
Road under-bridges (RUB) shall be provided at above Level Crossings as per Typical Plan
attached in Vol IV
For construction of RUBs, the Contractor shall design and construct RUBs as per specifications
of the Indian Railway as well as IRC Code and MORTH (Ministry of Road Transport and
Highways of India) specifications. This includes the drainage / road diversions including road
approaches which may become necessary for satisfactory functioning of the proposed RUBs.
Adequate approach roads including connection to both approaches shall be constructed. At
certain LCs, the road is as L / T junction near to the track within a short distance in the approach
of the constructed RUB. At such locations, the traffic of such road shall be facilitated to face
of the RUB by constructing properly designed road with curves as per the agreed and approved
plan.
The Contractors should take adequate measures to protect the bank by sheet piling or any other
suitable protection measures. RUB work may be required to be done close to the existing
running lines, Adequate safety of these lines at all times during the execution of the work is of
paramount importance. The work at such locations shall be done only after obtaining approval
of CRS (if required) as per approved drawing and scheme. CRS permission may need to be
taken for temporary Level Crossing for the diversion. All planning for obtaining approval and
execution of such diversion/ temporary shifting/temporary level crossing shall be responsibility
of contractor. However, the CRS permission for the same will be obtained by the Authority.
172
Section-4
The temporary level crossing shall be provided with all the structures, infrastructure and
elements required to be provided as per the manual and extent guidelines. The temporary LC
shall be completely dismantled after commissioning of the traffic along RUB. All such
measures are included in the Scope of the Work.
Prior intimation vide publicity should be made by displaying the boards before closing the level
crossing for construction of RUB works.
All RUBs shall have provision of height gauges on both the sides as per the IR standard, RDSO
Drg No M001. Effective water disposal system for drainage of the rain water and elements to
ensure minimum water getting into the RUB shall be provided.
1.4.11. Road Over Bridges – Not Applicable
1.4.12. Tunnels – Not Applicable
1.5. Track
1.5.1. The track layout shall be based on the provisions contained in the Indian Railways
Permanent Way Manual, LWR manual, welding manuals and other as specified in
“Specification and Standards for EPC contracts” issued by Railway Board and latest
specifications, correction slips and guide lines and codes &manuals specified in
schedule D.
1.5.2. The final design of track layouts, including horizontal and vertical alignment, station
yard layouts, LWR plans etc. shall be reviewed by the Authority‘s engineer in
accordance with the provision of the Agreement.
1.5.3. The track will be laid with 60Kg rails on 60Kg PSC sleepers of 1660 numbers per
km density with 350mm ballast cushion on main line. On loop lines the track
structure consists of 60Kg rails on 60Kg PSC sleepers of 1540 numbers per km
density with 250mm ballast cushion.
1.5.4. The Curves should be laid with transitions designed for speed potential of 160 Kmph
and super-elevation should be provided as per sectional speed. During earthwork
itself, the super-elevation should be provided to blanket layer/sub grade for curve
portion.
1.5.5. Check rails should be provided for Sharper than 5 degree curves.
1.5.6. Over-riding switches should be provided on main line as per directions of the
Engineer of the Authority.
1.5.7. The scope of work shall include Design, Manufacture/ Procure/ Supply and
Construction/ Laying of the Track Works capable of running trains with an axle load
of 25 tonnes operating at a maximum speed of 110 km/hr using approved track laying
technique including but not limited to supply of sleepers, ballast, fasteners, fittings
and fixtures, spares as required, welding and laying, ballast tamping, testing, de-
stressing, guard rail/ check rail (wherever required), turnouts, expansion joints,
wayside signs, drainage including yard drainage etc. and all other related works as
necessary for the following :
a. Main Line & Connecting Line electrified track capable of operating at a
maximum train speed of 110km/h (Electrification for 25 km only)

173
Section-4
b. Loop Line, Yards and Siding (yard layout) at each Station including but not
limited to Machine Siding, Ballast Siding, Depot Siding, depots, Dead Ends /
Buffer Stops etc. electrified track capable of operating at a maximum train speed
of 50 km/h

1.5.8. Alignment of Track Ways


a. The indicative Alignment and Yard layout for each Station as developed by the
Authority is enclosed in the Alignment Drawings as part in the Reference
Drawings. The Authority has acquired the adequate Right of Way (ROW) for
the same and is staked at Site.
b. The Alignment Drawings enclosed in the Reference Drawings are indicative and
the Contractor shall be responsible for review, verifying its correctness &
modifying/ optimizing the same with reference to the Design Criteria and other
technical and geometrical obligatory requirements with respect to existing IR
tracks. While reviewing/ modifying/ optimizing/ developing the Alignment and
yard layout for each Station (horizontal and vertical profile), the Contractor shall
ensure that:
i. The minimum distance from the existing IR tracks as specified in the Design
Criteria shall be maintained and the available Right of Way shall not be
infringed.
ii. The other obligatory points viz. High Flood Level of the existing bridges,
existing level crossings, RUBs etc. are not infringed.
Prior to the Alignment verification, the Contractor shall carry out the validation of
the data provided by the Authority including additional surveys and Geotechnical
Investigations as considered necessary to satisfy himself.
iii. During review of the alignment, if the Contractor notices any conflict with
respect to the Right of Way, design-ability and constructability, the Contractor
shall immediately notify the same to the Authority’s Engineer as described in
the Conditions of the Contract with supporting documents including data,
calculations, maps and drawings etc.

1.5.9. Clearances
a. The Works shall not infringe the Standard SOD as shown in the Design Criteria.
b. The Contractor shall make all provisions and considerations for the Other
Contractors to install railway operating equipment without infringement of the
structure Gauge.
c. The Contractor shall comply with the requirements of clearances, (structural and
electrical) to be provided in respect of railway, roads and rivers in accordance with
requirements of relevant authorities, Indian Railway Standards and Codes including
Schedule of Dimensions. Indian Standard Codes and any other laws and regulations
in force in India in the course of the alignment review above. For the requirement of
various clearances, a reference shall be made to the Design Criteria.

174
Section-4
d. The Right of Way (ROW) data is provided in Schedule A. The Contractor shall
design the Works to be contained totally within the available Right of Way,
respecting the relevant laws and regulations being practiced in India. Accordingly,
the Alignment shall be so designed that the Railtrack formation is contained within
the available ROW only. However, at certain locations the earth retaining structures
may also be required due to obvious reasons.

1.5.9.1. Exceptions to Right of Way


The required land width from existing metre gauge line, to accommodate gauge
conversion is available with some exceptions as detailed below. These constraints
shall be overcome by suitable means of construction of Earth Retaining Structures at
following locations or other additional locations as deemed fit by contractor and
approved by Authority Engineer

Exceptions to ROW on Right hand Side (Requiring earth Retaining Structures)


S. No. Railway From (Ch.) Railway to (Ch.) Length ( in m)

1 38125.000 38355.507 230.507


2 49793.173 50522.564 729.391
3 51223.619 51438.185 214.567
4 51438.185 52245.000 806.815
5 52245.000 52725.000 480.000
6 53225.000 53265.879 40.879
7 53745.000 53978.475 233.475
8 54065.000 54185.000 120.000
9 54365.000 54625.000 260.000
10 54685.000 54728.935 43.934
11 54765.000 55475.695 710.695
12 55510.743 55571.093 60.350
13 55580.237 55985.014 404.777
14 57533.092 57625.000 91.908
15 60883.750 60925.000 41.250
16 62131.128 62174.817 43.689
17 62829.971 62911.261 81.290
18 62911.261 63245.000 333.739

175
Section-4
S. No. Railway From (Ch.) Railway to (Ch.) Length ( in m)

19 63245.000 63626.738 381.738


20 63648.379 63665.000 16.621
21 64545.000 64927.148 382.148
22 64936.282 65129.849 193.568
23 71964.993 72025.000 60.007
24 88184.820 88529.756 344.936
25 88766.747 88837.421 70.674
26 93505.000 93885.000 380.000
27 93885.000 93944.820 59.820
28 98200.109 98305.000 104.891
Total 6921.668

Exceptions to ROW on Left Hand Side (Requiring earth retaining Structures)


S. No. Railway From (Ch.) Railway to (Ch.) Length( in m)

1 42609.278 42665.159 55.882


2 42745.000 43256.245 511.245
3 43325.000 43385.000 60.000
4 44605.000 45485.000 880.000
5 48665.000 49174.526 509.526
6 49793.173 50522.564 729.391
7 51438.185 52245.000 806.815
8 55580.237 55985.014 404.777
9 55985.000 56009.066 24.066
10 60883.750 60925.000 41.250
11 62044.694 62131.128 86.434
12 62911.261 63245.000 333.739
13 80005.000 80245.000 240.000
14 88164.990 97184.820 9019.830

176
Section-4
S. No. Railway From (Ch.) Railway to (Ch.) Length( in m)

15 88184.820 88529.756 344.936


16 88744.465 88766.747 22.282
17 88766.747 88837.421 70.674
18 89539.907 89564.820 24.913
19 93885.000 93944.820 59.820
20 93944.820 94004.999 60.178
21 94085.000 94199.306 114.306
Total 14400.062
Note: The Land details are as per the land plans / record of land available with Western
Railway.Drawings provided in Vol IV.

MSIL Siding (Land Acquisition)


Distance (in m)
Name of
S. Name of Railway Chainages
Location
No. Location To (in m) LHS RHS
from

1 0 to 240.00 15 Nil
MSIL
2 240.00 to 3000.00 15 25

1.5.10. Specifications
The track layout shall be based on the provisions contained in the Indian Railways
Permanent Way Manual, LWR manual, welding manuals and other manuals
specified in “specification and standard for EPC contracts” issued by Railway Board.

1.5.11. Supply of Ballast


All ballast shall be procured from the quarries approved by the Authority’s Engineer.
All ballast shall be machine crushed and shall comply with the specifications set out
in “IRS GE 1 June 2004” issued by RDSO with latest correction slips.

1.5.12. Spreading of cess Ballast


a. The centre line, ballast toe lines shall be marked by the contractor with lime as per
the directives of Authority’s Engineer or his authorized representative
b. The ballast shall be spread on formation centrally to the central line of the proposed
track, in a width of 5720 mm. Initial spreading of the ballast shall be for a loose
177
Section-4
thickness of 175/200 mm or up to the pre-determined marks on reference posts, so
that after rolling at least 150mm thick ballast bed is available for P-Way linking.
c. Ballast shall spread uniformly ensuring that no muck from the ballast tracks comes
to the track. While picking up the ballast from bottom layer of stacks, proper care
shall be taken not to lift the ballast along with earth, dust etc. the same shall be carried
out at contractors’ cost and for which no extra payment shall be made. While picking
up the ballast from the stacks, no ballast shall be left to waste at the stacking ground
and on the slopes of banks or in cuttings.
d. The balance quantity of the ballast shall be spread after P. Way linking in stages in
order to achieve the required cushion and ballast profile.
e. The work of carrying and spreading the ballast from stacks shall include all lead, lift,
descent crossing of tracks, roads and nullahs complete with contractor’s own labour,
tools and equipment, payment of taxes, incidental charges etc.

1.5.13. Materials for linking of Track


a. 60 Kg Rails, including the quantity required for Turn out Switches, SEJ’s, Trap
Switches, Glued Joints etc. will be issued to Contractor or his nominated
representative free of cost. The materials thus issued, are to be accounted for by the
Contractor as per railway standards and he shall be held responsible for any shortage
or breakage till the new track is taken over by the Authority.
b. The new BG track shall be linked by contractor as per stipulations given in para
1.5.14. These will be welded using mobile Flash butt welding plant by the
Contractor. The Contractor will have to lift the single rails from nominated locations
in Western Railway. The unloading of rails is to be done by the Contractor in case
rail supply is available through railway BFR’s. Stacking of free Rails/Welded rails
should be made accordingly to RDSO drawing Number RDSO T-6219.
c. The PSC line sleepers shall be procured by contractor from the sleeper plants
available in zonal railway or nearby railway from where the Contractor has to carry
by their own transport to the site including unloading by mean of cranes or suitable
arrangement so that sleepers will not be cracked or broken. Turn out sleepers and
other special sleepers shall also be procured by EPC Contractor for the work. Scope
of works includes supply of all types of PSC sleepers by the Contractor.
d. All track fitting shall be procured by EPC Contractor himself, from RDSO approved
sources. All Concrete Sleepers shall be procured from CSP’s approved by RDSO.
Inspection certificate from Competent inspecting authority for all type of PSC
sleepers supplied shall be submitted to authority Engineer.
e. The contractor shall provide a Bank guarantee for required amount for issue of rails
to manufacture Turn out switches, Glued joints, SEJ’s etc.
f. The panels of rails shall be handled as per the guidelines of Railways, so as to avoid
any defects like dents/grip marks, notching or cuts, bends, damages at the ends etc.
Track shall be laid as per specifications and guidelines provided in IRPWM and
LWR manual with latest correction slips.

178
Section-4
1.5.14. Dismantling of Track
a. The joint inventory of the existing materials in track to be dismantled shall be taken
prior to commencement of the dismantling of track by the Authority Engineer and
contractor and handed over to the contractor before dismantling for account of P.
Way material involved. The released materials except 90R rails shall be the property
of the contractor and shall be disposed of by him suitably. The existing BG track
portion for execution/modification handed over to the contractor will be maintained
by the contractor.
b. Nil
c. While dismantling, the contractor shall take all the precautions in order to avoid any
damage/ development of unsafe conditions for adjacent running lines,
communication system or any other Railway property. In case any damage occurs
due to negligent working of the contractor, he shall have to bear the cost of such
damage as assessed by Authority’s Engineer.
d. The released 90R rail shall be utilized by the contractor to link the service track for
receiving the Rly BFR/RAKES.
Note:-The contractor shall consider the credit value for all the released materials
(except 90R rails) to be retained by him & account for this while quoting contract
price. Released 90R Rails after completion of all rail renewal works shall be
transported to the nominated locations and handed over to authority duly stacked nd
accounted for in linear meters.

1.5.15. Track Linking


1.5.15.1. Before undertaking actual linking, line & level pegs should be fixed as indicated
below:
I. Level pegs at the beginning, end and at every 10 m. internals for vertical curves &
30m. on either side of bridge approach.
II. Centre line pegs at every 30m. intervals on straight and 10m.interval on curve.
III. Centre line pegs at the following locations should be concreted for future reference:
-
a. The beginning & end of transitions.
b. Every 30m. on curves.
c. Approaches of bridges & level crossing.
d. Every half Km. on straights.
1.5.15.2. Concrete sleepers should be unloaded with great care. Rubber tyres and any other
similar arrangements are to be used for preventing shock loading.
1.5.15.3. Ballasting and Initial packing: Ballast should be first spread over the formation as
per required thickness as per para 1.5.11 and approved by Authority Engineer in
charge & rolled by using a road roller to ensure uniform & compact ballast cushion
under the sleepers.
1.5.15.4. PSC sleepers shall be lifted from cess with crane & placed in ballast bed
systematically in proper alignment and spacing.
1.5.15.5. Grooves of the rubber pad should be placed along the length of the rail.

179
Section-4
1.5.15.6. The rail shall first be straightened for removal of kink with the help of Hydraulic Jim
crow of adequate capacity & then placed over sleepers with crane.
1.5.15.7. Driving of the ERC (after greasing with approved graphite grease to prevent rust &
binding with inserts) should be in such a way that ends of central leg and the heel are
flush with the two edges insert.
1.5.15.8. Hammer of desired weight (1.9 to 2 Kg.) should be used for driving ERCs.
1.5.15.9. Initially, linking of track with new 60 KG free rails shall be done by using fish plates
with centre bolts without drilling FB holes, so as to facilitate Flash But welding with
mobile FBW plant. Before fishing the rail ends, the fishing edges of the fish plates
the rail ends, and fish bolts shall be lubricated with grease¸ graphite and oil of
approved quality & grade as directed by the Authority Engineer at site of work.
Correct expansion gaps as directed by the Authority Engineer shall be ensured
between ends of rails by inserting liners.
1.5.15.10. Paint marks shall be made on the rails with paint as directed by the Engineer to
indicate the spacing of sleepers to be adopted on curves mark on the outer rails to
ensure radial spacing while transferring it by ‘T’ square on the other rail.
1.5.15.11. The linked track shall be aligned correctly to the line pegs. Hammering of the
sleepers which are out of square should be avoided.
1.5.15.12. Sleepers that are squared should be re-gauged immediately, the fastening tightened
and repacked. The contractor is responsible for giving correct alignment in straight
and in curve portion required as per degree of until alignment is approved by
Engineer.
1.5.15.13. Oiling and greasing of fish plates before fastening the rails will have to be done
with contractors’ tools and consumables like plumage, kerosene oil, black oil,
brushes etc.
1.5.15.14. Full ballast sections and profile as prescribed for different types of track, i.e.,
SR/SWR/LWR is to be provided as per the provisions of IRPWM & LWR manual
including the provisions regarding extra shoulder width on curves.
1.5.15.15. Initial packing should be of such standard so as to make track fit for 20 KMPH yard
-15.
1.5.15.16. The ballast should be spread over the linked track covering it completely to a
uniform height and width as directed by the Authority Engineer or his authorized
representative.
1.5.15.17. Lift the track correctly with jacks as directed by the Authority Engineer or his
authorized representative and Pack the ballast under the sleepers.
1.5.15.18. Correct the alignment of rails square the sleepers, adjust gauge as directed by the
Authority Engineer. Check cross levels and lift and repack wherever necessary.

1.5.16. Three rounds of machine packings shall be done in accordance with provision of
IRPWM only ensuring Pre & Post tampering activities. The contractor shall give his
programme for utilisation of track machine at least 3 months before the actual
requirement.

1.5.17. Final Adjustment and Packing


180
Section-4
a. “Picking Up” of slacks after running of test trains which may consist of ballast trains
rolling by Diesel/Electric Powers after each packing. The 1st/2nd/3rd packing is
considered to be completed once the picking up of slacks is completed and certified
by the Authority Engineer, after each packing. The back-packing work is normally
required to be completed within 2 (two) months after linking of the track and initial
packing thereof.
b. Test the track with loaded dip-lorry or engine as directed by the Authority Engineer
and lifting of the track and packing wherever sags have formed. Engine will be
provided by the Railway.
c. Any sleepers which have shifted from correct spacing or gone out of square shall be
moved back and squared after loosening the fastenings. The fastenings shall be
tightened again after squaring work. No hammering of sleepers to be done.
d. The track shall be slewed to correct alignment by sighting along the rail head of the
base rail. It should be ensured that track does not get lifted in the process of slewing.
e. Alignment on curves & transitions is to be checked and minor adjustment are to be
made.
f. Alignment kinks and gauge kinks to be rectified to avoid permanent set.
g. Lubrication of gauge track is to be done.
h. All steps of through packing as given in IRPWM shall have to be followed.
i. Pre Tamping & Post Tamping operations shall be carried as per IR Track Machine
Manual (Para 3.12,3.13 & 3.14) as explained in Para 1.5.23
Note
1. Contractor shall link the track with available released 90R rails to make the track fit for
goods train movement to receive rail BFRs/Rakes in the project area. Subsequently after
unloading of 60Kg rails supplied by authority, the existing 90R rails shall be renewed
by contractor with 60KG panels. Contractor shall arrange to unload 60Kg rails from
BFR’s accordingly, if required.
2. Linking of T/O, SEJ’s, gluide joints, traps etc shall be done to suite the track diagram
finally reviewed & issued by engineer as GFC as per Rly track manual.
3. After completion of the work, all released 90R rails shall be transported to the
nominated locations and stacked as per IR guidelines and handed over to Authority’s
representative duly accounted for in linear meters.

1.5.18. Specification for Finished Work


a. Ballast Section.
The ballast section should be uniform in height, width and side slopes and brought to
standard section as directed by the Authority Engineer with the quantity of ballast made
available No ballast shall be left on the cess side slopes of bank or near toe of bank.
b. The track geometry will be recorded in floating condition after running of train &
the track parameters should be within the following tolerances: -

181
Section-4
S. Track Laying
Item
No. parameter standard
1 Gauge Sleeper to sleeper variation 2 mm
Over average gap worked out by recording 20
2 Expansion Gap ± 2 mm
successive gaps
Low joints not permitted
3 Joints High joints not more than – ± 2 mm
Squareness of joints on straight - ± 10 mm
Spacing of
4 With respect to theoretical spacing ± 20 mm
Sleepers
5 Cross Level ± 3 mm
On straight on 10 m chord ± 2 mm
On curves of radius more than 600 m on 20m
chord
6 Alignment Variation over theoretical versine: 5mm
On curves of radius less than 600 m on 20m
chord
Variation over theoretical versine’s: 10mm
Longitudinal Variation in longitudinal level with reference to
7 50 mm
Level approved longitudinal sections.

1.5.19. Welding of Rails


The welding of rail joints to convert the track into LWR/CWR is to be carried out as
per provisions of “Indian Railway’s manual for flash butt welding of Rails-2012” and
“Manual for fusion Welding of Rails by the Alumino – Thermic Process (1998 Edition)”
and its latest correction slips in strict technical supervision of competent authority
having a valid competency certificate for the particular category of welding technique
issued by DG (M&C) RDSO Lucknow. The work of welding of rail joint shall be carried
either on cess/track without traffic blocks or under traffic as per the directions of
Authority’s Engineer.
1. Rails are to be welded as per the provision of Indian Railway’s Manual for Flash
Butt Welding of Rails-2012 with Mobile Flash Butt Welding Plant. At special
locations where the use of Mobile Flash Butt welding is not practical, Alumino
Thermic (A.T) SKV process may be used with prior permission of the Authority’s
Engineer. AT welding will be done as per the procedure and specifications laid down
in the latest edition of Manual for Fusion Welding of Rails by the Alumino-Thermic
Process with the latest amendment slips
2. Contractor shall arrange approved welding portions, prefabricated moulds,
consumables, equipment and actual execution of welding from the firms approved
by RDSO for manufacturing of the portions and execution of the welding.
3. The contractor shall be responsible for removal of all kinks and twists in the rails,
particularly within 1.8m from either end. Once the rails to be welded have been

182
Section-4
aligned, levelled, cleaned and provided with the specified amount of gap, it shall be
the responsibility of the contractor to weld the joint and to guarantee its satisfactory
performance.
4. Maximum percentage of defective welds during initial weld testing should not
exceed 2%. In addition to free replacement of defective weld, a penalty of Rs10,000/-
be also imposed for each defective weld beyond 2%. The defective percentage be
calculated for a group of 500 welds or part thereof.
5. The contractor shall not carry out any welding work between sun-set to sun-rise. He
should make his own arrangements to protect the work against wind and weather in
the course of execution. No welding work shall be done during heavy rains. Work
during light rain may be done in accordance with the local instructions. However,
the contractor shall keep ready all protective arrangements such as trolley umbrella,
non-woven thick polyethylene tarpaulin etc. at his own cost.
6. A finished joint will be accepted as good on considerations of dimensional accuracy,
if it satisfied the following tolerances:
a. Finishing top table: +or-0.2mm when measured with a 10cm straightedge.
b. Head finishing: +or-0.3mm when measured with a 10cm straightedge. (on both
sides)
c. Vertical Alignment: +or-0.5mm when measured with a 1cm straightedge.
d. Lateral Alignment: +or-0.5mm when measured with a 1cm straightedge.
The aforesaid tolerances are only applicable in case of new rails, but in case of existing
rails where there is depression of more than 1 mm measured with 1meter long straight
edge placed centrally on the rail head before welding the tolerances would be decided
at site between contractor and Authority’s Engineer.
7. In case of in-situ welding, the rail fastening for at least 5 sleepers on either side of
the proposed weld shall be loosened.
8. USFD (Ultra Sonic flow detection) testing of rails & welding shall be carried out by
contractor in terms of Para 2.16 of Schedule J.

1.5.20. USFD Testing of welds : -


Contractor has organise the USFD testing as per Indian Railway USFD manual of
(i) The welded joints in the welding depot.
(ii) Isolated AT welds on formation (for converting LWR, lead rails on Turnouts,
SRJ’s, SEJ’s joints, Glued Joints etc).

1.5.21. Testing Commissioning and Interfacing : -


Contractor will have to take the overall responsibility for the testing and
commissioning of his work and all interfacing issues with other contractor deployed
on this project.
1.5.22. Greasing Rails, ERC & M.S. Liners.

183
Section-4
a. No ERC & M.S. Liners is to be put into the track without greasing. ERC & M.S.
Liners are to be greased as per the procedure laid down in IRPWM & as per the
instruction of Authority’s Engineer.
b. Grease graphite used for ERC clips and liner shall be as per IS:408, Grade ‘O’.

1.5.23. Track Tamping by Machines:

a. Pre-tamping attention – To achieve good results the contractor should carry out the
following preparatory work before taking up the tamping: -
i. Ballasting where there is shortage of ballast.
ii. Heaping up of ballast in the tamping zone, to ensure effective packing.
iii. Making up of low cess.
iv. Cleaning of pumping joints and providing additional clean ballast, where
necessary.
v. Attending to Hogged joints before tamping.
vi. Tightening of all fittings and fastenings like fish bolts and keys, splitting of
cotters, and replacement of worn out fittings.
vii. Renewing broken and damaged sleepers.
viii. Squaring of sleepers and spacing adjustment; re-gauging to be done as
necessary.
ix. Adjusting creep and expansion gap in rails.
x. Examination of rails for cracks etc.
xi. Realigning of curves which are badly out of alignment.
xii. Clearing of ballast on sleepers to make them visible to the operator.
xiii. All obstructions such as signal rods, cables, pipes, level crossing check rails,
etc., likely to be damaged by the tampers should be clearly marked and made
known to the tamping operator before he starts work. Tight overhead clearance
should also be brought to his notice; the beginning and end of transitions should
be marked. Super elevation should be marked on every second sleeper so that it
can guide the operator for levelling up correctly.

b. Post Tamping Attention – The contractor shall pay attention to the following
points:
i. As some of the rigid fastenings might get loose, tightening of fittings should be
done immediately after tamping.
ii. Any broken fitting should be replaced.
iii. Proper quality check of work done by tamping machine is important.
Immediately after the tamping work, the track should be checked, in respect of
cross levels and alignment, and action taken as considered necessary.
iv. The ballast should be dressed neatly and proper consolidation of ballast between
the sleepers should be done.

1.5.24. Laying of LWR


Destressing
184
Section-4
Destressing of LWR /CWR shall be done as per the procedure prescribed in LWR Manual using
Hydraulic rail tensors.
For making the closure rail to be put behind the SEJ, abrasive rail cutting machine shall be
used. The joints in LWR shall be welded immediately after distressing.

Laying
LWR should be laid as per the LWR plan approved by Authority and as per the instructions
contained in LWR manual followed by laying of switch expansion joint. Thereafter, de-
stressing of the welded panel shall be carried out as per the laid down guidelines.
Before laying SEJs, they should be completely oiled and greased.
1.5.25. Rail laying Temperature :-
(i) The project length falls in the temperature zone as specified in LWR manual.
(ii) The temperature range for the fastening of LWR rails to the sleeper without the
distressing operation shall be as per the provisions of LWR manual.
(iii)LWR track lengths installed outside this temperature range shall be distressing for the
laying and final setting of Switch Expansion Joints (SEJ) at the end of breathing length.
(iv) Neutralisation of the stresses in the rails during construction shall be carried out as
required by the provision of the LWR manual.
(v) Rails after destressing shall be check by a non destructive rail stress measuring
equipment to verify the correctness of the destressing temperature. Contractor shall
arrange such testing equipments in adequate numbers on its own, which shall also be
made available o the authority for this purpose.
(vi) The contractor shall submit detailed process of neutralisation of stresses in the rails
during construction ensuring that the rails in track remain distressed in the prescribed
temperature range and shall form part of LWR plans.
1.5.26. Procurement, fabrication & manufacturer of P. Way material and fittings.
a. The 60 kg Rails for linking of track, track renewal work in existing interconnecting
yards shall be provided by Authority (GRIDE) free of cost from anywhere within the
Jurisdiction of Western Railways preferably from Ahmedabad Division. In case new
rails/panels are brought in Railway BFR from location outside the jurisdiction of
Western Railway, the same will be unloaded by the Contractor free of cost at some
station in Ahmedabad Division of Western Railway. After unloading, the same will
be issued to the Contractor. In addition, Rails for fabrication of SEJ, Glued Joints,
check rails and switches shall be provided by Authority (Railways) free of cost from
some location in Western Railway.
b. All PSC sleepers including SPECIAL sleepers shall be arranged by the contractor
from sleeper plants located in jurisdiction of Western Railways. Special type sleepers
i.e. L-Xing PSC sleepers, Bridge sleepers, SEJ sleepers, P-Xing sleepers, etc shall
be procured by the Contractor from RDSO approved CSP’s and the cost of the same
is included in the scope of work.

185
Section-4
c. The P. Way material & fittings shall be procured from RDSO approved firms only
and testing, checks and approval as prescribed by RDSO/ Railways. The successful
bidder should assess and procure the actual requirement as per survey and approved
drawings.
1.5.27. Nil
1.5.28. Reference Drawings for general guidance for Formation in cutting and embankment,
Trolley Refuges, side drain, catch water drain in cuttings etc are enclosed as, For
Gradient post, Hectometre post, Fouling Marks, Boundary post, relevant para of
IRPWM may be referred to for guidance.
1.5.29. Released Material - The track, structure, buildings and other properties which are
disturbed or dismantled, the resultant bought out material except for rails shall be the
property of Contractor. Contractor shall be fully responsible for safeguarding of such
material while it is in its custody till the time it is disposed of.
1.6. Railway level crossings
1.6.1 There are number of Level Crossings at various locations to facilitate the movement
of road traffic across its alignment in metre gauge section. Under the policy of
elimination of Level Crossings, Authority has planned a number of RUBs at different
Level Crossings duly consulting the state government authorities and accordingly
span configuration are finalised. The RUBs as per list at para 1.4.8 shall be
constructed as a part of this contract.
1.6.2 Every effort shall be made by the Contractor to match the Formation Level of
proposed track with Formation Level of IR at all the interconnecting yards.
1.6.3 In case of requirement of extension of existing Level Crossings, the Work shall
include design and construction of such Level Crossings across proposed tracks
including:
a. Modification / remodelling / new construction (as the case may be) of the approach
ramp & approach road on both sides with suitable drainage arrangement.
b. Surfacing of level crossing along with suitable drainage arrangement. The road width
provided at the LC shall be as per the latest provisions of IR P-Way Manual. Road
surface between lifting barriers shall be provided with interlocked paver block/
bituminous road as approved by Authority’s Engineer.
c. Dismantling of existing gate goomties and disposal of all unusable debris, cuts, spoils
and other released materials and construction of new Gate lodge as per the approved
plan. The Gate lodge shall be provided with CC/Kota stone or similar flooring and
toilet facilities. As per approved plans duly maintaining the existing facilities.
Suitable pathway up to the lodge and front area shall be provided.
d. Fencing on both sides of Level Crossing. Fencing of minimum 15m on all sides of
LC shall be provided along the track over road side & fencing / boundary wall shall
be provided up to lifting barrier or more towards and along the road side as approved
by the Authority’s Engineer.
e. Height Gauges in electrified sections and signages on both sides of the Level
Crossing
f. Lighting, check rail etc.

186
Section-4
g. All the temporary works including temporary diversions as required. In Case
temporary diversion or temporary shifting of LC is required for the period of
extension of the LC, planning and permission for such work from local/state
authorities shall be responsibility of the contractor and same shall be constructed as
inclusive of the scope of work. All planning, obtaining approval and execution of
such diversion/ temporary shifting shall be the responsibility of the Contractor.
h. Further, the provision of new lifting barriers for the existing Level Crossings shall
also be carried out under this Contract
i. The existing level crossing which are planned to be retained be extended if required
for the new additional line also and all works regarding extension of LC are involved
and included in the scope of work.
j. The work in approaches like providing of approach grade, speed breaker, painting,
providing of Signage Boards in road approach & track, warning & caution boards,
chain & stop board, fencing, pathway etc shall be provided,complete in all respect as
per IR P-Way Manual and laid down guidelines for the class of Level Crossing.
k. The new set of lifting barriers shall be provided at the interlocked LC or the LCs
required to be interlocked. Along with the lifting barrier, sliding boom gate signals
and other equipment shall be provided. All the existing utilities, telephone
connection, electric installation and other infrastructures shall be provided in the new
gate goomty.

187
Section-4
All necessary modification to the existing level crossing gates, construction of new
infrastructure and diversion of road, resurfacing of road in between both lifting barriers,
provision of road sign boards etc. shall be under the scope of this work including shifting/
providing of lifting barrier, other Signalling & Telecommunication works including
interlocking, shifting/ constructing new gate lodge if required, shifting of telephone in Gate
lodge, Electrification of Gate Lodges etc.
In Case temporary diversion or temporary shifting of LC is required for the period of extension
of the LC, planning and permission for such work from local/state authorities shall be obtained
by the Contractor. CRS permission if required, also needs to be taken for temporary Level
Crossing for the diversion, the same shall be obtained by the Authority for which all assistance
will have to be provided by the contractor. All planning, obtaining approval and execution of
such diversion/ temporary shifting/temporary level crossing shall be responsibility of
contractor. The temporary level crossing shall be provided with all the structures, infrastructure
and elements required to be provided as per the manual and extent guidelines.
The temporary LC shall be completely dismantled after commissioning of the traffic from
extended Level Crossing. All planning, obtaining approval and execution of such diversion/
temporary shifting/temporary level crossing with all the structures, infrastructure and elements
required to be provided as per the manual and extent guidelines and its dismantling is included
in the Scope of Work.
NOTE: The list given above in this document is indicative. However, the Contractor has to
conduct detail survey before taking up the work and provide/extend all the existing L.C gates
to accommodate additional lines. The width of LC is for reference, which may vary as per latest
TVU at the time of commissioning.

1.7. Track layout in station yards and NI working


1.7.1 Necessary yard remodelling of the Existing yards with provision of additional
operating facilities, traffic facilities for the successful implementation of project shall
be designed and planned by the Contractor with the approval of Authority’s
Engineer.
1.7.2 For the purpose of yard remodelling and providing traffic facilities, shifting of Points
& Crossings, Provision of new loops, Goods lines and also dismantling /slewing/
shifting/ lifting of the existing lines, tamping of track, various boards, Signalling &
Telecommunications gears and all other required works as per the agreed and
approved planning shall be done by the Contractor.
1.7.3 In addition, Contractor shall design, Construct and provide the Yard and Stations
with Track, Fencing, Platforms, Water supply, Friction Buffer stops, Signages,
Sitting-arrangements, Drainage, Sewerage, Safety Equipment, circulating area,
connecting road or any other facilities for Engineering, Signalling &
Telecommunication, Traffic, Electrical and Commercial departments of Railway
1.7.4 Station yards shall be constructed as per the final approved engineering scale plans.
The ESP plans are to be strictly adhered for the work and any modification shall be

188
Section-4
notified to the Authority’s Engineer for specific approval. In case of variation in the
length of loop/ sidings etc on the project as a whole, the Contractor shall be
compensated in terms of Schedule G items where contingencies are covered.
1.7.5 The marking of the bridges and LCs in the yards on the plan and profile sheets
indicates only the locations. All bridges in the yards should have sufficient barrel
length to cover all the lines of the yards, platforms, roads etc.
1.7.6 The Contractor shall ensure completion of all pre-requisite works, activities and
deployment of required man-power, machineries, material and other resources as
agreed in approved block planning / NI programme / disconnection, at least one day
in advance. Authority Engineer shall then demand block accordingly for the
particular day. Contractor shall inform authority at least 48 hours in advance if he is
not able to use the planned/ permitted block.
1.7.7 The planned scope of work within the agreed & allowed block/ disconnection period
shall be carried out completely without any block bursting. After completion of
particular planned activity, the part / section of track shall be commissioned after
thorough examination & testing as required by the Engineer.
1.7.8 Block disconnection and speed restriction shall be provided for machine working,
material trains, insertion of RUB, Pre-NI, NI and post NI working, works where
existing track or embankment is tampered or disturbed, shifting of lifting barrier,
gate goomties and other works as agreed and approved by Authority Engineer.
1.7.9 All necessary prerequisite preparatory civil, building, track work, indoor, outdoor
signaling work, electric work etc. shall be completed and complete mobilization of
machineries, manpower, material and all resources to execute the pre-NI, NI and post
NI works as committed in the joint program shall be made available to establish
preparedness of the Contractor for taking up the NI work well in advance.
1.7.10 During NI working and otherwise, the track and yard work includes,
a. Insertion/dismantling of existing point and crossings, derailing switch, track etc.
b. Shifting, lifting, slewing of existing track as required.
c. Dismantling of existing track, dead ends, fouling marks, platforms and other
structures as part of the approved plan.
d. Casual renewal of rail, sleepers and fittings especially those damaged and effected
during work in existing track.
e. Recoupment of ballast and fittings in effected existing track
f. Shifting of existing glued joints, SEJs, Turnouts, dead end, fouling marks etc. vii.
Rebuilding of damaged track, structures and any other accessories.
g. Making good any damage to existing permanent way and its components.
1.7.11 The works to be executed during NI shall be enlisted in detail and informed to the
Authority’s Engineer in advance. The details shall include requirement of labour,
materials tools and equipment.
1.7.12 During NI period work shall be executed round-the-clock continuously i.e. day and
night.
1.7.13 The following shall be necessarily arranged by the Contractor during the NI period:
a. Oxyacetylene / LPG cutting equipment with torches and spare gas cylinders
b. Road crane / hydra for transporting of materials
189
Section-4
c. Whistles and loudspeakers
d. Arrangement of lighting
e. Provide tent @3 nos. at NI Station with chairs and tables
f. Drinking water and food arrangement for NI staff.
g. P-Way labour in adequate numbers in each shift during block period with
sufficient tools and equipment.
h. The Contractor shall provide following sufficient small track machines in working
condition as per the requirement during NI work:
i. Abrasive rail cutter
j. Rail drilling machine
k. Rail cutting machine (saw type)
l. Hydraulic rail bender (Jim Crow) heavy duty (60T)
m. Double action weld trimmer
n. Rail profile weld grinder
o. Rail tensor (mechanical) or hydraulic (non-infirming type)
p. Hydraulic track jack
q. Rail dolley with attachment for transportation of concrete sleepers (BG)
1.7.14 The Contractor shall submit complete requirement of Tamping machines, unimat and
any other machine proposed to be taken from Railway for the NI working. The
proposal shall mention the number of machines, duration etc. The terms and
conditions of availing such machines shall be as provided in Schedule P.
1.7.15 NI working to be read with para number 2.3.1 of Schedule B.
1.7.16 Any other ancillary works may be encountered during the yard working for NI which
may not have been illustrated in this document but is essential for successful
commissioning of particular station shall form part of the scope of work. All such
type of works in existing track, station and Yard shall be done as a part of NI work
by the Contractor.
1.7.17 Contractor shall make all arrangements & efforts as per the agreed NI programme in
consultation with Authority Engineer to ensure that pre-NI, NI, post NI works and
all works relating to existing track and new track is done with complete safety and
precision. No adverse effect to running trains and their operation during the complete
period of working shall be allowed to happen. Overshooting of individual day wise
activities, shortfall for any day, bursting of block or NI period shall not be allowed
to happen and each activity and mobilization necessary to ensure it shall be
monitored/managed by the Contractor.
1.7.18 Contractor shall make provision of the temporary goomty (water proof) with seating
arrangement i.e. table and chairs, water arrangement, food arrangement and lighting
arrangement at the locations as directed by the Authority Engineer for the purpose
of the operating and other staff during NI and Pre NI-period.
1.7.19 During NI, unimat and Tie tamping machine will be supplied by the railways for
tamping of turnouts and tracks as prescribed in Schedule P.
1.8. Building Works:
All items of buildings works shall conform to “Indian Railways Unified Standard
Specifications (Work & Standards) Volume I & II-2010” with Latest Amendments and
190
Section-4
specification of works of Western Railway. The building work shall include electrical internal
wiring with allied work , system electrical power supply arrangement with transformer/ main
distribution supply, sanitary fittings, sewerage system, water supply arrangement(bore well
pump house, water tanks) and internal fittings, approach roads, street lighting, boundary wall,
fencing, site levelling landscape elements, water harvesting and other works incidental to
buildings. Building works shall be deemed to include railway stations, staff quarters, service
buildings, buildings required for installation of equipment for signaling, telecommunication
and electrification works, and facilities along the railway line.
Suitable lay out plan duly indicating all the above items shall be developed by Contractor in
consultation with the Authority’s Engineer for each station and submit the same for approval.

191
Section-4
1.8.1. Railway Station
a. Platform and facilities at station to be provided.
Centre Line Kilomet Nos. of Minimum Nos. of foot Nos. of
PF Toilet Block
S. chainage from er from platform and width of over bridge / staircase/ra
Name of Station Shelter (Ladies &
No. Katosan Road Kalol their individual platform Subway with mp on each
Area Gents)
Station Station length (m) (m) width 2.44 (m) platform
1 – 425 6.10
288
1 Katosan Road 0 37.23 1 – 425 11 1 1 One (100 sqm.)
Sqm
1 – 425 7
2 Dhanpura 6.34 43.765 1 – 425 6.10
3 Rantej 13.45 50.874 1 – 425 6.10
4 Dethli 18.93 56.411 1 – 425 6.10
1 – 425 11 288
5 Becharaji 25.05 62.500 1 1 One (100 sqm.)
1 – 425 7 Sqm
6 Sankhalpur 27.3 64.767 1 – 425 6.10
7 Venpura 34.41 71.795 1 – 425 6.10
8 Khambhel 38.8 76.239 1 – 425 6.10
9 Bhatsar 42.77 80.225 1 – 425 6.10
10 Bharmandvada 45.5 82.947 1 – 425 6.10
1 – 425 11 288
11 Chanasma 51.72 89.146 1 1 One (100 sqm.)
1 – 425 7 Sqm
12 Jintoda 56.28 93.725 1 – 425 6.10
13 Wa-sojintra 60.9 98.351 1 – 425 6.10
1 – 420 6.10 288
14 Ranuj 64.56 101.993 1 1 One (100 sqm.)
1 – 425 (island) 11 Sqm

Note: 1) Total Linear length of FOB –140m (Approx.) as per Para 1.9.
2) All platforms shall be HL – High Level platform
192
Section-4
1. The yard diagram (Engineering Scale Plan) showing tentative and indicative locations of
various structures and facilities to be provided at station are provided by the Authority.
However, the Contractor shall submit his own design and drawing. The architecture and
profile of all facilities and structures shall conform to the local buildings, aesthetics,
architecture and environment.
2. While working at vulnerable locations from safety and security point of view, like in close
proximity of the running track of Indian Railways, the Contractor shall construct temporary
safety fencing.
At such locations, specially while working in existing platform, colony and locations of
public / passenger area etc, suitable boards displaying work in progress with details of
duration of work etc, to ensure and establish convenient situation with least disturbance and
possible hazards. Also, at identified locations, opaque physical barricading up to 6 m. height
shall be erected properly painted with suitable notations.
3. Certain structure, platform and other works may need traffic block or regulation of trains for
that duration, for such works, contractor shall submit separate plan and shall be executed
only after approval of Authority’s Engineer.
4. The surface finish of passenger platform shall be minimum concrete surfacing with properly
watered and compacted good quality earth fill, soling and metalling. At location of platform,
shelter and area in front of the station building, about 150 sq.m of main area of platform
shall be minimum Kota Stone.
5. Drain of suitable size shall be constructed in front of the service buildings at the platform
with properly designed MS Jali cover. The water shall be disposed of suitably to ensure fast
smooth drainage outside platform area.
6. The goods platform shall be provided with heavy duty surfacing like hardonite flooring or
better as approved by Authority’s engineer.
7. Wherever, existing structure or facility is disturbed, tampered or required to be suitably
shifted, the same shall be repaired, reconstructed & shifted with all required works to
establish its utility and functionality by the contractor and this is included in the scope of
work
8. The yard plan for each station is developed with details of various structure, facilities and
elements to be provided for information and guidance of the Contractor. However,
Contractor shall design and develop his own best layout and drawing for approval of
Authority’s Engineer.
9. Platform has to be constructed as per the drawings enclosed. Anti-skid tiles as per relevant
IS Specifications - has to be provided for a width of 1.8m from edge of platform all along
the length. In the balance width 25mm thick kota stone flooring has to be provided for a
length of 100 m on either side of the centre line of station building (Total length 200m) as
well as at locations of platform shelters and remaining length has to be provided with M-25
cement concrete flooring of 100mm thickness over base course of M-15, 150mm thick.
10. New FOB have to be constructed at 4 stations namely: Katosan road, Bechraji, Chanasma
and Ranuj. The EPC contractor shall have the option to construct subway in lue of FOB at
Chansma and Bechraji.
11. At the end of the platforms a ramp of 1 in 6 is to be provided with the same top surfacing
pattern as mentioned above in item No.9.

193
Section-4
12. Two-metre wide precast concrete Pathway (200mm thick) joining the platforms across the
track at both ends has to be provided where ever required as per direction of Authority’s
Engineer.
13. 15mm thick chequered tiles/ designer tiles have to be provided on FOBs and stairs.
14. The Platform shelters shall be provided covering full width of platform as per RDSO
drawing.
15. In addition to above the essential amenities for passengers shall be provided as per the guide
lines issued by Railway Board for passenger amenities as per Railway Board latest
guidelines (letter No. 2013/LMB/10/15, dated 11.12.2013), for particular class of station
specially for the new platform and making good the disturbed existing facilities which
includes drinking water facility, water booths, seating arrangement, urinals, lavatories,
lighting etc. Other facilities like trees and tree guards, circulating water booths, seating
arrangement, urinals, lavatories, lighting etc. Other facilities like trees and tree guards,
circulating area, boundary wall, fencing, ramp, proper Entry/ Exit, signage, station name
boards, drainage at platform, sewerage disposal, stalls, rain water harvesting, facility for
disabled, pathway etc. and various other ancillary works shall be provided as per approved
plan specially those facilities which will be dismantled during course of working.
1.8.2. Service buildings (operational)
Design and Construction of various buildings at Junction and Crossing Stations including the
Quarters at the designated locations along the Alignment.
1. Types of the buildings, the facilities and/or the areas included in the Building work shall be
as follows:
a. Station Building -Offices/ Resting Facilities
b. Service Buildings (for S & T, Electrical and Civil and track machine office) (iii) Gate
Lodge & S&T Room at L-Xing.
c. Halt Stations.
d. Miscellaneous Works such as platforms and path way etc.
e. Residential Buildings such as staff Quarters Type II – 30, Type III – 24, Type IV-16.
f. Officers Rest House, Sub ordinate rest house.
2. The building works shall include Design and Construction of:
a. Architectural and Structural work including stairs, platforms, ramps seating arrangement,
landscaping etc.,
b. Mechanical/ Electrical/ Plumbing (MEP) services
c. Storm water drainage system, water supply system and sewage disposal system within the
Station ROW
d. DG Set RCC Foundation with Cover shed.
e. fire detection, alarm and control system (indoor and outdoor}, (e) Air-Conditioning / Air-
Ventilation
f. Entrance to Station
g. Land boundary pillars all around the Station
h. Rain water harvesting system
i. Internal roads & footpaths connecting various facilities within the Station complex
j. all other building services & equipment including all fittings and fixtures as necessary for
functioning of the Stations and buildings
k. Signages

194
Section-4
Civil Engineering
Service buildings shall be constructed at each station as follows:

Approximate
S. Area At
Station / Location Service Building Remarks
No. ground floor
level (Sqm)
Katosan Road, Station and S&T
1 Becharaji, Chanasma, Building and 401 sqm, Each
Ranuj Accommodation
12 sqm, each
Katosan Road,
hut (4 x 3m)
2 Becharaji, Chanasma, S&T location Hut
Two numbers
Ranuj
at each station
53 sqm at each Total 9 numbers
3 All LC’s Gate Lodges
LC manned LC’s
D Class Stations (10 85 sqm. At
4 Station building
numbers) each station
Office of (ADEN,
SSE-PW, SSE-
Office Building Works, Machines,
5 Becharaji station 700 sqm.
complex S&T each,
Electrical &
Mechanical)
6 Becharaji Station Rest House 100 sqm.
7 Becharaji station SSE’s store shed 350 sqm.

a. Above details & area are indicative only. Contractor shall design the structure
b. All buildings, required to be constructed under this Contract, shall comply with the
applicable Indian building, standards and codes. The functional and structural design of
station buildings and service buildings shall conform to National building code and bye-
laws of local authorities to the extent of their applicability.
c. For the service buildings and for the colony, arrangement for rain water harvesting would
be required. The design for the same should be done by the Contractor for approval of the
Authority’s Engineer.
d. Architecture and profile of buildings shall conform to local aesthetic, cultural ethos, etc.
and it shall be approved by Authority’s Engineer
e. The foundations of buildings shall be designed for at least one storey more than the
requirement.
f. The plinth level of residential quarters, service buildings S&T Rooms, and other buildings
shall be 900mm above the natural ground level or 600mm above HFL (High Flood Level)

195
Section-4
whichever is higher. The ceiling height of station buildings and service buildings shall be
3.50m above floor level.
g. The DG panel room in Crossing/ Junction station buildings should preferably be on
extreme corner of building to keep vibrations and exhaust at one end. The typical drawing
of S&T rooms and other facilities at station shall be prepared in accordance with standards
and specifications of Western Railway and got approved by Western Railway / GRIDE
Engineer.
h. The Contractor shall develop the architectural plan and Elevation, detailed design and
drawings and construct the Officer’s Rest House, fully electrified and with proper toilet,
water supply, sewerage, drainage facility, roof leakage proof, rain water harvesting etc.
i. The SSE office shall be provided with a store depot with covered rooms with shutter and
open shed.

Specification for rest houses and service buildings

S.No. Description Specification Skirting/ Dado


All rooms, Flooring with vitrified tiles, Granite in reception/
Same with 100 mm
1
Verandah entrance foyer high
Toilet/ bath/ Flooring tiles (anti-skid), granite table top for Same with 2100mm
2
WC wash basin high
Same with 100 mm
Kitchen/dining Flooring tiles (non-glazed), granite table top with
3 high and 600 mm
hall stainless steel sink
above table top
4 Staircase/ Porch Kota stone (polished) stone Same with 100 high
Internal All walls finish in POP followed by acrylic/oil bound paint and white
5
Finishing wash in Toilet ceiling
6 Railing Stainless Steel railing
Aluminum box
Door/ Window
7 Door/ Window frame section with glass
ventilator
panel
Aluminum shutter with particle board panel
8 Door shutter (both sides laminated). Aluminum sliding shutter
with glass panel at entrance
Window
9 Aluminum shutter frame with glass panel
Shutter
10 Grill Aluminum
11 External finish Texture finish from Asian paints, Berger, nerolac or similar
FPS brick tiles of class designation 10 grouted with cement mortar 13
Terrace
12 mixed with 2% of integral water proofing compound by weight of
finishing
cement over a 12mm layer mortar of 1:3 and finished neat/
13 False Ceiling 600 X 600 mm calcium silicate panels for Air conditioning
Note:
1. The Contractor has to dismantle and rebuild all existing buildings/structures which are coming
on the proposed line alignment before starting the work. The list given above is indicative.

196
Section-4
However, the Contractor has to conduct detail survey before taking up the work and rebuild
all the structures coming in the way.
2. Joint inventory of structures/buildings to be dismantled to determine size and type of structure
need to be taken before starting the work.
3. The area for service buildings is tentative which may vary as per final design requirement and
approval by Authority’s Engineer.

1.8.3. Staff Quarters


Construction and development of staff colony comprising of following types of staff quarters at each
station:

S. No. Description Specification Skirting/ Dado


Flooring with vitrified tiles, in type III &
IV Quarters, in Type II Quarters,
All rooms, Same with 150 mm
1 flooring will be cement concrete floor,
Verandah high
CC path way of 150m with up to street
road will be provided.
Flooring tiles (anti-skid), along with
European water closet 7 porcelain wash Same with 2100mm
2 Toilet/ bath/ WC
basins will be provided. Granite table top high
for wash basin for Type V quarters only.
Same with 100 mm
Kitchen/dining Flooring tiles (non-glazed), granite table
3 high and 600 mm above
hall top with stainless steel sink
table top
4 Porch Paver blocks / Chequered tiles
For Type IV quarters, all walls finish in POP followed by acrylic/oil
Internal bound emulsion paints of brand Asian, Nerolac, Berger or similar
5
Finishing make. For type II and III quarters, waterproof distemper will be
done.
6 Railing Stainless Steel railing
Door/ Window For Doors and Window ventilators, aluminum frame with glass
7
ventilator panel provided.
For all quarters, wooden flush doors will be provided in interior
rooms. For main entry/court yard; door shutter will be with wooden
8 Door shutter
paneled type. All doors/window wood should be chemically treated
for anti-termite action.
9 Window Shutter Aluminum shutter frame with glass panel
10 Grill iron
11 External finish Texture finish from Asian paints, Berger, Nerolac or similar
Cement slurry mixed with tape crate acrylic based polymer water
proofing compound (having solid content 30&=-, PH>7) in a ratio
of 2:1 (2 cement: 1 water proofing compound) followed by laying
Terrace
12 of fiber glass cloth; 2nd coat of cement slurry mixed with acrylic
finishing
based polymer water proofing compound and a final coat of water
proofing compound rush topping having water proofing compound,
cement and c/s and @1:2:2 by weight.
• The area of different type of Staff Quarter as issued by Railway Board as per letter No.
2013/LMB/10/15, dated 11.12.2013 for guidance for developing Design and plans for

197
Section-4
approval by Authority. The typical drawing of Type-II, III, IV Quarters should be designed&
developed by the successful bidder, keeping minimum plinth area of TY II at 48 sqm, The
Quarters shall be fully electrified and with proper water supply, sewerage, drainage facility,
roof leakage treatment, rain water harvesting etc. The Architectural plan and elevation shall
be approved by the Authority’s Engineer. The proper connecting roads, tree plantation, tree
guards, common garden/ area, pavement/ pathway and other colony specific facilities will
be provided by the contractors.
• At certain stations, framed structure with multi-storey for the building unit shall be preferred.
Proper piping and plumbing work in each Building unit shall be executed along with pipe
line network and storage tanks/Over Head Tanks.
• The ceiling height for residential quarters shall be approximately 3.5m above floor level. All
residential buildings can be single/multi storeys with each block having maximum four
residential quarters at one floor. Each block will have a separate staircase. However, the
number of storeys and number of quarters on one floor will be decided by Authority’s
Engineer.
• Each & every building and structure material and accessories such as steel, cement,
structural steel, sand, aggregate, bricks, stone, tiles, wood, fittings and fixtures etc. shall be
tested and approved by Authority’s Engineer for use in the project. Certificate of tests or
certified true copies by manufacturers which are to be submitted to the Authority’s Engineer
shall be current and shall relate to the batch of the material delivered to the site. Contractor
shall also carry out tests from independent NABL approved laboratories/Government
colleges to establish acceptability of use of particular building material.
• The plinth level of residential quarters, service buildings and other buildings shall be
minimum 900mm above the natural ground level or 600mm above HFL (High Flood Level)
whichever is higher. The ceiling height of residential quarters shall be approximately 3.5 m
above floor level. Separate pathway to each quarters / unit, service building, parking and
other utilities shall be constructed for proper access.

Construction and development of staff colony comprising of following types of staff quarters at each
station:
S.No. Station Type II Type III Type IV Remarks
1. Katosan Road 12 4 4 20
2. Becharaji 10 8 8 26
3. Chanasma 4 6 2 12
4. Ranuj 4 6 2 12
Total 30 24 16 70
Note: Approx. Plinth area of proposed residential buildings is 6,000 sqm.
1.8.4. Out-door power supply, distribution, and lighting works
1) 4 No., 20 m High Mast
2) 10 nos. LED Light poles.
1.8.5. Water supply and distribution

198
Section-4
3) The Contractor shall provide an adequate supply of water at platforms, station buildings,
offices, Officer’s Rest House, Sub-ordinate rest houses, Track Machine Staff rest house and
staff quarters etc.
4) Where piped water supply is available, supply shall be at stand posts and where the supply
is from wells / river, storage tanks shall be provided. Water huts at each platform shall also
be provided for supplying appropriate quantity & quality of water.
5) The Contractor shall also make arrangements for the provision and laying of water pipe lines
from the existing mains wherever available.
6) Integration with the existing Indian Railways water supply network for drawing adequate
supply of water wherever possible would be permitted. However, if this is not possible
because of capacity or other constraints, the Contractor shall make his own arrangements
for supplying appropriate quantity and quality of water.
7) The design of the pipe network shall be such that there is no possibility of backflow towards
the source of supply from any cistern or appliance whether by siphonage or otherwise, and
reflux or non-return valves shall not be relied upon to prevent such backflow.
8) In designing and planning the layout of the pipe work, due attention shall be given to the
maximum rate of discharge, required economy in labour and materials, protection against
damage and corrosion, protection from frost, if required, and to avoidance of airlocks, noise
transmission and unsightly arrangement.
9) All pipe work shall be so designed, laid or fixed, and maintained as to be and to remain
completely watertight, thereby avoiding waste of water, damage to property and the risk of
contamination of the water conveyed.
10) Underground piping shall be laid at such a depth that it is unlikely to be damaged by frost
or traffic loads and vibrations. It shall not be laid in ground liable to subsidence, but where
such ground cannot be avoided; special precautions shall be taken to avoid damage to the
piping. Where piping has to be laid across recently disturbed ground, the ground shall be
thoroughly consolidated so as to provide a continuous and even support.

Functional Requirements of Pumping Installations


1) Water pump installations shall be designed for automatic operation, controlled through
liquid level controllers, capable of pumping the requisite amount of water to the ground /
overhead tanks.
2) The pumping installation shall withstand the corrosive effects of normal water supply,
seepage water and sewage and serve for the anticipated life of the equipment. The discharge
velocity for sewage seepage pumping shall not be less than 0.75 l/sec.
3) The pipe line size shall be such that the velocity head does not exceed the normal static head
except for the fire pump which is governed by separate criteria. The valve controls and
regulating mechanisms shall be designed for automatic operation
4) The pumps shall have 100% standby arrangement. The centrifugal pumps shall be of self-
priming type. The efficiency of the pump set shall not be less than 95% of the maximum
theoretical efficiency possible for that type of the pump.

Construction of bore wells, pump house, overhead tanks, shall be as follows:

199
Section-4
Deep Bore No. at Each Capacity Capacity
S.No. Location
Well Location Bore Well Sump
Single phase 5 HP
1 All manned LC 1
upto 5 HP
Single phase 5 HP
2 All D Class station 1
upto 5 HP
3 All B class stations Three Phase 2 15 HP 10 HP

Note:- Water pipe line of required dia & length should to be provided to the Proposed H/L Platform,
Proposed Station/S&T building & Cabin, SSE P. way Office & Officers Rest house, Quarters
from the existing source available at each station as directed by Authority Engineer.
Overhead water tank facility should be provided with PVC/SMC/FRP with delivery main
distribution pipe lines with check valve, float valve etc. to station building, quarters and plat
form water booths. Bidder has to work out the requirement of Overhead tank capacity &design
the same along with delivery &distribution system.

The pump house shall be adequate to accommodate LT panel etc and pump of adequate capacity.
The contractor has to prepare the drawings and design for the RCC overhead water tank and get
approved from the Authority’s Engineer.
PUMP:
i. Supply, installation, fixing, testing & commissioning of 5 HP at LCs & D class stations and
10 and 15 HP at B class stations of required Head at site 415 volts Sump/Bore Submersible
pump.
ii. Complete with star-delta starter as per pump required, B class GI pipe of suitable dia with
flange, flat copper cable of size 3x6/4 sq.mm. & earthing with connections.
iii. All cable connections should be made with proper glands and lugs .
iv. Provision of power supply cable from feeder pillar for operation of pump.

Water Cooler at B Class stations (4 Nos.)


i. Supply, installation, fixing, testing & commissioning of 150 litres. Capacity water cooler
complete with suitable foundation, MS jali cage, 15 Amps. Socket required LED light in
cage and 02 Nos. earth connections with 8 SWG GI wires as.
ii. GI pipe earthing with connection with 8 SWG GI wire.
iii. Provision of power supply cable from feeder pillar/8-way SPN Distribution Board for
operation of water cooler. Incoming 40 amp DP, MCB, Outgoing 6X16A MCB, SP, C-
Curve.

1.8.6. Drainage System


Suitable efficient drainage system as required for the efficient disposal of sewerage/waste
water as required for proposed service buildings & staff quarters is to be provided.

200
Section-4
1) For Details IS 1742 -1988 Code of Practice for Building Drainage may be referred
2) Design of Drainage system: In designing a drainage system for building(s), the aim shall be
to provide self-cleansing conduits for the conveyance of soil, waste, surface or subsurface
waters, and the removal of such wastes speedily and efficiently to a sewer or other outlet,
without risk of nuisance and hazard to health.
3) Gradient and discharge: The discharge of water through a domestic drain is intermittent and
limited in quantity and therefore, small accumulations of solid matter are liable to form in the
drains between the building and the public sewer. There is usually a gradual shifting of these
deposits as discharges take place. Gradients shall be sufficient to prevent these temporary
accumulations building up and blocking the drains.
4) Self-cleaning velocity: Normally, the sewer shall be designed for discharging three times the
dry weather flow flowing half- full of a minimum self-cleansing velocity of 0.75 metre per
second. The approximate gradients which give this velocity for the sizes of pipes likely to be
used in building drainage, and the corresponding discharges when flowing half-full. The sizes
and slopes shall conform to Local Municipal Bye Laws.
5) Minimum velocity of flow: In cases, where it is practically not possible to conform to the
minimum gradients, a flatter gradient may be used but the minimum velocity in such cases
shall on no account be less than 0.61 metres per second.
6) Maximum velocity of flow: On the other hand, it is undesirable to employ gradients giving
velocity of flow greater than 2.4 metres per second. Where it is unavoidable, cast iron pipes
shall be used. The approximate gradients which give a velocity of 2.4 metres per second for
the various sizes of pipes and the corresponding discharge. (7) Design of pipes: Subject to the
minimum size of 100mm, he sizes of pipes, shall be decided in relation to the estimated
quantity of flow and the available gradient.
7) Wherever municipal sewer connections are not available, Septic Tanks are to be provided.
8) Soil pipes: The minimum internal diameter for soil pipes shall not be less than 100mm. Soil
pipes shall be situated outside the building or in a suitably designed open shaft. The work of
the soil pipe shall be carried down truly vertical, but where unavoidable, they may be laid at
an inclination of not less than 22 ½o to Horizontal. Soil pipes below ground shall be cast
iron. Above ground asbestos cement soil pipes may also be used in exceptional case.
9) Vent pipes: The soil or waste pipe above the highest inlet connection shall be continued
upwards either to the full diameter or to a reduced diameter of not less than 80mm for water
closets, and 50 mm for other fixtures to serve as a ventilating pipe. The vent pipe shall be
carried to a height of at least 60 cm above the outer covering of roof (near the cover) of the
building. In the case of flat roof with access provided the height shall be at least 120 cm above
the parapet, and 2 meters above the roof level. The top of the pipe shall also not be less than
2 metres above the head of any window within a horizontal distance of 3 metres from it. The
top of the vent pipe shall be fitted with a hard cast iron / GI or copper wire dome.
10) Waste pipes: Waste Pipes shall be fixed and jointed in the same manner as soil pipes. Branch
waste pipes from fittings to the main waste stack shall ordinarily be of lead and these shall be
connected to the fittings through an efficient syphon Trap.
11) Discharge: All soil pipes, after passing vertically below ground level shall be led by an easy
bend into the adjoining home service manhole if provided or be connected direct to a sewer
pipe. No soil pipe shall discharge into a gully trap or open drain. All waste pipes shall

201
Section-4
discharge into open gully traps, provided with square C.I. gratings. A waste pipe shall not be
connected directly to a manhole or soil pipe or sewer.
12) Rain Water Drain Pipe: If a separate underground drainage system is provided for surface
water rainwater down pipes shall discharge in the open air over un trapped gullies. Otherwise
they shall discharge in the open air into surface drains.
13) Tests: All soil, waste pipes, laid above ground, shall be subjected to a smoke test, at the
expense of the contractor, after fixing in position preferably with
14) the use of a smoke machine. Smoke shall be pumped in from the lower end and all joints and
traps carefully examined for any leakage of smoke. In case of pipes laid below ground, they
shall be subject to a static head of water of 60 cm above the crown at the top most point
following the same method as for glazed earthenware pipes.

Construction of Drainages system

1.8.7. Sewerage system


Construction of sewerage system will be with Indian/European type water closet with flushing cistern
and P trap with underground EW pipes leading to septic tank as per standard designs with baffle wall
and scum boards considering 5 persons per quarter in the colony. Suitable drainage system as required
for the efficient disposal of sewerage/waste water as required for proposed service buildings & staff
quarters is to be provided.
The sewerage system shall be provided in order to match with the existing sewerage system available
in the respective station where it will be connected OR else, suitable arrangement for disposal of
sewage shall be provided.

1.9. Pedestrian Bridges


Foot over bridges for pedestrians crossing railway track/station shall be constructed at following
location:

S. Station / Block No. of Staircase and


Length(m) Width(m)
No. Section Ramps. To be provided
1 Katosan Road 25 2.44 as per Railway Standards
2 Becharaji/ Subway 40 2.44 as per Railway Standards
3 Chanasma/Subway 35 2.44 as per Railway Standards
4 Ranuj 40 2.44 as per Railway Standards
Note : - At Becharaji and Chanasma Stations contractor shall have the option of providing either FOB
or subways with staircase and ramps as per Railway requirements.
It may be noted that the pedestrian bridge should be of steel structure.

202
Section-4
1.10. Service roads/ internal roads/ approach roads and footpaths
Service roads/internal roads/approach roads and footpaths shall be constructed at the location and for
the lengths and widths indicated below:

Road/ Footpath / Approximate


S.No. Location Remarks
Pathway Area (sq.m)
At the end of each Heavy duty CC/paver
platform on either side, blocks/ interlacing
to each quarter, service blocks shall be
buildings from the main provided with the
1 Footpath/ pathway road, at side of road in 8500 sq.m. provision of check rails
colony, station etc. for where the Railway
TMC siding as track crosses &
approved by authority connecting access to all
engineer. platforms.
The exact Km/
Chainage location will Bituminous/ CC paved
be decided by the service road shall be
2 Service Road
Authority’s Engineer constructed as per the
after obtaining approval IR specification
of Authority
19000 sq.m
Station and location
may be decided the Bituminous/ CC paved
Internal colony contractor best feasible service road shall be
3
Roads as per the site condition constructed as per the
after obtaining approval IR specification.
of authority.

The road and footpath details are tentative. The road and footpath actually required to effectively &
properly connect the station, service buildings, various facilities, rest houses, offices, colony, quarters
and as specifically required to establish complete usability, functionality and convenience of the
passenger, user, officials, residents shall be provided by the contractor as considered necessary by
authority Engineer and as per the agreed and approved plan. Road/foot path should be of concrete.
Proper bituminous road shall be constructed over properly compacted pavement and WBM. The berm
of minimum 1 m shall be provided on both sides of the indicated width of road. Separate pathway to
each quarters / unit, service building, parking and other utilities shall be constructed for proper access.
Length of approach roads in connection with providing access to the stations, quarters or within the
colonies only. It does not include the diversions / provision of the approach roads as may become
necessary in connection with the extension of the level crossings or in case of RUBs. Proper road
shall be constructed to the good platform to carry the Goods in trucks / trailers as required and
approved by Authority Engineer.

203
Section-4
1.11. Boundary Walls, boundary pillars-
The work includes relocation of providing released safety fencing (after completion of Gauge
Conversion work) at Railway boundary, specially where existing land acquisition has been done.
In stations, the boundary wall in line with RDSO Drwg no RDSO/WKS/2016/2 falling in the
proposed line alignment and related development works requiring dismantling should be constructed
along the Railway boundary in the Station limits and Railway colonies. Approx 2000m of railway
boundary length is envisaged for this project, however, the same is subject to change as per the design
proposed by contractor conforming to railway standards and specifications, and as approved by
Authority Engineer/GRIDE.
1.11.1. The length of the boundary wall is tentative. The boundary wall actually required will be
provided for the quarters, station buildings and service buildings, Colony and Station
premises and individual structures for isolation and controlled access as required and
approved by Authority Engineer. Closed Boundary wall with proper opening and gate shall
be provided for each building or group of building / structures with controlled access as
per requirement of Authority Engineer.
1.11.2. Boundary wall shall be provided at approach of yards vulnerable to encroachment,
trespassing, nuisance by local/ outside persons shall be provided by the contractor
considered necessary by authority Engineer and as per the agreed and approved plan.
1.11.3. Fencing of minimum 15m. on all sides of LC shall be provided along the track over road
side & fencing / boundary wall shall be provided up to lifting barrier or more towards and
along the road side as approved by the Authority Engineer.
1.11.4. Platform back wall - Back wall shall be provided in on other side of the platform all along
the length of the platform for home platform, the backwall shall be provided at the island
platform also wherever considered necessary. There may be considerable level difference
between existing ground level and the platform area, the wall in such cases, shall be
designed accordingly.
1.11.5. Boundary pillars shall be provided all along the length of track, yard, colony for distinct
demarcation of Railway Boundary duly engraved /painted with IR/WR. The design,
interval, offset etc. shall be as per requirement and Authority Engineer as per the manual
and extent guidelines.
1.12. Signage information boards and posts
All the signage, information boards, and posts shall be provided which include road sign board, km,
gradient, curve, SEJ, Point and crossing, station, bridge, colony, W/L, Speed Restriction, TP/TG,
train indication Board (TIB), Coach guidance system (CGS), utility boards (such as cloak room,
parcel, waiting rooms etc.) etc. in accordance with good industry practice.
All signage, information boards and posts shall be provided which include Platform Indication Board
(PIB) such as station name and service buildings, utility boards, such as Clock Room, parcel, waiting
rooms, water coolers etc. in accordance with requirement of Railways and various signages and
Boards e.g. Bridge Board, curve board etc. required in block section. Upon completion of the track
installation following permanent markers shall be provided as per IRPWM and prior approval by the
Engineer of their information,
plates/boards, colour scheme and fixation arrangement, the list is indicative only :

204
Section-4
a) Kilometre markers;
b) Change of gradient markers;
c) Curve reference markers;
d) LWR/CWR reference markers;
e) SEJ markers including its reference markers;
f) Fouling point markers;
g) Turnout markers.
h) Land boundary pillars
i) Level crossing markers
j) Mandatory “W” boards for level crossings
k) Bridge boards/signages
l) Fog signal locations
m) All markers required to be painted on rails for curves, turnouts and SEJs etc. shall be paint
marked by the Contractor as per IRPWM.

1.13. Drainage along the railway line


Note-Provision of about 3.50 km drain along the track is kept as tentative Lumpsum quantity if
required at any other location.
Design and Construction of drainage system all along the Alignment and in the Junction and Crossing
Stations including all other related works as considered necessary.
Drainage system including surface and subsurface drains for the Railway Project shall be provided
to ensure fast drainage and no waterlogging in block section as well as in yards. The cross section of
drains is to be designed and got approved from Authority’s Engineer. Further the drains can be
precast/ cast-in-situ RCC structure depending upon the location and the requirement.
Drainage system including surface and subsurface drains for the Railway Project shall be provided
in accordance with the Indian Railways Works manual.

1.14. Embankment/ slope protection works


Requirements of retaining walls, of about 10000m as per railway specifications
i. Requirement of retaining walls – design and drawing as required and approved by Authority
Engineer.
The retaining/toe wall in the block section and yard shall be provided where the land is short for the
toe of embankment as per the final alignment plan and provided right of way and other identified
locations.

ii. Requirement of boulder/Concrete block pitching -


Pitching for effective bank protection shall be provided as per final design and drawing as required
and approved by Authority Engineer.
The specification and standards of boulder pitching shall be conforming to as per IR bridge manual
and other guidelines.

205
Section-4
a. Boulder/Concrete block pitching with Toe wall shall be provided up on all side of the minor
bridges up to HFL.
b. At major bridges, boulder/concrete block pitching shall be provided on all side up to HFL
in general. At certain bridges where flow of water is along the toe of the embankment, the
pitching shall be increased for protection of bank, as per the direction of Authority’s
Engineer.
c. For height of embankment more than 6 m, the pitching shall be done up to formation level.
d. At identified vulnerable locations, the pitching up to complete height of embankment.

iii. Requirement of geogrid


While designing the embankment as per RDSO Guidelines, geogrids/ geotextiles is to be used
wherever required as per RDSO specifications (with all amendments).

iv. Requirement of turfing - All the new bank constructed shall be turfed as per RDSO
guidelines.

1.15. Supply of materials and stores for maintenance (to be supplied extra by contractor)
Requirement of store depot/maintenance depot for permanent way, signaling, electrification etc. shall
be as follows:
Details P.WAY materials required

P.Way Supply for Maintenance & Store

S. No. Description of Item Unit Quantity

1 Supply of P.Way Components

2 GFN Liners to RDSO Drg. No. T-3706. Each 6125

Combination GFN liners to RDSO Drg. No.T-6938 and T-


3 Set 50
6939.

4 CGRSP to RDSO-T-6618 Each 12500

5 End cut GFN liner - 60 kg Each 150

Manufacture & supply of end cut 60 kg Glass filled nylon


66 insulating liner confirming to RDSO Drg. No. T-3706
with latest alterations and as per IRS Specification T-44-
1995 with latest alterations. Note-End cut is to be done for
glued joint as per RDSO drawing No. T-4511 with latest
alteration complete.

206
Section-4
P.Way Supply for Maintenance & Store

S. No. Description of Item Unit Quantity

Supply of Glued insulated rail joints G3 L 6.5 M long with


6 10 MM thick end post on PSC sleepers. Rails will be issued Nos 30
free of cost by the Employer @ 6.5 M for each joint.

7 Metal Liners to BG as per RDSO T – 3740/8616 Nos 25000

8 ERCs to RDSO-T-5919 (mark V) Each 25000

Febrication of Guard rails of 52 KG / 90 R rail sections


for bridges including all fittings (excluding rail screw) Metre or
9 51
required as per RDSO drawing. Rails will be issued free of Track Metre
cost by the employer. (8 Bridges)

Febrication of Check rails of 60 KG / 52 KG / 90 R rail


sections for level crossings, curves, etc. on PSC sleepers
10 Metre 8
including all fittings as per RDSO drawing. Rails will be
issued free of cost by the employer.

Supply of BG PSC line Sleepers for 60 KG Rails as per


RDSO Drg. No:T-8527 for 25 MT Axle load including
11 Nos. 6250
transportation from CSP to site of work with complete lead
lift etc.

Supply of PSC sleepers for bridges with provision for


12 guard rails as per RDSO Drawing No. T-4088 for 60 KG rail Each 38
including transportation from CSP to site of work.

Supply of PSC sleepers for bridge approaches with


13 provision for guard rails as per RDSO Drawing No. T-4089 Set 1
to T-4097 for 60 KG rail. (Each set consist of 9 Sleepers)

Supply of PSC sleepers for level crossings as per RDSO


14 Each 10
Drawing No. T-4148 for 60 KG rail.

Supply of PSC sleepers for modified SEJ as per RDSO


15 Drawing No. T-4149 for 60 KG rail. (Each set consisit of 5 Set 3
sleepers)

Supplying at site of work including leading, loading,


unloading and stacking of Special PSC Monoblock
Sleepers (pre-tensioned type) for B.G. 1 in 8½ Derailing
Switch as per RDSO Drg. No.-T-6068 to suite both 60 kg
16 Set Nil
rails as per RDSO Design and IRS Specifications No. T-45-
96 (2nd Edition) as amended from time to time with
contractor's labour, materials, tools & Plant, equipment and
machinery, transport etc complete .

207
Section-4
P.Way Supply for Maintenance & Store

S. No. Description of Item Unit Quantity

Supplying at site of work including leading, loading,


unloading and stacking PSC turnout sleepers and
approach sleepers for fanshaped layout of 60 kg 1 in 12
turnout for B.G 60 Kg. (UIC) rails to RDSO Drg. No. T-
17 Set 2
4218 Alt-5 (for general layout) and drawings thereof with
latest alterations if any, complete set with contractor's
labour, materials, tools & Plant, equipment and machinery,
transport etc complete .

Supplying at site of work including leading, loading,


unloading and stacking PSC turnout sleepers and
approach sleepers for fanshaped layout of 60 kg 1 in 8.5
turnout for B.G 60 Kg. (UIC) rails to RDSO Drg. No. T-
18 Set Nil
4865 Alt-5 (for general layout) and drawings thereof with
latest alterations if any, complete set with contractor's
labour, materials, tools & Plant, equipment and machinery,
transport etc complete .

Manufacturing and Supply of BG push trolley fit for track


circuiting with all accessories at project site as per the
19 Each 2
instructions of Engineer-in-charge. The push trolley should
be of the following specifications.

1. The chassis frame and seats/bench made from RHS Steel


section.

2. The trolley roof should be collabseable with water proof


material.

3. The axeles should be made of steel insulated at wheels.

4. The trolley lifting arrangement should be with handles


provided for easy handling.

5. The trolley should be detachable in parts for ferrying it on


train.

6. The trolley should be provided with box to carry


SSE/P.Way materials and attachments for carfrying gauge
cum level instrument.

Manufacturing and supply of Self Propelled Light Weight


20 Trolley as per RDSO Specification No. TM/SM/28 Rev. 01 Each 1
of 2004 with latest amendment

208
Section-4
P.Way Supply for Maintenance & Store

S. No. Description of Item Unit Quantity

Manufacturing and Supply of heavy duty BG motor trolley


(Diesel) fit for track circuiting with all accessories at project
21 Each 1
site as per the instructions of Engineer-in-charge. The heavy
duty motor trolley should be of the following specification.

1. The chassis of the trolley should be of size 1800 mm X


2000 mm (approx.) made of heavy steel section.

2. 2. The wheel dia should be 400 mm

3. The wheel base should be 1200 mm.

4. The axle length should be approx. 1.86 m.

5. The minimum carrying capacity of the trolley should be


approximately 1 MT including man and material.

6. The Diesel Engine capacity should be at least 9-10 HP at


3600 RPM.

7. It should have seating capacity for at least 8 persons.

8. The trolley should be able to run up to a speed of 40 to 50


KMPH on level track.

9. The brake should be mechanically adjustable hand brakes.

10. The fuel tank capacity (Diesel) should be 5 -6 lts.

11. The battery should be of 12 volts for efficient lighting


arrangements and for instant self start.

12. The trolley should consist of foot rest.

13. The approximate weight of the trolley should not be


more than 350 kg.

14. The seats should be provided with 4" cushion with


rexine cover.

15. The trolley should be provided with separate turn-able


type Driver’s seat for ease of driving in reverse direction.

22 Modified SEJs ( with fittings as per RDSo drawings) Set 5

Supply of Grooved Rubber Sole Plates for 1 in 12 turnouts


23 for layout Drg no. T-4218 with latest alterations if any, Set 2
complete set for the turnout as per IRS specification for

209
Section-4
P.Way Supply for Maintenance & Store

S. No. Description of Item Unit Quantity


Grooved Rubber Sole Plate (6mm thick) for placing beneath
rails Sl. No. T-47-2006 with up to date corrigendum if any

Construction Depot
a) The Contractor will be required to establish at least one temporary construction depot at the
site of works where track materials and equipment etc. could be stored for the construction
purposes.
b) The capacity of the depot should be such that the long rail panels of 260m or more length
could be brought or formed after flash butt welding of smaller panels, handled and stacked
for preferably 25 track km.
c) For the purpose of constructing the depot, the Contractor may be required to lay temporary
track, access road, other facilities etc. along with the rail connectivity to the existing Railway
setup if required, at his own cost. Authority shall assist to coordinate with Railway for such
a connection.

1.16. Compulsory forestation and tree plantation


To be done as per the Rules and Regulations in force in respective State Governments and as per the
relevant orders of the Government Instrumentality. The tentative details of number of trees which are
required to be planted by the Contractor as compensatory afforestation is 5000.nos. (Approximate).
However actual nos. shall be as per final alignment and actual trees cut.

1.17. Other requirements:


NIL

1.18. Change of scope


The length of structures and bridges specified hereinabove shall be treated as an approximate
assessment. The actual lengths as required on the basis of detailed investigations shall be determined
by the Contractor in accordance with the Specifications and Standards. Any variations in the lengths
specified in this Schedule-B shall not constitute a Change of Scope, save and except any variations
in the length arising out of a Change of Scope expressly undertaken in accordance with the provisions
of Article 13 of the Agreement.

210
Section-4
2. Signalling and telecommunication

2.1. Signalling Works

2.1.1. All signalling works including survey, design, supply, installation, testing and
commissioning shall be executed in accordance with the provisions of the Indian Railway
Signal Engineering Manual,Latest RDSo specifications and RDSO/Railway Board
recommendations, Technical Advisory notes of RDSO and western Railway technical
circulars & guidelines.Current RDSO specifications are mentioned,however while
procuring S&T items/materials,only the latest RDSO specifications will prevail. Material
shall be procured from RDSO approved vendors, wherever applicable and shall be
inspected as per latest RDSO specifications. Drawing number are mentioned here are
current and may be updated.Latest Drawings are required to be followed while execution
of work.

Construction must also include verification and validation of system installed and independent
certification for maintenenece and operation system during its life cycle. All other
associated materials and works for completion not limited to items described below and as
required for execution of the signalling and telcom works to suit 25 KV has to be provided
by the contractor.

211
Section-4
2.1.2. Signalling works at wayside stations for Single line is as follows:
The details of gauge conversion works for Katosan-Ranuj section signalling & telecommunication are:

Signalling Works

Type of Lifting
Type of Block

arrangement.
Type of Point
Type of train

arrangement
Existing and
No.of lines. (

operation &
interlocking

S&T Hut of
RCC Roof
Barrier &
signalling

Details of
detection
working
Type of

locking

locking
System
Description Name of

siding
Std of
New )
SN
of work Station

Survey design, EI, BPAC (With Electrically Electrically


Conventional
supply II MACLS dual detection operated operated
1 KATOSAN Dc Track
,Installation 5 along with IRS (rotary lifting barrier 2 1
ROAD JN (R) (Hot circuit &
,testing UFSBI for UP type non along with
Standby) BPAC
,manuals for & DN lines trailable) sliding booms
new
EI, BPAC (With Electrically Electrically
technology Conventional
II MACLS dual detection operated operated
equipment Dc Track
BECHRAJI 4 along with IRS (rotary lifting barrier 2 3
installed each (R) (Hot circuit &
UFSBI for UP type non along with
place, Supply Standby) BPAC
& DN lines trailable) sliding booms
of completion
drawings and BPAC (With Electrically Electrically
Commissining EI, Conventional
II dual detection operated operated
at Way side MACLS Dc Track
CHANASMA 3 along with IRS (rotary lifting barrier 2
stations and (R) (Hot circuit &
UFSBI for UP type non along with
training of Standby) BPAC
& DN lines trailable) sliding booms
staff
II EI, BPAC (With Electrically Electrically
RANUJ JN 4 Conventional 2
MACLS dual detection operated operated
(R) Dc Track
along with IRS (rotary lifting barrier

212
Section-4
(Hot UFSBI for UP circuit & type non along with
Standby) & DN lines BPAC trailable) sliding booms

2 Inventory,Supply of Description / quantities


Remarks
signalling spares:
2.1 Electronic intelocking or As required; Spares for each station to the extant of 10% subject to Spares shall be provided @10%
Relay interlocking equipment. a minimum of one, for the cards / modules / PCB, fuses, all relays / quantity of items installed in the
relay groups, lightening arresters, isolators, converters, chargers station
etc.
2.2 Power supply system As required; as per RDSO specification . Spares for each type of And cable spare shall be provided
battery charger to the extant of 10% for the section ,Subject to @10% of Installed quantity.
minimum of one.
2.3 Data logger system As required; Spares for each station to the extant of 10% of each
cards subject to a minimum of one.
2.4 BPAC along with UFSBI as per approved SIP :As required; Spares for each station to the
and Axle counter extant of 10% of each cards subject to a minimum of one.
2.5 Signalling cables As required for each station- 10% of cables laid of each corrage
2.6 Power cables As required for each station- 10% of cables laid of each corrage
2.7 Relays As required; For each station – spares to the extent of 10% subject
to minimum of one for all type of interface relays, relays / relay
groups with bases used in indoor & outdoor
2.8 Point machines with As per approved ESP; For each station – spares to the extent of
accessories 10%, subject to minimum of one
2.9 Train detection System As required; For each station – spares to the extent of 10%, subject
to minimum of one for each type of cards, battery
chargers,Choke,fixed type resistance,batteries, track relays, TLJB
etc.
2.10 On Board (Cab) NA
equipment for TPWS system.

213
Section-4
2.11 Line side equipment for NA
TPWS system

2.12 TMS (with remote


operation system) NA
2.13 Any other item/items for As required; For each station – spares to the extent of 10%, subject
functioning of Signaling to minimum of one of LED signal units(composite type), terminals
system as per contract & fuse blocks, fuses, flexible wires, electric lifting barriers etc.
requirement.
2.14 Testing and measuring As required; For each station – testing and measuring tools and
tools and equipment as equipment as determined in accordance with the manufacturer’s
determined in accordance manuals for EI, IPS, DAC, Point machines etc. Digital multi-meter,
with the manufacturer's cable fault & route locater, megger (500V and 100V), Earth test
manuals. meter( Digital) etc
2.14a. Chemical Distilled As required for each station.
Water Plant capacity 1000
Litres per Day
2.14b. S&T Hut of RCC Spares-Not required.
Roof
3 Integrated testing and For all block sections, stations along with interlocked gates &
commissioning mid section LC gates

2.1.3. The details is mentioned in 2.1.2.

2.1.4. Block Signalling ( BPAC )


The details of Block signalling BPAC for single line Guage conversion works for Katosan-Ranuj Section are:

214
Section-4
Details of block signalling BPAC

of Aspects

block working

details (Please
Type of Block

(Electronic,El
Details of block

automatic
of train

Intermediate
Mechanical)

Provision of

block signal

/Tokenless
Lentgth of
ectrical or

Any other
Auto
System of

signalling

signalling
detection

Specify )
Nominal-
working

sysytem
section

for Section

system

Token
Description

Electro
SN
of work

each
Chainage Chainage

Type
Nos
(From ) (To)
Survey BPAC
Complete
design,Supp Absolut DAC along with
BPAC along
indoor
ly Katosan Bechraji e block with UFSBI with UFSBI
Electronic NA NA replacement
,Installation KM: 37.23 KM62.500 workin Dual proposedModifications/
and utility
,testing g detection for single
Alterations at
shifting
,manuals for line Katosan -
new Detroj
BPAC
technology Complete ,Katosan-
Absolut DAC along with
equipment Bechraji Chanasma indoor Jotana sections
e block with UFSBI
installed Km:62.50 Km:89.14 Electronic NA NA replacement are required.
workin Dual proposed
1 each place, 0 6 and utility
g detection for single
Supply of shifting
line
completion
drawings BPAC along
and BPAC with UFSBI
Commissini Complete
Absolut DAC along with Modifications/
ng of Block Chanasma Ranuj Km: e block with
indoor
UFSBI Alterations at
signalling Km:89.14 Electronic NA NA replacement
101.993 workin Dual proposed Ranuj -Dhinoj
(BPAC ). 6 and utility
g detection for single & Ranuj -Patan
shifting
line sections are
required.

215
Section-4
2 Inventory .Supply of signalling spares Description / quantities Remarks
for above stations.
2.1 Electronic intelocking. As required and elebarated above Spares shall be provided @10%
quantity of items installed in the
2.2 Power supply system Yes , for all the sections ,IBH /MID Section Interlocked
sections.
LC's as required.
2.3 Data logger system As required
2.4 BPAC along with UFSBI and Axle As required for all sections as per approved SIP
counter
2.5 Signalling cables As required for all stations / Mid Section Interlocked LC's
2.6 power cables As required for all stations / Mid Section Interlocked LC's
2.7 Relays As required for all stations / Mid Section Interlocked LC's
2.8 Point machines with accessories As required as per approved ESP.
2.9 Train detection System As required for all stations / Mid Section Interlocked LC's
2.10 On Board (Cab) equipment for TPWS NA
system
2.11 Line side equipment for TPWS system NA
2.12 TMS (with remote operation system) NA
2.13 Any other item/items for functioning of As required
Signaling system as per contract
requirement

216
Section-4
2 Inventory .Supply of signalling spares Description / quantities Remarks
for above stations.
2.14 Testing and measuring tools and As required
equipment as determined in accordance
with the manufacturer's manuals.
3 Integrated testing and commissioning For all block sections, stations along with , Interlocked gates
& Mid section Interlocked LC gates.

2.1.5. Train protection and Warning System (TPWS)


Not applicable
2.1.6. Sections

The details of Guage conversion works for Katosan-Ranuj Section signalling & Telecommunication are :
SN Description of work Details of Sections
1 Description of work ( applies to all sections described in Survey design,Supply ,Installation ,testing ,manuals for new technology
this table below) equipment installed each place, Supply of completion drawings and
Commissining.
1.1 Section KTRD- RNJ
1.2 Operation Control Center NA
1.3 Section – Single / Double line Single line
1.4 LC gate (Modification / extension of LC for single Katosan New
Road to Ranuj JN line)
1.5 EI/PI/RRI (New / modification) 4 stations with EI New

217
Section-4
1.6 Train detection DC track circuits in station sections; and HASSDAC for block sections
1.7 Block signaling BPAC along with UFSBI for proposed single line.
1.8 BPAC HASSDAC
1.9 Point Operation & locking arrangement Centralized point operation
1.10 Signal arrangement system MACLS for entire section
1.11 LC gate interlocking Electrically operated lifting barrier along with sliding boom
1.12 LC gate telephone To be connected with controlling stations
1.13 IPS at stations and UPS at OCC To be provided at all EI stations, new IBH and all Mid section Interlocked LC
gates.Augmentation in existing power supply system where alterations /
modifications work to be done
1.14 Indoor / outdoor installation for IBS/IBH or Mid section LC no: 80- Bechraji -chanasma Block Section:Mid Section Interlocked LC
Interlocked LC gate Km: 38640.30 & LC no: 99 chanasma-Ranuj Block Section:Mid Section
Interlocked LC Gate Km : 53660.20
1.15 Train management system (TMS) / Centralized Traffic NA
Control
1.16 Any other details (please specify)

2 Inventory .Supply of signalling spares Description / quantities


2.1 Electronic intelocking. As required and elebarated above
2.2 Power supply system Yes , for all the sections ,IBH /MID Section Interlocked LC's as required.

218
Section-4
2.3 Data logger system As required
2.4 BPAC along with UFSBI and Axle counter As required for all sections as per approved SIP
2.5 Signalling cables As required for all stations / Mid Section Interlocked LC's
2.6 power cables As required for all stations / Mid Section Interlocked LC's
2.7 Relays As required for all stations / Mid Section Interlocked LC's
2.8 Point machines with accessories As required as per approved ESPs.
2.9 Train detection System As required for all stations / Mid Section Interlocked LC's
2.10 On Board (Cab) equipment for TPWS system NA
2.11 Line side equipment for TPWS system NA
2.12 TMS (with remote operation system) NA
2.13 Any other item/items for functioning of Signaling system as As required
per contract requirement
2.14 Testing and measuring tools and equipment as determined in As required
accordance with the manufacturer's manuals.
Note : Spares shall be provided @10% quantity of items installed in the
sections
3 Integrated testing and commissioning For all block sections/stations along with, Interlocked gates & Mid section
Interlocked LC gates.

219
Section-4
Note: Signalling work will be involved for level crossings mentioned in Para 1.6
of this Annex I of Schedule B. The following works shall be involved for all the
level crossings and operating gates:

(a) Interlocking of LC gates with control panel complete, indication diagram,


switches and push button, RTU etc. complete.
(b) New Masonry huts
(c) Dismantling and shifting of barriers according to single Line works; or new
electric barriers as required
(d) Installation / erection of LC equipment / barriers to new location.
(e) MACLS signal complete
(f) All relays
(g) Batteries, power supply, lighting arresters, changeover panels etc.
(h) All cables
(i) Testing and commissioning work
(j) Integrated testing as required
(k) Spares @10% of the installed equipment / components
(l) All type Surge Protection Device(SPD) as per WR practice.

2.1.7. Other Signaling Equipment / items for Single Line work

Following other equipment / items for all stations / sections / Mid section Interlocked gates as
relevant are included in the scope of work

(a) Provision of Class A protection


(b) Provision of Ring Earth in Relay Room / IPS
(c) Provision of EI with Dual VDU as elaborated in Para 2.1.2 to 2.1.4 above
(d) Provision of fire alarm detection and suppression system for EI.
(e) Provision of high availability SSDAC with E1 converter
(f) Provision of Earth Leakage Detection (ELD)
(g) Provision of mini IPS at mid section gate
(h) Provision of RTU at mid section gate with networking
(i) Provision of Electronic Voice logging system at mid section gates
(j) Data logger
(k) Fuse and fire alarm

220
Section-4
2.2. Telecommunication

2.2.1. All telecommunication works including survey, design, supply, installation, testing and commissioning shall be executed in accordance with
the provisions of the Indian Railway Telecom Manual.

2.2.2. Optical Fiber Cable system


Optic fiber cable supply, laying in trench in all types of soil including cable laying through trenchless technique for road/road crossing,
jointing, termination, testing and design, supply, installation, testing and commissioning of STM, PD/I Mux system including all associated
control equipment to achieve the end goal.

221
Section-4
Details of OFC system

Chainage Type of STM


Control Office euipments
Equipment Any other
(MG-KMs) Type Pow with Power Supply
S Description of details.
N Work Name of Block of er Any other
Station Section Multipl Sup Emergenc details
Fro Short exer ply Way y Control
To Long Haul HQ
m Haul station Equipme
nt
1 Survey 37.2 STM PDMU Maintenan
- KTRD - NIL 1 TPC 1 1
design,Supply 3 4 X 2MB ce free
,Installation earth for
37.2 KTRD- STM PDMU
,testing ,manuals 62.500 Bechraji NIL 1 TPC 1 1 each
3 Bechraji 4 X 2MB
for new system.ST
technology Bechraji- M 4 is
equipment 62.5 Chanasa STM PDMU required at
89.146 Chanasa NIL 1 TPC 1 1
installed each 00 ma 4 X 2MB all stations
ma
place, Supply of .Data
completion 89.1 101.99 Chanasa STM PDMU connectivi
Ranuj Nil 1 TPC 1 1
drawings and 46 3 ma-Ranuj 4 X 2MB ty
Commissining Chainage equipment
of Optical fiber as required
cable (BG-KMs) i.e
communication 14.2 Dhinoj- STM PDMU Routers,
system including 26.37 Dhinoj Nil 1 - - - Modems
3 Ranuj 4 X 2MB
alteration at Switches
existing station ,LAN
and Division. extender,
26.3 Ranuj- STM PDMU
39.65 Patan Nil 1 - - - Media
7 Patan 4 X 2MB
converter
etc.

222
Section-4
2 Inventory : Supply of Communiction spares Quantity/Description Remarks
2.1 Optical fibre cable with accessories from As above including requisite jointing kits, OFC cable termination Spare of
Katosan Road-Ranuj Jn boxes, cable route markers, OFC termination boxes etc. 10% of equipment
the total cable laid subject to a minimum of 3 Km.10% accessories shall be
subject to a minimum of one. provided at
each
2.2 HDPE duct with accessories from Katosan Yes,all 24-core OFC cable shall be in 50/42mm HDPE pipe;Other
station.10%
Road to Ranuj Jn cable protection materials viz RCC pipe,hume pipes,GI pipe etc.
quantity of
as required.10% of the total cable laid subject to a minimum of 1
each item,
Km.10% accessories subject to a minimum of one.
installed in the
2.3 Optical fibre digital equipment (STM with SDH Add/Drop MUX STM-4 equipment with optical aggregates section shall be
accessoiries) including spares. provided as
spare,subjected
SDH Add/Drop MUX STM-4 equipment with optical aggregates to minimum 1
for loop protection. Digital drop insert MUX with conference quantity of the
facility with all accessories. item.
Covered rack complete with all fittings for all equipment and
accessories including U link panel and cable termination .10%
subject to minimum of one .
2.4 Digital multiplexer euipmets (PDH with AS above ;10% of each type of cards subject to a minimum of 1
accessories ) set.
2.5 Power supply of STM/PDH with accessories Yes as required ;10% of the total, subject to a minimum of 1 set.
2.6 Control office euipments with accesroies 10% of the total, subject to a minimum of 1 set.
(a) Way station As required
(b) HQ As required

223
Section-4
(c) Power Supply Power supply system 25A for telecom installations with SMPS
changer in 1+1 configuration suitable for lead acid batteries
Low maintenance lead acid batteries (2V, 24 nos.) 48V, 200AH
5-liter capacity distilled water plant
2.7 Emergency Communication with all Emergency socket complete with post as required(minimum
accessories and Tools 100nos)105 of the total,subject to a minimum of 1 set
2.8 Any other Item/Items for functioning of 10/20/50 pairs PIJF cables, cable termination boxes for PIJF
telecommunication system as per contract cables, isolating transformers, patchchords, jumper cables, cable
requirement jointing / termination materials for copper cables as required.
Earthing and copper cables including materials.
Surge and lighting protection arrangements
Fire extinuiher,Furniture,document copier etc.
2.9 Testing and measuring tools and euipment as Copper cable fault locater suitable for 25 kv AC electrified areas.
determined in accordance with manufacture's
Tool kit for mainteners, Earthtester, Megger 500V,Vaccum
manuals
cleaner,Consumables for OFC jointing & termination etc.
Motor trolley and other tools as necessary:Equpiments as
determinbed in accordance with the manufacturer’s manuals and
two sets of:power source meter,power meter,EI
analyser,OTDR,Fusion splicing machine,digital OLED multi
meter,OFC restoration toll kit,cable route locator,cable fault
locator
3 Intergrated testing and commissining Complete section

224
Section-4
2.2.3. Six quad telecom Cable

Six quad telecom cable supply and laying in trench in all types of soil including cable laying through trenchless technique for road/road
crossing, jointing,termination and testing including provision of EC sockets at every KM for emergency communicatuion And Level
crossing gate.

Details of 6 Quad Telecom cable System


Chainage
LC gate No.
SN Description Of work (MG-KM) Name of
Block Section Any other details
From To Stations In Block
At station
Scetions
1 Survey,design,supply 37.23 - KTRD - 30,36,37 - I. LC gate communication
,installation,testing from concerned
manuals for new stations, EC sockets at
technology installed 37.23 62.500 Bechraji KTRD-Becharaji 68 each KM.Additional
for each place,supply one 6 Quad cable to be
of completion laid for BPAC & single
drawings, and 62.500 89.146 Chanasama Becharaji- 95C 80 line Block.
commissioning of 6 Chanasama II. The communication to
Quad telecom cable the independent LC gate
system 89.146 101.993 Ranuj Chansama-Ranuj 26,27 99 will be given from the
nearest concerned block
Chainage (BG-KMs) stations.
14.23 26.37 Dhinoj Dhinoj-Ranuj - -
26.37 39.65 Patan Ranuj-Patan - -

2.2.4. Mobile train radio communication


Not applicable

225
Section-4
2.2.5. Other Locations The
details of supply, testing and commissioning of telecommunication equipment for other locations are:

Power supply euipment


Earthing arrangements
PA & Coach Guidence

Passenger information

Digital clock on Each

Telephone exchange
Electronic exchange

LC gate telephones
equipments's with

Video Surveilance
UTS/PRS System

Any other details


display sysytem

with protection
comminication

Control office
Mobile radio

accessories

EC socket
Platform
System

system
CCTV
Description of
SN Station
Work

Survey, Design,
Supply, Katosan
- - yes yes yes - yes - - yes yes yes yes -
Installation, road
Testing , supply

Modification if Required
of manuals for
new technology Bechraji - 1 yes yes yes - yes 1 - yes yes yes yes -
euipment for
1 each place

-
,Supply of
completion Chanasma - - yes yes yes - yes - - yes yes yes yes -
drawings and
commissining of
telecomminicati
on equipments. Ranuj Jn - - yes yes yes - yes - - yes yes yes yes -

Supply of Communication spares Quantity with Unit


2.1 Mobile radio Comm. System NIL

226
Section-4
Supply of Communication spares Quantity with Unit
2.2 CCTV System at Becharaji 1
2.3 Electronic exchange system NIL
2.4 Public address & Coach guidance system 1 Set
2.5 Passenger information display system 1 Set
2.6 Digital clock system 1 Set
2.7 Control office equipments's with accessories As required
2.8 Video Surveilance system NIL
2.9 Telephone exchange NIL
2.10 EC socket As required
2.11 Lc gate telephones As required

2.12 Any other Item/Items for functioning of telecommunication system as per contract requirement Supply of tool kit & line tester as required
2.13 UTS/PRS system 10% or 1 Set
Integrated Testing & Commissining As required
Note: All telecom systems should be provided as per western railway practice approved by Railways/GRIDE.
Other works
Dismantling, releasing submission to G-Ride of signalling gears of existing stations / LC as required.

227
Section-4
`

3. Electrification of proposed Gauge Conversion (MG to BG) of railway line


between Katosan Road to Becharaji extended 2.7 km for MSIL Siding
and General Electrical works between Katosan Road to Ranuj Station

3.1. Overhead Equipment (OHE) and LOPs


Design, supply, erection, testing and commissioning of 25kV, 50 Hz, AC Overhead equipment
including Foundations, Structures and all ancillary equipment etc. as per following details
along with PTFE neutral section at SPs/TSSs of Single line Gauge conversion, insulated
catenary wire under over line structure, Height Gauges at level crossing gate, Protective screens
on over line structure, Structure arrangement on bridge piers, feeder wire, all types of caution,
warning, instruction and protection boards at required locations, anti-theft charging
arrangement, Traction Station Working Rule along with sectioning diagram at required
locations (TPC, Traffic control, OHE Depot, AEE/Sr. DEE office etc.), Safety items (i.e. key
box, First aid box, shock treatment chart, Collar ring, men at work board etc.) at required
locations, construction of contractor’s depot & sidings and all necessary documentation for
EIG sanction and CRS Inspection, breakdown attention till CRS inspection etc.
The work will be carried out in line with the on going main line electrification works duly co-
ordination with Central Organisation Railway Electrification (RE)/Railways. The scope will
also include two numbers of loop line electrification and modification/alterations to OHE at
Katosan road station as per approved ESP’s/LOP’s.
All sidings, additional lines in yard, works subsequent to yard re-modelling etc which may
come up in the section during the execution of contract are also covered in the scope.

The High raised OHE shall be designed and built to the applicable standards & as per the latest
guidelines issued by RDSO/Ministry of Railways.

3.1.1. Regulated conventional type OHE (as per the latest guidelines and changes suggested
railway board guidelines vide letter No. 2001/Elect(G)/150/1 dated 22/11/2016) with
high rise contact wire height 7.57 Meter and with 107/65mm2 Contact / Catenary wires.
SN FROM STATION TO KM TO KM TOTAL REMARKS
STATION ROUTE KM
(Approx)

NIL

3.1.2. Regulated high rise type OHE with normal contact wire height 7.57 Metre
From Station to Total
SN Km to Km Remarks
Station RKM

Total TKM comes around 36.5


TKM. Electrification to be
1 Katosan-Becharaji 37.23-62.50 25 done up to Exg Lc.No.72 (UM)
plus 2.7 KM from Becharaji
Station to MSIL Siding.

228
Section-4
`

Note: The above shown route kilometre is length between centre line of stations which is
indicative only. The scope includes integration of OHE with proposed OHE of Viramgam Jn-
Mehsana Main Line works including wiring of the associated connections (turnout, crossovers)
whether specifically mentioned or not. The OHE works shall be executed as per the approved
ESPs / LOPs.

3.1.3. Regulated Tramway type OHE with normal contact wire height 5.80 metre
SN From Station to Station Km to Km Total Track Km Remarks

Nil

3.1.4. Regulated tramway type high-rise OHE with normal contact wire height 7.57 metre.
SN From Station to Station Km to Km Total Track Km Remarks

Nil

3.1.5. Unregulated conventional type OHE with normal contact wire height 5.80 metre.
SN From Station to Station Km to Km Total Track Km Remarks

Nil

3.1.6. Unregulated type OHE high-rise with normal contact wire height 7.57 metre.
SN From Station to Station Km to Km Total Track Km Remarks

Nil

Mechanized methods shall be used for foundation (through augurs), mast erection, wiring and
OHE equipment adjustment to the extent possible. Ready mix concrete (RMC) or conventional
method shall be used for foundations in consultation with Authority Engineer. OHE
foundations with required number of anchor bolts(min 6 nos) grouted shall be provided on
bridges during bridge construction for OHE masts.
3.2. 25 kV Sectioning post (SP) and sub-sectioning post (SSP) (Switching Post)
Design, supply, erection, testing and commissioning of single phase, 25 KV, 50 Hz, AC
Switching Stations (SP/SSP) including Foundations, Structures and all ancillary equipment etc.
as per following details along with Earth work, construction of buildings, fencing, retaining
wall, Internal Wiring with switch/fittings/equipment’s, Battery Set, All types of caution,
warning, instruction, protection, location/Name and schematic diagram boards, earthing
stations, Safety items (i.e. Firefighting equipment, First Aid box, Shock treatment chart, key
box etc.), manning till stabilization of SCADA (At least for a period of 06 months from
commissioning) and all necessary documentation for EIG sanction and CRS Inspection,
breakdown maintenance till CRS inspection.

229
Section-4
`

SN Location Type of Remarks


Switching Post
1 Becharaji Stn SSP Single Line

One Circuit Braker is to be provided at Becharaji SSP for MSIL Siding.


NOTE: The above location of SP/SSP are indicative only. Finalisation of Locations in
consultation with railways/RE is in the scope of EPC contractor.
3.3. 25 kVA Booster Transformer and return conductor arrangement [Specify scope of
booster transformer stations]

SN From Station to Station Km to Km Length Of RC(m) Remarks

NA

3.4. 10KVA Auxiliary transformer stations


The work involves design, supply, erection, testing and commissioning of single phase
Auxiliary Transformer Station of different capacity with dropout fuse as per following details,
complete with all structures and fittings etc. along with anti-climbing device and all types of
caution, warning, instruction, protection boards and location/Name boards, junction box,
cabling works along with track crossing wherever required, auto changeover switch,
distribution box, connection of AT with OHE etc. and all necessary documentation for EIG
sanction and CRS Inspection. Breakdown attention till CRS inspection.
3.4.1. Stations
S. N Location capacity Quantity of AT Remarks
1 Bechraji Stn 10 KVA 01 Nos.

• AT system shall be complete in all respects.


• System shall be provided with changeover switch which should also have local grid
supply in addition to AT supplies.
• The auto changeover panel (CLS) shall be from RDSO approved source.
• 2x70 mm2 Aluminium cable shall be provided.
• 63A CLS panel shall be provided at each location.
• Cabling works along with track crossing wherever required; track crossing shall be
done through horizontal boring method along with RCC pipe (150mm) HDPE Pipe
160 mm OD for cable protection.
• In platform area or concrete structure, the cable maybe required to laid by insertion of
HDPE pipe (160mm) by boring method.
• Suitable change over panel shall be provided in Station Manager’s room.

3.4.2. Intermediate Block Huts – NIL

230
Section-4
`

3.4.3. Level Crossings


SN Location/LC Gate No. Capacity Quantity Remarks
of AT
1 Katosan Yard 01 Total LC gate
5KVA
= 9 Nos.

• Each AT system shall be complete in all respects


• System shall be provided with changeover switch which should also have local grid
supply in addition to AT supplies
• The auto changeover panel (CLS) shall be from RDSO approved source.
• 2x25 mm2 Aluminium cable shall be provided
• 32A CLS panel shall be provided at each location
• Cabling works along with track crossing wherever required; track crossing shall be
done through horizontal boring method along with RCC pipe/ HDPE pipe for cable
protection.
• In concrete structure the cable maybe required to laid by insertion of HDPE pipe by
boring method.

3.5. Traction sub-stations (TSS)


Design, supply, erection, testing and commissioning of single phase,220/132/110/25 KV,
50 Hz, AC Traction Sub Station (TSS), Feeding Post (FP), Shunt Capacitor Bank, series
reactor, ABT meter along with all associated equipment, including Foundations,
Structures and all ancillary equipment, Earth mesh/electrode, Buried rail and connections
etc. as per following details along with Earth work, construction of buildings, approach
road, Laying of Cross Track along with sleepers & fastenings, points & crossings, ballast
main work, retaining wall, Fencing, internal wiring, yard lighting, arrangement for water
supply, All types of caution, warning, instruction, protection, location/Name and
schematic diagram boards, Safety items (i.e. Firefighting equipment, First Aid box, Shock
treatment chart, key box etc.), manning till stabilization of SCADA(At least for a period
of 06 months from commissioning) and all necessary documentation for EIG sanction and
CRS Inspection. Breakdown attention till CRS inspection.

Location Input Number of Capacity of each


SN Remarks
of TSS Voltage Transformers Transformer
TSS will be finalised in consultation with railways on later stage. Presently TSS works
are not included in the scope.
NIL

3.6. High voltage transmission line from grid sub-station to railway TSS

3.6.1. Overhead transmission line


231
Section-4
`

Total Nominal Single


Location Km 3-Phase/2-
SN length Voltage Circuit/Double Remarks
to KM Phase
in Km level circuit

Nil

3.6.2. Monopole overhead transmission line


Total Nominal Single
Location Km 3-Phase/2-
SN length Voltage Circuit/Double Remarks
to KM Phase
in Km level circuit

Nil

3.7. Underground high-tension cable transmission

Total Nominal Single 3-


Location
SN length in Voltage Circuit/Double Phase/2- Remarks
Km to KM
Km level circuit Phase

Nil

3.8. Bay augmentation work at grid

Location Km to Total length in Nominal Voltage Number of


SN Remarks
KM Km level Bays

Nil

3.9. Supervisory control and data acquisition system (SCADA)


The scope covers design, supply, erection, testing and commissioning of Standard
Supervisory Control and Data Acquisition (SCADA) equipment as per RDSO
Specification No TI/SPC/ RCC/ SCADA /0130 (Rev-2) with latest amendments in the
proposed electrified section. The scope of the work also covers interface of SCADA
system at RCC., SCADA software, SCADA equipment at controlled stations.
Comprehensive maintenance (preventive maintenance and break down attention)
contract of SCADA system for 04 years after expiry of 36 months guarantee period as
per tender paper for control of Traction Sub -Stations and Switching Stations for 25 kV
A.C. Single phase, 50 C/S, Electric Traction of electrified section. Comprehensive
maintenance covers maintenance of SCADA system complete with all software, RCC
equipment’s, RTUs including replacement of defective parts and accessories or up
gradation of SCADA systems, software & RTUs etc. during the currency of contract as

232
Section-4
`

mentioned in the Specifications. SCADA site, if required, may be shifted to other suitable
locations as per site condition.

SN Item Quantity Remarks


Remote Control centre with SCADA
1 hardware & soft ware 0
Modification to existing SCADA
system including modifications to
2
master station at RCC (Software &
Hardware) 1
SCADA Equipment at Traction Sub –
3
Station 0
SCADA Equipment at Switching Posts
4
(SP/SSP) 1

3.10. Various electrical general services work


3.10.1. General
3.10.1.1. All the general services electrical works shall be carried out as per ‘Specifications &
Standards for Construction’ issued by Railway Board. Subsequent sections elaborate
the various general services works. The various Annexures mentioned in subsequent
paras refer to the annexures as contained in the ‘Specifications & Standards for
Construction’ issued by Railway Board. (Attachment C, Schedule D).
3.10.1.2. Suitable capacity cables should be procured ,laid and connect to load/panel /pole to
pole/high mast/ any electrics , by the contractor.
3.10.1.3. The following describes the GS works (design, supply, testing and commissioning
complete in all respects) foreseen at various stations / locations under the scope of
EPC Contractor:
a) Provision of 1 nos. DG sets of 100kVA rating with AMF panel complete in all
respect at office complex at Becheraji.
b) Provision of 4 nos. online 2x2kVA UPS with 120-minute backup with isolation
transformer, 3-phase AC input, 1-phase output, floor mounted type complete in all
respect (locations to be finalized later)
c) Electrification of all service buildings described in Para 1.8.2 of Annex I of this
Schedule B
d) Electrification of railway stations / platforms described in Para 1.8.1 of Annex I of
this Schedule B
e) Electrification of staff quarters described in Para 1.8.3 of Annex I of this Schedule
B.
f) Electrification / lighting of outdoor areas as described in Para 1.8.4 of Annex I of
this Schedule B; this includes 4 nos. high mast 20m long lighting with LED
lights(160w) and 10 no’s 9 mtr long LED lights(50W).

233
Section-4
`

g) Provision of electric pumps complete in all respects for water supply and
distribution system described in Para 1.8.5 of Annex I of this Schedule B.
h) Electrification of FOBs / pedestrian bridges as described in Para 1.9 of Annex I of
this Schedule B .
i) In station/S&T and service building energy efficient 5 star 1400mm sweep ceiling
fan and 1200mm sweep energy efficient ceiling fan to be provided in the staff
quarters.
j) Electrification of service roads / internal roads / approach roads / footpaths as
described in Para 1.10 of Annex I of this Schedule B.
k) Provision of 30 nos. 40-45W LED outdoor street Light fittings with wiring and
fixing arrangement complete in all respects (locations to be finalized later).
l) General electrification work as required for all Level Crossings under the scope in
this EPC contract .
m) Provision of 14 nos. 2-ton split air conditioning units (minimum 5-star rated,
inverter type) complete in all respect with rotary compressor at various locations
(to be finalized later) of LG/Carrier/Hitachi make.2 no 90 litre 5 star refrigerator
and 15 litre capacity water heater 5 star as required in ORH
n) Provision of 5 nos. self-contained drinking water cooler (non-CFC refrigerant) with
energy efficient compressor; cooling capacity 150 litre/hour, 150liter storage
capacity at various stations / locations (to be finalized later)
o) Any modification of electric distribution system as necessary for all the above
p) Signage’s as required for all the premises / locations / areas as above.
q) LED station name Board.

3.10.1.4. Essential amenities for passengers shall be provided as per the guidelines issued by
Railway Board for passenger amenities as per Railway Board latest guidelines (letter
No. 2013/LMB/10/15, dated 11.12.2013) or latest.
3.10.1.5. Work like Yard illumination, Platform Illumination, Goomty Wiring, EI building,
Sub Station, Staff quarters, CD Enhancement, Electrification of Station, Gang Hut,
Power supply to staff quarters & office building, pumps at stations / Block section,
substation work etc. to be carried out as per Railway specifications.
3.10.1.6. All the electrical appliance and fittings should be of standard make like Bajaj,
Havells, Surya, Phillips, Crompton, Anchor, HPL, Syska and shall conform to
related IS specification. All light fittings shall be LED type with test result as per
LM80 for burning hours minimum 50,000,LM79 for Lumen/watts.
3.10.1.7. Shed LT/TP/FP wiring with 1.5 sq.mm copper conductor single core multi-strand
copper wires ,1.1KV,ISI mark ,FRLS with same size neutral to be done as per
Annexure V &VI of Attachment C.
3.10.1.8. lights, reading lights, gate lights, porch lights, bracket lights, call bells, television
sockets, telephone sockets to be provided wherever required. MCB DP 32 A C curve
with enclosure to be provided for Airconditioners.40 A MCB type change over if
required to be provided.
3.10.1.9. Required size UPVC pipe ,working pressure 14 kg/sq cm as per ASTM-D,1785,Sch-
80 is to be provided for cable protection in air/on wall/cover sheds.
3.10.2. Electrical work at Railway station and platforms
234
Section-4
`

3.10.2.1. Platform Light (Covered shed)


a. 8 ways double door DB incoming 32A MCB,10KA,”C-Curve”,Outgoing 6x16 SP
MCB 10KA as per Annexure I to be provided for controlling of light and fan as per
Annexure I of attachment C.
b. Covered Shed should be provided with lights and fans as per Annexure II of
Attachment C.
c. Illumination Level under covered shed should be as per Railway board letter no.
2004/Elect. / (a)/109/1 dated 17.05.2007. 2x18W LED capsule type IP-65 fitting to
be provided.
d. Nos. of fans to be provided should be as per Railway Board letter no. 2012/LM
(PA)/3/5 dated 11.09.2012.
Separate GI Earthing to be provided with earth connection by 2x 8 SWG GI wire
for each platform covered shed as per Annexure III of Attachment C.
e. Supply & fixing PVC cable duct 40 x 60 (W x H) m standard slot greenish grey
with MS flat 5 x 35 mm with suitable MS clamp and GI nut bolt & providing by 6
wire of 6 mm² throughout length as per Annexure IV of Attachment C for covered
shed wiring. Earthing to be done for cover shed.
f. Shed LT/TP/FP wiring with 1.5 sq.mm copper conductor single core multi-strand
copper wires ,1.1KV,ISI mark ,FRLS with same size neutral to be done as per
Annexure V &VI of Attachment C.
g. In cover Shed 30%, 70% Circuit of lights, 24 Hrs supply and fans circuit to be made
for each platform.
3.10.2.2. Platform Light (Halt station)
a. Provision of Octagonal Pole 5Mtrs long single arm with inbuilt junction box with
6A MCB Junction plate with 40 to45 w LED street lights. Foundation of pole should
be prepared as per manufacture recommendation as per Annexure VII of
Attachment C.
b. Provision of Street LED lighting(40-45W) as per Annexure VIII of Attachment C.
c. DB for controlling of Power supply with 63A 4P MCB- out going 12 MCB SP
16Amps “C” Curve.
d. Provision of each 5th pole to be provided with Earth and all other pole should be
connected with 8 SWG GI wire as per Annexure III of Attachment C.
e. HDPE pipe of 50 mm diameter thickness 3mm PE-80 to be provided for cable
laying at platform as per Annexure IX of Attachment C.
f. 30% & 70% circuit of lights is to be made 24 Hrs supply at platform, fan circuit to
be made separately.
g. Rooms/toilets/waiting rooms to be electrified in concealed wiring.
h. Electricity of waiting room, ticketing room, toilets etc. should be done with 1x18
W LED tube light fitting LED bulbs and energy efficient fan including wiring in
concealed manner, with earthing, computer plug sockets to be provided. Exhaust
fans to be provided in toilets.
i. Single phase bore pumps 5 hp capacity with the timer and water guard auto starter
should be provided. Pump head & discharge will be worked out after deciding the
bore including column pipe, cabling auto switched etc. included.
j. 32 A, 30 mA, 2 pole RCCB with enclosure to be provided.

235
Section-4
`

k. MCB DB incoming 32 A double door and outgoing 6*16 A MCB, 10 KA, ‘C’ curve
to be provided in the room/ cover shed.
l. Passenger mobile charging points to be provided.
m. Power supply to be availed for D-class station.
n. LED bulbs to be provided in toilets.
3.10.2.3. Platform Light (Uncovered Area)
a. Provision of Octagonal Pole 5Mtrs long single arm with inbuilt junction box with
6Amps MCB & Junction plate. Foundation of pole should be prepared as per
manufacturer’s recommendation as Annexure VII of Attachment C with 30% &
70% circuit of Lights to be made.
b. Each 5th pole to be provided with Earth and all other pole should be connected
with 8 SWG GI wire as per Annexure III of Attachment C.
c. Provision of Street LED lighting(40 to 45 W) as Annexure VIII of Attachment C.
d. HDPE pipe of 50 mm diameter thickness 3mm PE-80 to be provided for cable
laying at platform as per Para 9, General Instructions for Electrical Works as per
attachment C.
e. Illumination level of platform lighting as per letter no. 2004/Elect. /(a)/109/1 dated
17.05.2007 of Railway Board or latest.
f. At island platforms double arm octagonal poles to be provided.
g. LED bulbs to be provided in toilets.

3.10.3. Electrical work at Station Building


a. Provision of the Light point, Fan point, Bell point, Exhaust Fan, Tube light point
in station buildings as per Annexure VI of Attachment C in concealed wiring.
b. Provision of 5A plugs socket & computer point for booking with 4x6A, 2 Set at
Booking window as per Annexure VI of Attachment C.
c. Provision of 15A socket as per Annexure VI of Attachment C.
d. Supply & fixing of LED tube lights 1x18 w as per Annexure II of Attachment C.
e. Provision of fan regulator electronic step type hume free as Annexure II of
Attachment C.
f. Heavy Duty Steel BodyExhaust fan 300 mm with louvers for toilets IPS and
Battery room as per Annexure XI of Attachment C..
g. Provision 4P MCB DB with 63A, Outgoing18 Nos. 1-Pole 16A MCB as per
Annexure XII of Attachment C.

h. 125 A MCCB MDB should be provided in ASM room, the breaking capacity of
MCBs should not be less than 10KA & ‘C’ curve
The MDB shall be comprised with following switch gears—
Incoming circuit -➢ 1x125 A MCCB 4-pole 35 KA adjustable type with thermal
magnetic release.

Outgoing circuit -➢ 2 x 63 A 4-ploe MCB & 10 KA Breaking Capacity of C-curve


➢10 x 20 A DP MCB& 10 KA Breaking Capacity of C-curve.
Panel Board should be manufacture by CPRI approved LT panel manufacturer.
236
Section-4
`

i. Phase Selector switch panel for selecting phase as per Annexure XIII of
Attachment C,200A phase selector switch,125A incoming MCCB 4P,outgoing
125A 2 pole MCCB.
GI pipe earthing with connection with 8 SWG GI wire as per Annexure III of
Attachment C.
j. Illumination Level under covered shed should be as per Railway board letter no.
2004/Elect./(a)/109/1 dated 17.05.2007. Passenger Amenity Circular No. 2012/LM
(PA)/3/5 New Delhi, dt.11.09.2012 or latest.
k. Number of fans to be provided should be as per Railway Board letter
no.2012/LM(PA)/3/5 dated 11.09.2012 or latest.
l. Supply, fixing, testing and commissioning of split AC with 20Amps MCB 10KA
with enclosure C curve and complete connection as per requirement wherever
applicable.
m. Electrification of Camp Office/ORH/Service Buildings: Provision of 14 Way MCB
DB Incoming 63AMP 4P MCB and Outgoing 1x10 A MCB ‘C’ Curve 10KA for
Power Supply to feed buildings ,LED lights are to be provided. 2x2 feet LED
Lights/8-17 w LED down lighters to be used in falls ceilings. Sufficient mobile
Charging Points/ Plug-Socket/reading lights/night lights/porch lights//bracket
lights should be provided. Earthing to be Provided as per norms. Heavy duty steel
body exhaust fan 300 mm with louvers to be Provided in Toilets/Kitchens. Copper
wiring 1.5 Sq mm in concealed manner , 2.5/4.00/6.00 sq mm submains to be used
as per load. Fans/Bracket fans Should be of Energy Efficient 5-star rating to be
provided. LED Street Lights to be Provided. Two Nos Pedestal fans also to be
provided in ORH.

3.10.4. Electrical & AC work at S&T building


a. Incoming 2x63A 4P MCB 10KA C curve and outgoing 10x20A DP MCB 10KA
C curve double door to be provided for controlling supply for lights fans, exhaust
fans as per Annexure I of Attachment C (Signal & Telecommunication).
b. Provision of fan regulator electronic step type as per Annexure II of Attachment C.
c. Provision of Cable laying in trench, air and HDPE pipe as per Annexure IX of
Attachment C.
d. Provision of the Light point, Fan point, Bell point, Exhaust Fan, Tube light point
in station S&T buildings as per Annexure VI of Attachment C.
e. Provision of 5A plug socket & computer point booking with 4 Nos. 5A (2 Sets) ,
at Booking window as per Annexure VI of Attachment C.
f. Provision of 15A socket as per Annexure VI of Attachment C.
g. Supply & fixing of LED lights 1x18 W as per Annexure II of Attachment C.
h. Provision of fan regulator electronic step type as per Annexure II of Attachment C.
i. Heavy duty Exhaust fan 300mm for DG Set room, Battery Charging Rooms, relay
room and toilets (along with necessary rain shed to prevent ingress of rain water)
as per Annexure XI of Attachment C.
j. GI pipe earthing with connection with 8 SWG GI wire as per Annexure III of
Attachment C.

237
Section-4
`

k. Illumination Level under covered shed should be as per Railway Board letter no.
2004/Elect./(a)/109/1 dated 17.05.2007. Passenger Amenity Circular No. 2012/LM
(PA)/3/5 New Delhi, dt.11.09.2012 or latest.
l. Number of fans to be provided should be as per Railway Board letter No.
2012/LM(PA)/3/5 dated 11.09.2012 or latest.
m. New Relay room (EI) shall be Air-conditioned as per approved scheme of Railway.
n. Requirement of AC, requirement of General electrical wiring, requirement of AT
supply and Auto changeover Panel shall be provided.
o. Two no. emergency tube lights in relay room and two emergency tube light in
ASM/Panel room to be provided, to be connected from selected supply of DG set
and local supply.
p. Cover sheds: For cover sheds 2x18W LED capsule 4 feet IP-65 light to be provided.
q. Porchlights to be provided. TWO/NI lighting, power supply to be provided as per
requirements.
r. False ceileing:Suitable LED lights/downlighter to be provided in false ceiling.
s. ORH/Waiting halls/running rooms/Reading lights/Bracket lights, down lighters/
night Lights to be provided
t. 50mm to 450mm HDPE pipe to be provided whereever applicable.
u. LED bulbs to be provided in toilets.
3.10.5. Electrical Work at Staff quarters -Electrification as per Railway Board Norms:
a. Electrification of type II, III & IV quarters with copper wire in concealed manner;
b. Each quarter to be provided with one GI pipe earthing with connection with 8 SWG
GI Wire as per Annexure III of Attachment C.
c. Single-phase energy meter & meter box to be provided in each quarter as per
Annexure XIV of Attachment C, if required, power supply to be availed from any
state electric supply companies.
d. LED tube 18W to be provided as per Annexure X of Attachment C.
e. 12-way SPN DB to be provided for controlling supply for lights fans, exhaust fans
etc. as per Standard to be provided in each quarter.Incoimg 40A DP MCB 10KA
C curve, Outgoing 10x16A SP 10KA C curve with enclosure.
f. RCCB of 32A double pole 30mA to be provided in each qtrs. as per Annexure XV
of Attachment C.Geyser, AC and Washing machine point to be provided with MCB
32A DP with enclosure and “C” Curve.
g. Out-door power supply, distribution, and Street lighting works to be done.
h. LED bulbs to be provided in toilets/ Balconies.
3.10.6. LT Panel Room
a. Supply, installation, fixing, testing & commissioning of LT panel CPRI approved
manufacturer make of incoming 2x250A FP MCCB 35KA,adjustable with thermal
magnetic relay, outgoing 6x125 A MCCB,2x63A 4P MCB,C curve ,10KA ;10x20
A DP MCB,10KA C curve.
b. Provision of Cable laying in trench, air and HDPE pipe as per Annexure IX of
Attachment C.
c. All cable connections should be made with proper glands and lugs as per Annexure
IX of Attachment C.
d. Section Feeder pillar consisting the following items:
238
Section-4
`

• Incoming:-1x250A MCCB,4 pole ,35 KA adjustable with thermal magnetic


release;
• Outgoing :-Copper bus bar 500mm length with 250A capacity.
3.10.6.1. Electrification of LC Gate: Following are required at LC gates:

a. Normal Road 2 No. 45 W street lights LED fitting to be provided in diagonal


manner.
b. Duty Bank and S&T room electrification to be done.
c. Rooms should be provided with 1*18 W tube light LED & fan 1200 mm, toilet
light, 300 mm exhaust fan heavy duty with louvers.Concealed wiring is to be done.
d. One street light outside duty bank to be provided
e. 4 No. street light at high way or 4 lane roads to be provided. Concealed wiring,
earthing, cabling is involved in the work.
f. 8 way DB incoming 40 amp of DP MCB ‘C’ curve 10 kA, outgoing 6*16 amp
SPMCB ISI mark.
g. Cabling etc energy meter to availed from State electricity Board.
h. Auto changeover panel (CLS) with local AT1 and AT2 supply to be provided
i. 5 kVA AT to be provided in between section LC gates.
j. Single phase bore pumps 5 hp capacity with the timer and water guard auto starter
should be provided. Pump head & discharge will be worked out after deciding the bore
including column pipe, cabling etc. included.
k. Toilets should be provided with LED bulbs.

3.10.7. Pump
Total quantities:
• 10HP open well submersible pump – 4 Nos.+2 Spares;
• 15 HP bore well submersible pump – 4Nos. +2 spares;
a. Supply, installation, fixing, testing & commissioning of various pumps of required
Head at site 415 volts submersible pump as per Annexure XVI of Attachment C, two
earthins to be provided for 3 Phase panels.
b. Complete with star-delta starter with single phase preventer,watergaurd, fully
automatic starter as per pump required, B class GI pipe as required diameter with
flange, flat copper cable of size 3x4/3x6 sqmm & earthing with connections as per
Annexure XVI of Attachment C.
c. All cable connections should be made with proper glands and lugs as per Annexure
IX of Attachment C.
d. Provision of power supply cable from feeder pillar for operation of pump.
e. 10 % of total pump accessories shall be required as spare.
f. Pump at D Class station: Single phase 5 HP pump with all accessories cable pipe
,starters and auto start panel with water guard 5 Spare pumps to be provided.
3.10.8. Water Cooler
Total Water Coolers with RO of 150 litre capacity = 5 nos. in the Section
a. Supply, installation, fixing, testing & commissioning of 150 litre Capacity water
cooler with RO of Shree Ramusha/Ion exchange/Blue star make complete with

239
Section-4
`

suitable foundation, MS jail cage, 15A Socket, required LED light in cage and 01
nos. earth connections with 8 SWG GI wires as per Annexure XVII of Attachment
C.
b. GI pipe earthing with connection with 8 SWG GI wire as per Annexure III of
Attachment C.
c. Provision of power supply cable from feeder pillar Distribution Board for operation
of water cooler.
d. Provision of 2 nos. Refrigerator 5 Star rating 90 Litre capacity to be provided in
ORH and 15 litre storage type Geyser 5 Star, 4 nos.
3.10.9. Drainage system and Sewerage system: -
Efficient drainage system or disposal of water from the buildings and for drainage
shall be provided.
a. For Details IS 1742-1988 Code of Practice for Building Drainage may be referred.
b. Design of Drainage system: In designing a drainage system for building(s), the aim
shall be to provide self-cleansing conduits for the conveyance of soil, waste, surface
or subsurface waters, and the removal of such wastes speedily and efficiently to a
sewer or other outlet, without risk of nuisance and hazard to health.
c. Gradient and discharge: The discharge of water through a domestic drain is
intermittent and limited in quantity and therefore, small accumulations of solid
matter are liable to forming the drains between the building and the public sewer.
There is usually a gradual shifting of these deposits as discharges take place.
Gradients shall be sufficient to prevent these temporary accumulations building up
and blocking the drains.
d. Self-cleaning velocity: Normally, the sewer shall be designed for discharging three
times the dry weather flow flowing half-full of a minimum self-cleansing velocity
of 0.75 meter per second. The approximate gradients, which give this velocity for
the sizes of pipes likely to be used in building drainage, and the corresponding
discharges when flowing half-full. The sizes and slopes shall conform to Local
Municipal Bye Laws.
e. Minimum velocity of flow: In cases, where it is practically not possible to conform
to the minimum gradients, a flatter gradient may be used but the minimum velocity
in such cases shall on no account be less than 0.61 meters per second.
f. Maximum velocity of flow: On the other hand, it is undesirable to employ gradients
giving velocity of flow greater than 2.4 meters per second. Where it is unavoidable,
cast iron pipes shall be used. The approximate gradients, which give a velocity of
2.4 meters per second for the various sizes of pipes and the corresponding discharge.
g. Size of pipes: Subject to the minimum size of 100mm, the sizes of pipes, shall be
decided in relation to the estimated quantity of flow and the available gradient.
h. Wherever municipal sewer connections are not available, Septic Tanks are to be
provided.
i. Soil pipes: The minimum internal diameter for soil pipes shall not be less than
100mm. Soil pipes shall be situated outside the building or in a suitably designed
open shaft. The work of the soil pipe shall be carried down truly vertical, but where
unavoidable, they may be laid at an inclination of not less than 22½o to Horizontal.

240
Section-4
`

Soil pipes below ground shall be cast iron. Above ground asbestos cement soil pipes
may also be used in exceptional case.
j. Vent pipes: The soil or wastepipe above the highest inlet connection shall be
continued upwards either to the full diameter or to a reduced diameter of not less
than 80mm for water closets, and 50mm for other fixtures to serve as a ventilating
pipe. The vent pipe shall be carried to a height of at least 60cm above the outer
covering of roof (near the cover) of the building. In the case of flat roof with access
provided the height shall be at least 120cm above the parapet, and 2meters above the
roof level. The top of the pipe shall also not be less than 2metres above the head of
any window within a horizontal distance of 3metres from it. The top of the vent pipe
shall be fitted with a hard cast iron GI or copper wire dome.
k. Waste Pipes: Waste Pipes shall be fixed and jointed in the same manner as soil pipes.
Branch waste pipes from fittings to the main waste stack shall ordinarily be of lead
and these shall be connected to the fittings through the efficient syphon Trap.
l. Discharge: All soil pipes, after passing vertically below ground level shall be led by
an easy bend into the adjoining home service manhole if provided or be connected
direct to a sewer pipe. No soil pipe shall discharge into a gully trap or open drain.
All waste pipes shall discharge into open gully traps, provided with square CI
Gratings. A waste pipe shall not be connected directly to a manhole or soil pipe or
sewer.
m. Rain Water Drain Pipe: If a separate underground drainage system is provided for
surface water, rainwater down pipes shall discharge in the open air over un-trapped
gullies Otherwise they shall discharge in the open air into surface drain.
n. Tests: All to a smoke waste pipes, laid above ground shall be subjected to a smoke
test, at the expense of the contractor, after fixing in a position preferably with the use
of smoke machine. Smoke shall be pumped in from the lower end and all joints and
traps carefully examined for any leakage of smoke. In case of pipe laid below
ground, they shall be subject to a static head of water of 60 cm above the crown at
the top most point following the same method as for glazed earthenware
3.10.10. Electrical Work for Roads & Foot path
a. Provision of Octagonal Pole 5m long single arm within built junction box with 6A
MCB & Junction plate. Foundation of pole should be prepared as per manufacture
recommendation as per Annexure VII of Attachment C.
b. Provision of Street LED lighting 40-45W as per Annexure VIII of Attachment C.
c. All cable connections should be made with proper glands & lugs as per Annexure-
IX of Attachment C.
d. Cable laying 4x16 sq.mm armoured of required length. Pole to pole with one ring
loop on both sides.
e. Provision of power supply cable for electrification of circulating area.
f. Illumination level for circulating area to be maintained as per letter No.
2004/Elect/G/109/1 at 17.5.07 of railway board.
g. Each 5th pole to be provided with Earth and all other pole should be connected with
8 SWG GI wire as per Annexure III of Attachment C.

241
Section-4
`

h.
High Mast 20 meter (4 numbers) Complete with M20 Concert foundation, control
panel, LED floodlight 160 watt, Aviation LED Light and 2 Nos GI pipe Earthing
with 8 SWG GI wire and connection.
3.10.11. Signage information boards and posts at Boundary wall & Boundary Pillars
All LED signage, information boards and posts shall be provided which include
Platform Indication Board (PIB) such as station name board and service buildings,
utility boards, such as Clock Room, parcel, waiting rooms, water coolers etc. in
accordance with requirement of Railways and various signage’s and Boards. Provision
of LED display variable cum fixed signage board has been planned in schedule for
general electrical services work. The same shall be provided as per Latest RDSO
specification.
3.10.12. Drainage along the railway line
Drainage system including surface and subsurface drains for the Railway Project shall
be provided to ensure fast drainage and no water logging in block section as well as
yards. The cross-section of the drains is to be designed and got approved from
Authority engineer. Further the drains can be precast/ cast in situ made be of
masonry/concrete depending upon the location and engineering requirement.
3.11. Modification of EHT power lines and crossings above 33KV (Raising of height)- 5 Nos.
All power line crossings affecting the proposed gauge conversion of existing MG to
BG line shall be shifted/ raised the height of Lowest conductor by the EPC contractor
under option-I. The scope of work includes survey of existing power line crossings /
preparation of design / shifting/ modifying/ raising/ relaying/ and execution of the work.
The list of Overhead power lines crossing along with existing MG line is given in
schedule B para 3.26.
Authority shall reimburse the amount paid by contractor to electricity Company/ Supply
authority based on their estimate processing/ execution. The reimbursement shall be
done directly to contractor after completion of work after verifying the estimate raised
by supply authority/Electricity company. The work of Execution for raising / shifting
of the EHT shall be done by the owing agency of the EHT lines crossing the track
(Option1), The reimbursement shall be limited to estimate provided by Owner of the
power line crossing/Electricity Company only under option 1. Nothing will be paid
extra.
The tentative proposals for modification of the power line crossings given in below
Table

Single
Nominal circuit/ No of
S.No. Item Quantity Remarks
Voltage level Double phases
Circuit
1 Track 66 KV DC 3-Phase 4
crossing
2 220 KV DC 3-Phase 1

242
Section-4
`

3 Along
NIL
Track

3.12. Modification of HT power lines and crossings up to 33 KV (replacement by UG


cabling), 14 Nos,
1) All power line crossings over the along the existing MG line shall be surveyed by the
EPC contractor. The scope of work shall include survey of existing power line
crossings / preparation of design / shifting/ modifying/ raising/ relaying/Modified by
UG cable required to suite electrified BG track and execution of the work. All
expenses for modification of 11/33 KV HT power line crossings shall be borne by the
EPC contractor. The list of Overhead power lines crossing along with existing MG
line is given in schedule-B para 3.26.
2) The tentative proposals for modification of the power line crossings given in below
Table.
3) The Scope of work shall also include Supervision charges or any other statutory
charges payable to power supply authority by the EPC contractor. Nothing will be
paid extra.

Nominal
Single circuit/ No of
SN Item Voltage Quantity Remarks
Double Circuitphases
level

U/G Cable to be provided 3 x


185/300 Sq. mm. (One spare cable
3 also, to be provided
1 Track crossing Single
11 KV Phase 14 of the same length and size)
Circuit
under the track.

2 Along the track NIL

3.13. Modification of LT power lines and crossings (replacement by UG cabling), 9 Nos


1) All power line crossings over the along the existing MG line shall be surveyed by
the EPC contractor. The scope of work shall include survey of existing power line
crossings / preparation of design / shifting/ modifying/ raising/ relaying by U/G
Cable required to suite electrified BG track and execution of the work. All expenses
for modification of LT power line crossings shall be borne by the EPC contractor.

243
Section-4
`

The list of Overhead power lines crossing along with existing MG line is given in
schedule-B para 3.26.
2) The tentative proposals for modification of the power line crossings given in below
Table.
3) The Scope of work shall also include Supervision charges or any other statutory
charges payable to power supply authority. Nothing will be paid extra.

Nominal Single
Quantity
S. No. Item Voltage circuit/Double Remarks
in NOs
level Circuit
In platform area or
concrete structure the
cable may be required
to laid by insertion of
Track HDPE pipe by
1 400V/150V 9
crossing horizontal boring
method. One spare
cable also to be
provided of the same
length and size.

Location survey to be done by EPC contractor and approval shall be taken from
authority.

All LC Gate LC Cable should be provided in U/G ground Under the track.

3.14. Extension of LT power supply for Color Light Signaling (CLS) Work:
Work involves laying of cable at 1-meter depth covered with half round RCC pipe 150
mm dia, protection of exposed part of cable with GI pipe, wiring at station area,
Installation and commissioning of CLS panel of requisite capacity and extending AT
supply to S&T installations. Breakdown maintenance till CRS inspection also included
in the scope of work.

3.14.1. 10 KVA AT for Stations


SN Location Size of Quantity Cable Remarks
conductor of AT quantity
in
meter/AT
1 Becharaji Stn 2x70 1 As per • One spare
Sq.mm Site cable also to be
condition provided of the same
length and size

244
Section-4
`

• In platform
area or concrete
structure the cable may
be required to be laid
by insertion of HDPE
pipe by horizontal
boring method.

At each location mentioned in Table under Para 3.4.1 above (Annex I, Schedule B),
extension of LT power supply for signals to be provided with 2*70mm2 Aluminium
cables. Additionally, one spare cable of same size to be provided for entire length.
The work also involves track crossing as needed and in platform area or concrete
structure, the cables shall be laid in HDPE pipes and surface to be rebuilt.

3.14.2. 10KVA AT for IBS – NIL

3.14.3. 5KVA AT for LC Gates – 9 Nos.


At each location mentioned in Table under Para 3.4.3 above (Annex I, Schedule B),
extension of LT power supply for signals to be provided with 2*25mm 2 Aluminium
cables. Additionally, one spare cable of same size to be provided for entire length.
The work also involves track crossing as needed and in concrete structure, the cables
shall be laid in HDPE pipes and surface to be rebuilt.
SN Location/LC Size of Quantity Cable Remarks
Gate No. conductor of AT quantity
in
meter/AT
1 Katosan Road 2 x 25 mm2 1 As per Site • One spare cable also to
Condition be provided of the same
Yard
length and size
• In platform area or
concrete structure the
cable may be required to
laid by insertion of HDPE
pipe by boring method.

3.15. Extension / Augmentation of electrical power supply arrangements and associated


works for General Electric Works.
Augmentation of power supply works includes all general supply works from state
electricity authority supply point to service building/quarters metering panel. It includes
liaisoning with state electricity authorities for releasing of new power connection or
augmentation of existing connection duly providing new transformer/substation
245
Section-4
`

wherever required, new panel with metering arrangements, laying of HT/LT cables in
trench as well as on surface of required size as per requirement and site condition,
necessary earthing arrangement, distribution panel with MCCB and laying of cables up
to metering panel of service building and quarters. The contractor needs to design the
system and get approval from authority engineer. All equipment/cable etc. shall be
approved make as approved by authority.

Details of
SN Location modifications/ Remarks
augmentation works &

Katosan The EPC contractor will collect demand note


1
Road Jn from state electricity board and arrange
payments. This will also include necessary
Becharaji
2
stn Shall be assessed by 11KV/33KV modification from existing line
EPC contractor and got to railway yard and supply of all associated
3 Chanasma approved by railways equipment.
The cost incurred in enhancement of max.
4 Ranuj contract demand will be borne by EPC
Contractor

Above table includes all LC gates, B&D Class stations service buildings/ offices/ restrooms/
Quarters etc.

3.15.1. Inventory General Electrical

i. PORTABLE BLOWER =1 No.


Portable air blower suitable for 230V AC, 50 Hz. Wolf model no NWB, 350 w, Air velocity -
308 KMPH /Hitachi-335 W, 2.3 Cub Mtr/Min OR other ISI mark.

ii. 8 LOCKER STEEL CUP BOARD =4No.


Contractor has to supply 8 locker steel cup board made of 18 SWG CRCA sheet having
individual locker/s inbuilt locking Arrangement, size -6.5 feet x 3.0 feet x 19 inch & siemens
gray colour. Make-Heera or HOF or Ambica or Godrej .

iii. ALMIRAH STEEL=4No.


Contractor has to supply steel Almirah made of 18 SWG CRCA sheet. Having 5 shelves, inbuilt
locking Arrangement, size –78” x 36” x 19” & Siemens gray colour. Make- Heera or HOF or
Ambica or Godrej .

iv. VISITORS CHAIR =16No.


246
Section-4
`

The contractor shall have to supply visitors chair. Visitors chair shall be made A-type powder
coated MS pipe & cushion type seat and back/handle. The chair shall be made A type MS pipe
& cushion type seat and back/handle, Make Heera model No. VC -13 or HOF model no SVA-
101 or Ambica model no-360 .

v. STEEL TABLE =4No.


The contractor shall have to supply steel table made from powder coated MS round pipe with
top size 54” x 30” x 30” with 3-drawers and locker with shelf. Table shall be of back closed
type. Make- Heera or HOF or Ambica or Godrej .

vi. DIGITAL CLIP-ON METER (TONG TESTER =4No.


Contractor has to supply digital clip-on meter MECO model No.3600 OR KUSAM MECO
Model No-9999 or similar with testing leads, Battery, Manual & Carrying case.

vii. DIGITAL EARTH TESTER WITH TESTING KIT =2


Contractor has to supply digital type earth tester with LCD digital display complete with
external probe & battery operated of KUSAM MECO, Motwane, Agrawal and Agronic-kit
complete with testing leads, spikes, hammer etc

viii. ANALOGUE EARTH TESTER WITH TESTING KIT =2


Contractor has to supply analogue type earth tester complete with external probe & handle
generator operated of KUSAM MECO, Motwane, Agrawal and Agronic-kit complete with
testing leads, spikes, hammer etc.

ix. ANALOGUE INSULATION TESTER(Megger)=4 No.


Contractor has to supply analogue insulation tester of KUSAM MECO make/ Agrawal
Electronics /MECO/Motwane make complete with testing leads.

x. SELF SUPPORTING LADDER 8 FEET =4 No.


Contractor has to Supply Aluminum self-supporting ladder witch flat step Size 8 feet height &
made of 12 Gauge Aluminum C section. Make:- Heera / Ballad / Stackers & Movers India or
similar.

xi. SELF SUPPORTING LADDER =4No.


Contractor has to Supply Aluminum self-supporting ladder witch flat step Size 15 feet height
& made of 12 Gauge Aluminum C section. Make:- Heera / Ballad / Stackers & Movers India
or similar.

xii. SUPPLY OF BOX TYPE SPANNER SET:2 set


247
Section-4
`

The contractor has to supply box type bi-hexagonal socket set of sizes 11mm to 42mm of
Taparia model No. S-16MxL with 19 sockets and six accessories with additional sockets of
sizes 34mm, 36mm, 38mm, 41mm and 42mm of Taparia cat No. C-34 to C-42 respectively.
The tool set shall be of Taparia or similar Jhalani make only.

xiii. SUPPLY OF DOUBLE ENDED SPANNER SET ;4 Set


The contractor has to supply double ended spanner set of 10 Nos.(Size-
6x7,8x9,10x11,12x13,14x15,16x17,18x19,20x22,24x27,30x32) Make- Taparia/Jhalani..

xiv. SUPPLY OF UNIVERSAL TOOL SET =1 Set


The contractor has to supply universal tool set of Taparia model No. 1005 (contents-Adjustable
spanner 1171 CP, insulated plier 1621-8j, SD Set 812, SD932 & 859) or equivalent Jhalani
make only.

xv. CRIMPING TOOL Item No. =1 Set


Contractor shall have to supply the crimping tool of capacity 25sqmm to 400sqmm having
11sets of hexagonal dies of Make SURYA/ Dowels make.

xvi. DIGITAL VERNIER CALIPERS =4 Set


Contractor shall have to supply digital type Vernier caliper suitable for 200mm x 0.01(Inch/mm
combine). Digital type Vernier caliper shall be of Precision, Mitutoyo, Forbs
Aerospace make only.

xvii. SET OF SCREW DRIVERS,CUTTERs/HACK SAW AND PLIERS=4 Sets:


Applicable for a electrician.

xviii. DIGITAL MICRO METER Item No. 4 Set


Contractor shall have to supply digital type micrometer (Screw Gauge) suitable for 0-25mm
(Inch/mm combine). Digital type micro meter shall be of Precision, Mitutoyo, Forbs Aerospace
make only.

xix. Cable height meter


Of reputed make for measuring vertical height of lowest conductor of overhead electric
crossings=1No.

3.16. Modifications of existing electrical works


3.16.1. List modifications to existing switching posts, if any.

248
Section-4
`

Design, supply, erection, testing and commissioning additional BMs single phase, 25 kV, 50
Hz, AC at the existing Switching Stations (SP/SSP) including busbar augmentation,
Foundations, Structures and all ancillary equipment etc. as per following details along with
Earth work, construction of buildings, fencing, retaining wall, Internal Wiring with switch /
fittings / equipment’s, Battery Set, All types of caution, warning, instruction, protection,
location/Name and schematic diagram boards, earthing stations, Safety items (i.e. Firefighting
equipment, First Aid box, Shock treatment chart, key box etc.), manning till stabilization of
SCADA (At least for a period of 06 months from commissioning) and all necessary
documentation for EIG sanction and CRS Inspection, breakdown maintenance till CRS
inspection.
The work shall include the extension of existing switch yard, levelling and filling of ground as
required, fencing modification and extension of existing fencing, gantry modification (involves
dismantling of existing opposite gantry (if infringes) and erection of new opposite gantry to
suit cross feeder of third line, feeder modification, provision of additional interrupters,
additional 10 KVA at each SP/SSP, OHE modification work etc. including supply and erection.
This shall also include rewiring of existing control room / battery room along with provision
of LED light for yard and rooms and ballast and moorum spreading, new additional earthing
station and connections.
It will also include provision of Buried rail in front of SP/SSP and to provide earthing &
bonding as per latest RDSO / Railway Board guidelines.

Details of modifications/augmentation works &


Location of Present remarks
SN
SP/SSP description
Remarks

NIL

Note: In addition to modification / augmentation work involved at above SPs and SSPs,
additional BMs, switches, isolators etc. are also included in the scope for further sub- sectioning
at various stations / yards as required for accomplishing full functionalities of the railway
system.

3.16.2. Modifications to existing OHE, including dismantling of OHE, removal of brackets,


cutting of masts, dismantling and removal of existing auxiliary transformer all related
modifications to existing OHE for about 1 KM length in Katosan Road yard, including
dismantling of OHE, removal of brackets, ATD, terminations, isolators, section
insulators, cutting of masts, dismantling and removal of existing auxiliary transformer
to be carried out by the EPC contractor as per site requirement. The scope of work
includes the above work. All other associated materials and works for completion not
limited to items mentioned in the table as required for execution of the works to suit
25 kV has to be provided by the Contractor.

249
Section-4
`

Such modifications, dismantling etc. of OHE shall be assessed by the Bidders


themselves as per the ESPs provided with the bidding documents. It should be noted
that notwithstanding this list, the responsibility of identifying and shifting /removal of
the infringements (the ones listed in table below as well as others) remains with the
Contractor.
Obstruction and Infringement for Single Line between Kotasan road to Bechraji

Sr. Station Yard Infringements Details ( Approx qty)


No.
1 Kotasan Road Jn. 1 KM

3.16.3. List modifications to existing traction substation, such as augmentation of bay,


addition or replacement of traction transformer, circuit breakers etc.
Existing transformers will have to be replaced with higher rating 30/42 MVA ONAN/ONAF
traction transformers with associated switchgears, forced cooling arrangement, replacement of
existing busbar and connectors, post insulators, foundations, structures, ancillary arrangement,
earthing and buried rail connections etc. Feeding post is to be provided with additional two
Nos 25 kV, 1600 Amps vacuum interrupter to feed third line. The work should be carried out
as per latest RDSO drawings, specification and instructions. Rating of switchgears and
equipment shall be confirmed with latest RDSO Drawing No
TI/DRG/PSI/3L/TSS/RDSO00001/07/01.
All types of caution, warning, instruction, protection, location/Name and schematic diagram
boards, Safety items (i.e. Firefighting equipment, First Aid box, Shock treatment chart, key
box etc.), manning till stabilization of SCADA (At least for a period of 06 months from
commissioning) and all necessary documentation for EIG sanction and CRS Inspection.
Breakdown attention till CRS inspection.

Details of modifications/augmentation works &


Location of Present remarks
SN
TSS description
Remarks

NIL

Furniture for the above three TSSs shall be provided in adequate quantity. This shall include
replacement of existing furniture also.

3.17. Requirements during the pre-NI and NI workings for electrical department 3.17.1
Illumination work
3.17.1. Illumination work
a. Illumination of temporary Goomty provided for the pre-NI/NI workings with
provision of fans, coolers etc. and lights of pathway with provision of power supply
arrangements and manpower
250
Section-4
`

b. Illumination of all points and crossing for proper manual operation during the night
time with provision of power supply arrangements and manpower
c. Charging points for various appliances required for NI working including for walkie-
talkie of S&T department

3.17.2. OHE work


a. Adequate number of skilled and unskilled workmen depending upon he volume of
work are to be deputed. Work may be carried out round the clock for consecutive days.
b. Since the work is being executed under blocks within specific period, experienced
Engineer and supervisor will be required for proper planning and execution of work.
c. Adequate number of tools / tackles viz. ladder, trifor of different capacity, rope, cutter,
hand tools, chain pulley, pull pits etc. with sound condition are to be made available.
d. Gas-cutter, concrete breaker, cranes etc. will also be required as per site condition
e. A store to be framed at the site of NI, to facilitate all required materials / equipment
f. Provision of adequate lighting arrangements is to be made at work site for working
during night
g. Arrangement of transportation of materials, workmen to be kept
h. Adequate safety arrangements viz. earth rods, flags, coloured torch etc. to be kept.

3.17.3. Other NI requirements for electrical department


a. Station Working Rules (SWR), Sectioning Diagram, LOP, CSD, As-erected SED,
tower wagon checking data, foundation design etc. to be submitted for CRS sanction
b. EIG sanction to be coordinated by the Contractor
c. JAG/SAG officers’ inspection and compliance to be prepared
d. Sufficient number of vehicles should be provided for movement of officers and staff
during pre-NI and NI

3.18. Inventory electrical


3.18.1. The following minimum inventory shall be supplied by the Contractor:
SN Description Unit Qty

A T &P for OHE maintenance

1 Tirfor 2.5T/1 T Nos 4

2 Tirfor 5T/3T Nos 4

3 Pull lift 3T Nos 4

4 Pull lift 3/4T Nos 4

5 Dropper making jig & wire straightener for 5mm dropper wire Set 1

6 Dropper making jig and wire straightener for 7mm dropper wire Set 1

7 Come along clamp for cat. suitable for 19/2, 108mm conductor Nos 4

251
Section-4
`

8 Come along clamp for cont. wire 107 sq.mm Nos 4

9 Come along clamp for Al. spider conductor Nos 2

10 Come along clamp for earth wire (19/2.5mm) Galvanised steel Nos 2

11 Rail jumpers with clamps at both ends Nos 20

12 Rail jumpers extn. with clamps at one end Nos 20

13 Earthing discharge rod complete Nos 3

14 Al. straight ladder with hook on top Nos 2

15 Al. straight ladder extensible (11Mts) Nos 2

16 Drilling machine 25mm motor driven (radial or pillar) Nos 1

17 Bench grinder (double end) pedestal motor driven (203mm) disc Nos 1

portable welding cum cutting set (gas) range cutting 1-100mm


18 welding'0.5 to 30mm comp. with oxy. & acetylene cylinders, Nos 0
trolley &helmet

19 Hydraulic compressor for return con. splicing Nos 0

Portable elec. dirl 21mm 1 phase 230V (for drilling rails for
20 Nos 1
bonding)

21 Honda welding Gen. set (100/200 A) with all accessories Nos 1

22 Portable diesel Gen. set 3 KVA, 240 V 1Phase Nos 1

23 Flood light fitting with 500w lamp Nos 1

24 First aid box Nos 1

25 Stretcher Nos 1

26 Fire buckets Nos 4

27 Portable fire extinguisher (cap.10L) Dry chemical powder Nos 1

28 Portable fire extinguisher (cap.9L) Form type Nos 1

29 Contact wire cutter 35" Nos 1

30 Dropper wire cutter 12 Nos 1

31 D' shackles set of one each (1", 3/4". 5/8", 1/2") Nos 2

32 Single sleeve pulley block 3,5" 0.5" Groove steel Nos 2

Single sleeve pulley block 3.5" 0.5" Groove fibre for drawal of
33 Nos 2
contact & caty.

252
Section-4
`

34 Single sleeve pulley block 6"*1" groove steel Nos 2

35 Contact wire twist cum bender 6" Nos 2

Steel sling with eye each end 19mm dia.

a) 1 Mtr. long Nos 3

b) 2 Mtr. long Nos 3


36
c) 3 Mtr. long Nos 2

d) 4 Mtr. long Nos 1

e) 10 Mtr. long Nos 1

37 slewing gadget Nos 2

38 Cont. wire splicing jig Nos 1

39 Copper hammer 2 Kg. Nos 1

40 Micro meter Nos 1

41 Metric tap 30M, 15M each Nos 2

42 Bench vice 6" Nos 1

43 Siren (1 km range) Nos 1

44 Ladder trolleys Nos 1

45 Testing & measuring equipment

I Megger 2500 V Nos 1

II Dynamometer (3500 + 20Kg) 300mm dia. Nos 1

III Earth megger / tester Nos 1

IV Binoculars Nos 1

V Vernier callipers Nos 1

VI Walkie talkie set (2W out put) Nos 1

VII Emergencies telephones Nos 1

VIII Multimeter Nos 1

B PSI SPARES

1 Spanner double ended, 24 sizes 12 piece set (6-42 mm) Set 1

2 Earthing Discharge Rod Nos 2

3 Drop Out Fuse Pull Rod Nos 1

253
Section-4
`

4 Portable Dsl. Engine Optd. Welding Set 230 V. Nos 1

5 1/2 "Sq. Drive Skt.Set (19skts With 6 Atch) Nos 1

6 Acidity Testing Kit Nos 1

7 Mains Ope. Insulation Tester 5 Kv Nos 1

8 Clip-On Tong Tester 5a/25a,150/300/600v(Port.) Nos 1

9 Ac Volt Meter 0-150v Nos 1

10 Ac Volt Meter 0-500v Nos 1

11 Digital Time Interval Meter 15 Min. - 1000 Sec. Nos 1

12 Insulation Tester 2.5 Kv Nos 1

13 Earth Tester Nos 1

14 Megger 500 V Nos 1

15 Oil Testing Kit Nos 1

16 Gas Filling Device Nos 1

17 Insulation Tester 250 V Nos 1

18 Multimeter Nos 1

19 Load Cell Tester Nos 1

20 Auto Transformer 2 Amps. Nos 1

21 Emergency Telephones Nos 2

C OHE SPARES

1 Cantilever Assembly complete Set 30

Complete set of fittings including bracket tube, stay tube, register Set
2 30
arm, steady arm ( Push-off)

Complete set of fittings including bracket tube, stay tube, register Set
3 30
arm, steady arm. ( Pull-off)

4 Bracket tube (tube only) Mtr 100

5 Stay tube (tube only) Mtr 100

6 Register arm tube (tube only) Mtr 100

7 Steady arm (normal type) (tube only) Pieces 20

8 Steady arm (special type for insulated overlaps) (tube only) pieces 5

254
Section-4
`

9 Swiveling fastening for bracket tube Nos 10

10 Swiveling fastening for stay tube Nos 10

11 Porcelain/Composite 9T insulators Nos 10

12 25KV post insulators Nos 4

13 Dropper wire 5/7 mm Kg 100

14 Contact dropper clips Nos 30

15 Catenary Dropper Clips Nos 30

16 Contact Splice Nos 2

17 Catenary ending clamp Nos 5

18 Contact ending clamp Nos 5

Set of bolted/ crimped clamps and tee sleeve for feeding Nos
19 5
connections

20 Set of bolted/ crimped clamps for potential jumpers Nos 5

21 Bus Splice (18mm) Nos 5

22 Tee connector 18/18 Nos 5

23 Ending clamp for 18 mm bus bar Nos 5

Nos 10% of
24 Crimper ending eye for droppers
installed

Set 10% of
25 Contact wire clamp for steady arm
installed

Nos 10% of
26 Set of half messenger clamps for dropper
installed

Nos 10% of
27 Set of half contact wire clamps for dropper
installed

28 Regulating equipment with balance weight (conventional OHE) Nos 2

29 Section insulator assembly (Conventional type) Nos 1

30 Feeder wire KM 0.5

31 25kV Single Pole isolator without earth contact Assembly Nos 1

32 Guy rod (9.7 meter long) (RI 5005) Nos 5

33 Insulated catenary Mtr 100

255
Section-4
`

Termination assembly, double Overhead equipment conductor Set


34 5
including insulator

35 Steel structure including SPS / Emergency mast complete MT 2

36 Stay Insulator Nos 30

37 Bracket Insulator Nos 30

38 Catenary suspension clamp (RI 1161/1163) Nos 10

39 Stainless Steel Wire Rope Nos 5

40 Double suspension clamp. (RI 1170) Nos 5

% 10% of
41 Nuts and bolts etc
installed

D OHE cables and Wires (spares)

1 Contact wire KM 1.5

2 Catenary wire KM 1.5

Mtr 10% of
3 Dropper wire
installed

Mtr 10% of
4 All type of jumper wire
installed

Mtr 10% of
5 25KV single core cable
installed

Mtr 10% of
6 Control cables
installed

E PSI spares

1 Single pole isolator Nos 1

2 Voltage transformer Nos 1

3 Circuit breaker Nos 1

Manually operated isolator with operating rod insulator With Nos


4 1
earthing heel

5 Interrupter Nos 1

6 Lightning arrester Nos 2

256
Section-4
`

Note: The above quantity is the minimum to be provided. In addition, all consumable items
(5% of total population) which are necessary for maintenance of the equipment installed is
deemed to be included in the scope.
3.18.2. Supply of Material
The Inspecting authority for the work shall be RDSO/RITES/Railway’s
representative.
Inspection of Material
a. All materials to be used for installation shall be subject to inspection by RDSO /
RITES / Railway’s representative at the manufacturer’s premises. For this purpose,
the Contractor shall give sufficient notice of time to RDSO / RITES / Railway’s
representative when the material is ready for testing / inspection. All facilities as may
be necessary shall be provided for carrying out the tests.
b. Whether a product has or has not been accepted at the point of manufacture, if, upon
arrival at destination, it does not meet the requirements of the specification, it may be
rejected, and the Contractor shall undertake disposal of the rejected products and shall
bear all charges.
c. The Contractor shall make such tests as may be necessary to demonstrate to the
satisfaction of the Railway that the apparatus and the system as installed are in
accordance with the requirements of the specifications and contract. The Contractor
shall provide such instruments and apparatus as may be necessary for making the tests.
d. Inspection Charges:
The inspection charges for the inspection service shall be borne by the Contractor.
3.19. Watch and ward
Watch and ward and security of the assets (traction and general services) constructed shall be
responsibility of Contractor till the time of taking over of the assets by Railways. The
Contractor shall deploy adequate resources for this purpose at the various assets’ sites.
3.20. Released Material
3.20.1. A joint survey of materials, to be released from site after commissioning of relevant
asset, is to be done jointly by representative of the Contractor, Authority’s Engineer
and Railways Open Line organization.
3.20.2. The released material of BG yard of Katosan Road shall be kept by Contractor and
removed from the site. The Site shall be handed over to Railway in neat and clean
condition with all the systems being fully functional. Released material shall be
property of the Contractor.
3.20.3. The released Material shall be the property of the contractor. He shall dispose off all
the released material suitably beyond the rly boundary. The site shall be handed over
to authority in neat and clean condition with all the systems being fully functional.
3.20.4. The contractor shall take into account the credit value of released materials while
quoting the contract price.
3.21. Contractor’s Project Organization
3.21.1. The Contractor shall deploy an adequately resourced project organization, which shall
conform to Schedule D para 1.2.

257
Section-4
`

3.21.2. All the professionals shall be graduates in respective discipline. Candidates with
diploma may also be considered, in such case, the total work experience shall be as
specified in Schedule D para 1.2 and approved by Authority.
3.21.3. Additionally, the Contractor should engage a Designer having the following eligibility
criteria: The Firm to be engaged for this Design work shall meet the following criteria:
• Should have experience of design or design review of:
• Minimum 20 TKM 25 kV OHE system (LOP,CSD,SED etc)
• 2 nos. of SP/SSP.
• Should have experience of design or design review of interfaces with civil works in
at least one metro / railway project.
• The design firm shall be in business of rendering metro / railway system
consultancy for minimum 5 years in India.
3.22. Signaling system (for electrification works) – NA
3.23. Telecommunication (for electrification works) – NA
3.24. Civil works (for electrification works) – NA
3.25. Indicative List of Utilities to be shifted – To be identified by EPC contractor with
approval of authority.
Note : - All structures to be dismantled only after constructing new structures and shifting of
equipment & commissioning of new station building.

258
Section-4
`

3.26. Existing Transmission Line crossings along the Right of Way and tentative
proposals:
Vertical Distances from
clearance centre
Chainage/ between
Existing Proposed
Railway Level Rail level Required HT/LT
S Block Type of Rail Rail
KM from of Line to lowest height (Specify Remarks
N Section Line Level Level
Katosan (m) cond- (m) KV)
(m) (m) LHS RHS
Road uctor of
crossing
line (m)

Katosan No
Electric
1 Road - 1959.474 101.24 101.857 - U/G 9.97 8.02 Modification
Line(U/G)
Becharaji required

Katosan Proposed
Electric
2 Road - 11051.244 102.878 95.02 99.139 U/G 11KV 17.89 22.70 under
Line
Becharaji 3.739 ground

Katosan Proposed
Electric
3 Road - 12467.741 102.81 93.875 98.763 U/G 11KV 18.70 18.87 under
Line
Becharaji 4.047 ground

Katosan No
Electric
4 Road - 19616.928 111.407 86.911 90.776 15.40 HT,220KV 102.48 101.30 Modification
Line
Becharaji 20.631 required

Katosan
Electric Modification
5 Road - 24163.733 92.531 83.510 84.995 14.96 HT,66KV 39.98 33.27
Line required
Becharaji 7.536

Katosan Proposed
Electric
6 Road - 24399.707 93.285 82.888 84.265 U/G 11KV 29.05 21.28 under
Line
Becharaji 9.02 ground

Katosan Proposed
Electric
7 Road - 24663.947 90.55 82.581 84.391 U/G 11KV 29.70 21.12 under
Line
Becharaji 6.159 ground

Katosan Proposed
Electric
8 Road - 24697.059 91.45 82.518 84.407 U/G 11KV 29.61 20.59 under
Line
Becharaji 7.043 ground

Proposed
Becharaji- Electric
9 26331.963 90.08 83.722 85.183 U/G 11KV 44.02 39.31 under
Chanasama Line
4.897 ground

Proposed
Becharaji- Electric
10 26388.741 89.91 83.843 85.210 U/G 11KV 43.52 39.65 under
Chanasama Line
4.7 ground

Proposed
Becharaji- Electric
11 27526.456 106.606 83.413 86.831 U/G 11KV 25.31 under
Chanasama Line
19.775 ground

No
Becharaji- Electric
12 27730.375 83.555 86.750 - U/G 21.98 24.67 Modification
Chanasama Line(U/G)
required

High No
Becharaji-
13 28243.233 tension 101.014 83.474 86.075 14.10 66KV 74.12 46.38 Modification
Chanasama
line 14.939 required

259
Section-4
`

Proposed
Becharaji- Electric
14 35924.992 92.864 86.213 86.213 U/G 11KV 19.31 16.71 under
Chanasama Line
6.651 ground

No
Becharaji- Electric
15 44872.904 97.132 98.539 - U/G 52.13 22.11 Modification
Chanasama Line(U/G)
required

High No
Becharaji- HT,
16 47005.158 tension 115.359 95.986 99.477 15.40 126.22 128.59 Modification
Chanasama 220KV
line 15.882 required

High
Becharaji- Modification
17 50044.209 tension 109.282 100.718 103.361 14.96 HT,66KV 75.24 75.12
Chanasama required
line 5.921

Proposed
Chanasama- Electric
18 52586.544 116.654 103.003 104.743 U/G 11KV 22.25 23.56 under
Ranuj Line
11.911 ground

Proposed
Chanasama- Electric
19 53756.055 113.119 105.454 107.236 U/G 11KV 31.85 23.30 under
Ranuj Line
5.883 ground

Proposed
Chanasama- Electric
20 54119.453 114.97 106.110 108.582 U/G 11KV 35.92 30.23 under
Ranuj Line
6.388 ground

Proposed
Chanasama- Electric
21 54258.814 114.708 106.737 109.098 U/G 11KV 21.59 23.01 under
Ranuj Line
5.61 ground

Proposed
Chanasama- Electric
22 57241.707 120.893 111.647 115.878 U/G 11KV 20.57 21.49 under
Ranuj Line
5.015 ground

High
Chanasama- Modification
23 59467.686 tension 132.093 115.19 118.321 15.40 HT,220V 62.79 82.34
Ranuj required
line 13.772

High
Chanasama- Modification
24 61469.300 tension 133.063 116.97 120.479 14.96 HT,66KV 48.85 50.85
Ranuj required
line 12.584

No
Chanasama- Electric
25 64389.872 120.667 121.463 - U/G 47.58 34.63 Modification
Ranuj Line(U/G)
required

260
Section-4
`

NEW MSIL SIDING:


Chainage/f Distance from
rom Centre (m)
HT/LT
Block Takeoff
SN Type of Line (Specify Remarks
Section Point At
KV) LHS RHS
BecharajiS
tation

1 260.00 Electric Line 11KV LT - -

2 488.50 Electric Line 11KV LT - -

3 759.00 Electric Line 11KV LT - -

Modification required
4 1234.00 Electric Line 11KV LT - -
MSIL
5 Siding 1453.50 Electric Line 11KV LT - -

6 1489.50 Electric Line 11KV LT - -

High Tension
7 1830.485 HT,66KV 35.22 83.95
Line

8 2407.00 Electric Line 11KV LT - -

261
Section-4
`

SECTION 5

FORM OF AGREEMENT,

GENERAL CONDITIONS OF CONTRACT


AND
SPECIAL CONDITIONS OF CONTRACT

Project Management Consultancy

For “Gauge Conversion Of Katosan Road – Becharaji – Chanasma – Ranuj (65 KM) Metre Gauge to
Broad Gauge Rail Section with 25 KV AC Electrification Of Katosan Road – Becharaji (25 KM)
section, along with New MSIL Siding with 25 KV AC Electrification at Becharaji (Approximately 3
KM) in Ahmedabad Division of Western Railway”

Section - 5 262
`
A: FORM OF CONTRACT AGREEMENT
PROJECT MANAGEMENT CONSULTING SERVICES FOR THE IMPLEMENTATION OF
RAILWAY PROJECTS-

CONTRACT No. __________________


This AGREEMENT (hereinafter, together with all the appendices/attachments attached hereto called the
“Contract”) is made on the _________ day of __________, 2019, between the
______________________________________ on the one part (hereinafter called the “Employer”) acting
through the Managing Director, and ____________________in association
with_______________________________ (hereinafter [jointly] called the “Consultant”) on the other part
[notwithstanding such association] the Consultant will be represented hereunder at all times by
____________________ which will retain full and undivided responsibility for the performance of
obligations hereunder and for the satisfactory completion of the Consultant's services to be performed
hereunder.
WHEREAS
a.
Gujarat Rail Infrastructure Development Corporation Ltd. has been established by Ministry of
Railway, hereinafter referred to as “Railway” as a Joint venture Company between Government
of Gujarat and Ministry of Railway to develop, mobilize resources and implement Railway
projects.
b. The Employer has requested the Consultant to provide “Project management Consultancy for the
works -------------------------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------------
-----
c. The Consultant has agreed to provide the Services on the terms and conditions set forth in this
Contract.
NOW THEREFORE the parties hereto hereby agree as follows:
Clause 1. Services.
The work to be performed by the Consultant under the Contract (such work being hereinafter
called the Services) is more particularly described in the Terms of Reference (TOR) set forth
in the BID document. Any modifications to such TOR that materially impact upon the Services
which may be agreed between the Consultant and the Employer pursuant to Section 17.01 of
the General Conditions of Contracts and any subcontract approved by the Employer pursuant
to the terms of Section 4.01 of the General Conditions of Contract, shall only be implemented
with the prior concurrence of the Employer.
Clause 2. Reports.
The Consultant shall submit to Employer in the English language the reports and documentation
specified in TOR and in Section 6.05(b) of the General Conditions of Contract:
Clause 3. Personnel.
(a) Subject to Sections 1.01, 1.02, 2.01 and 3.01 of the General Conditions of Contract, the
Services shall be carried out by the personnel specified in the BID document (hereinafter
called the personnel) for the respective periods of time indicated therein.

Section - 5 263
`
(b) The consultant shall, at all times, ensure that there is a Project Manager acceptable to the
Employer to supervise and coordinate the operations of the personnel in the field and to
be responsible for liaison between the Consultant and the Employer.
Clause 4. Commencement Date.
The Consultant shall commence the Services within Forty-Five (45) calendar days after the
issue of LOA except when the Employer notifies for commencement of services for a later date.
Clause 5. Date of Arrival.
The Consultant shall promptly inform the Employer of the date of arrival of the personnel at
site.
Clause 6. Provision of Services and Payment to the Consultant:
(a) In consideration of the payments to be made by the Employer to the Consultant as
indicated in this agreement, the consultant hereby covenants with the Employer, to
provide the services in conformity in all respects with the provisions of the contract.
(b) The Employer hereby covenants to pay the Consultant in consideration of the provision
of services for completion of the project, the contract price or such other sum as may
become payable under the provisions of the contract at the time and in the manner
prescribed in the contract.
Clause 7. Accounts for Payment:
Subject to Articles 6 of the General Conditions of Contract, all payments under this Contract
shall be made to the following account of the Consultant:
………………………………………………………………………
(To be indicated by the Consultant and agreed by the Employer)
Clause 8. Authorized Representative of Consultant.
Any action required or permitted to be taken, and any documents required or permitted to be
executed under this Contract may be taken or executed on behalf of the Consultant by a
designated representative and on behalf of the Employer by designated representative of Gujarat
Rail Infrastructure Development Corporation Ltd.
Clause 9. Notices and Requests.
Any notice or request required or permitted to be given or made under the Contract shall be in
writing and in the English language. Such notice or request shall be deemed to be duly given or
made when it shall have been delivered by hand, mail, telex or facsimile to the party to which
it is required to be given or made at such party's address (given below) specified in writing to
the party giving such notice or making such request.

The Director,
Gujarat Rail Infrastructure Development Corporation Ltd.
-------------------------------
-------------------------------,
-------------------------------

For the Consultant


Section - 5 264
`
_____________________
_____________________

Clause 10. Effective Date.


(a) The Contract shall become effective upon the date notice is given to the Consultant to
proceed with the Services pursuant to Clause 4 above.
(b) Should the Contract not have become effective within ninety (90) calendar days of the
issue of Letter of Acceptance, either party may, by not less than ten (10) calendar days
written notice to the other party, declare the Contract to be null and void, and in the event
of such a declaration by either party, neither party shall have any claim against the other
party with respect hereto.
Clause 11. Miscellaneous.
(a) No delay in exercising or omission to exercise, any right, power or remedy accruing to
their party under this contract upon any default shall impair any such right, power or
remedy, or be construed to be a waiver thereof or an acquiescence in any default, affect
or impair any right, power or remedy of such party in respect of any other subsequent
default.
(b) The General Conditions of Contract and documents attached hereto, which including this
Agreement collectively constitute this Contract (as defined hereinabove) are each integral
and substantive parts of this Contract and are fully binding on each of the parties.
Clause 12: Documents forming the Contract.
The following documents along with original BID documents, addendum/corrigendum or any
other reference made in connection with BID document shall be deemed to form and be read
and construed as part of this Contract Agreement.
(i) The Letter of Award
(ii) The consultant’s Proposal along with the addenda
(iii) All correspondence between Consultant and Employer after Submission of BID and
before issue of Letter of Award.
(iv) Notice to Proceed.
(v) Performance Security.
IN WITNESS WHEREOF, the parties hereof have caused the Contract to be signed in their
respective names as of the day and year first above written.

FOR AND ON BEHALF OF (THE EMPLOYER)

_______________________
(Authorized Representative)
FOR AND ON BEHALF OF (THE CONSULTANT)

______________________________________
(Authorized Representative)

Section - 5 265
`
B: - GENERAL CONDITIONS OF CONTRACT
ARTICLE I
Personnel
Section 1.01: If any of the key personnel, for whom CV has been submitted with the proposal, and
the personnel has obtained a score less than 70% during evaluation, the Consultant
shall provide replacement at the time of initial deployment as per undertaking
submitted. Consultant shall promptly submit the CV of the personnel proposed to be
deployed as replacement and GRIDE shall convey approval/rejection (after personal
meeting, if required, with Project Director), within a period of 10 days of receipt of
such CV. Failure in deployment within 45 days of the request for deployment by the
Employer shall result in penalty per day of delay @ 1% of the accepted monthly
remuneration rate of the key personnel, for the first 90 days after the notice period of
45 days. After the above 90 days period is over, a penalty per day of delay @ 2% of
the accepted monthly remuneration shall be applicable. In case GRIDE does not
convey the approval/rejection within 10 days of receipt of CV, the period of 45 days
shall deemed to be extended by the number of days taken beyond stipulated 10 days
subject to the condition that there is no delay on account of the Consultant in presenting
the person for meeting with Project Director on the date decided and conveyed by
GRIDE.
Section 1.02: The Consultant is expected to deploy the key personnel for whom the Consultant has
submitted the CVs with the proposal. No changes shall be made in the personnel at the
time of initial deployment. However, personnel, who are not asked to be deployed by
the Employer at the time of issue of LOA or LOA was not issued within 180 days from
deadline of submission of applications, may be changed with equal or better
qualification and experience.
If, for any reason (except as mentioned in the foregoing sentence) beyond the
reasonable control of the Consultant, it becomes necessary to replace any of the
personnel, the Consultant shall forthwith provide a replacement acceptable to the
employer with equivalent or better qualifications and experience (Total marks obtained
in evaluation as per ITC clause 5.7.2.4 should be equal or more than the replaced
personnel).
However, personnel obtaining lower marks subject to a maximum reduction of 5% of
marks of the personnel being replaced and also satisfying the minimum stipulated
qualification and experience may be accepted on reduced rate {accepted rate x 0.95 x
the score obtained by the proposed personnel/ the score of the personnel being
replaced} subject to further condition that in case this is leading to vitiation in contract
i.e. change in rank based on combined scores as per ITC 5.7.4, the rate has to be further
reduced to avoid vitiation.) subject to the provisions of Para 1.04 below.
In case GRIDE does not convey the approval/rejection within 10 days of receipt of CV
for the proposed replacement, the Consultant shall give a reminder to the Employer
promptly and wait for the decision of the Employer for another 10 days from the receipt
of such reminder by the Employer, if still Employer fails to convey its
approval/rejection of the CV, then the CV shall be deemed to be accepted and such
proposed personnel shall become eligible for deployment.

Section - 5 266
`
Section 1.03: In the event that any of the deployed personnel is found by the Employer to be
incompetent, guilty of misbehaviour or incapable of discharging the assigned
responsibilities, the Employer may direct the Consultant by a written notice, at the
expense of the Consultant, to forthwith provide a replacement with equivalent or better
qualifications and experience (Total marks obtained in evaluation as per ITC clause
5.7.2.4 should be equal or more than the replaced personnel) acceptable to the
Employer.
Consultant shall promptly submit the CV of the personnel proposed to be deployed as
replacement and GRIDE shall convey approval/rejection (after personal meeting, if
required, with Project Director), within a period of 10 days of receipt of such CV.
Such replacement should be arranged at the earliest but not later than 45 days of such
notice. If a replacement is not given within 45 days then a deduction @ 1% of the
accepted monthly remuneration rate per day of delay, for the first 90days after the
notice period of 45 days shall be applicable. After 90days period, a deduction @ 2%
of the accepted monthly remuneration rate per day of delay shall be applicable. In case
GRIDE instructs to remove the personnel with immediate effect in the interest of
project implementation, the Consultant shall be bound to comply with Employer’s
instructions without demur. However, in such a case payment of remuneration for the
notice period of 45 days shall be borne by GRIDE.
In case GRIDE does not convey the approval/rejection within 10 days of receipt of
CV, the period of 45 days shall deemed to be extended by the number of days taken
beyond stipulated 10 days subject to the condition that there is no delay on account of
the Consultant in presenting the person for meeting with Project Director on the date
decided and conveyed by GRIDE and in such a case, the Consultant shall give a
reminder to the Employer promptly and wait for the decision of the Employer for
another 10 days from the receipt of such reminder by the Employer, if still Employer
fails to convey its approval/rejection of the CV, then the CV shall be deemed to be
accepted and such proposed personnel shall become eligible for deployment.
Section 1.04 If the key personnel are required to be replaced on its own by the consultant at the time
of initial deployment as per section 1.02 above or the key personnel are replaced by
the consultant after initial deployment (including the key personnel for whom CV were
not required to be submitted along with the proposal), for the reasons other than
permanent long term disability or death
(i) for total replacement above 20% and upto 33% of key personnel, remuneration
shall be reduced by 5% of the accepted remuneration rate of the personnel
replaced
(ii) for total replacement above 33% and upto 50% remuneration shall be reduced
by 10%
(iii) for total replacement above 50% and upto 66% remuneration shall be reduced
by 15% of the accepted remuneration rate of the personnel replaced
(iv) for total replacement beyond 66% of the key personnel the employer shall
initiate action of higher deduction/termination/debarment upto 2 years as
considered appropriate.
Section 1.05: The Project Manager/Resident Engineer being important controlling personnel for the
project should normally not be changed once deployed. However, in exceptional
Section - 5 267
`
circumstances if change is a must, then an overlapping period of 15 days is to be
provided for proper handing over and taking over. For such overlapping period, the
Employer will pay the man month rate for one person only. In case if such overlapping
period is not ensured, recovery @2/30th of the accepted monthly remuneration rate of
the personnel shall be done for each day of reduction in overlap.
Section 1.06: If CV of the proposed personnel is found incorrect or inflated at a later date, the
personnel accepted will be removed from his assignment and debarred from further
assignments in GRIDE works for a period of 3 years. The remuneration rate of the
replacement personnel shall be reduced by 20% from the remuneration which was
payable to the removed personnel. If a consulting firm submits such incorrect or
inflated CV for the second time in the same contract, necessary action will be taken by
GRIDE to debar the firm from participation in future assignments of GRIDE.
Section 1.07: To ensure better discipline, management and better availability of PMC personnel, the
Consultant shall ensure that the deployed personnel reside in the vicinity of the PMC
office(s) in their work area by making suitable arrangement. Failure to ensure this will
be treated as non compliance of contractual obligations under section 3.07.
Section 1.08 Intimation of Daily Deployment: The deployment schedule for each Expert and
Supervisor for the next day should be fixed on daily basis by the Project Manager on
the previous evening, and conveyed by email to the concerned CPM/Project Director
of GRIDE. Failure to ensure this will be treated as non compliance of contractual
obligations in terms of section 3.07. If during check by GRIDE any of the personnel
is not found at site as per the deployment intimated, the person shall be marked absent
for the day.
Section 1.09: The Consultant shall not recruit, or attempt to recruit personnel from amongst persons
in the services of the Employer, or working on the works of the Employer from
contractors/consultants side unless such recruitment is for a position higher than the
existing position of the person, which can be done only after the approval of the
Employer. In case of non-compliance detected at any time the Employer it will be
treated as non-compliance of contractual obligations in terms of section 3.07 and may
also lead to termination of contract.
Section 1.10: Any personnel who have been removed by GRIDE, in any of its contracts, shall not be
recruited for the assignment.
Section 1.11: Minimum Monthly payment to Consultants
The Consultant shall ensure that each key personnel and supervisor is not paid less
than the minimum monthly payment stipulated below for each category:
Project Manager - Rs. 2,00,000/-
Resident Engineer - Rs. 1,50,000/-
Expert - Rs. 1,00,000/-
Supervisor - Rs. 75,000/-
The payment for this purpose shall include only salary, leave salary, medical
insurance, PF contribution of the employer. Transportation shall be paid extra at actual.

Section - 5 268
`
The minimum payment as specified above shall be applicable for the first 12 months
from the date of commencement and shall be increased @ 3% every 12 months from
the date of commencement. However, any reduction in remuneration rate under
provisions of this Article 1 of GCC shall not affect the payment of minimum monthly
salary to the personnel by the consultant.
The Consultant will certify in each interim payment certificate that no personnel is
being paid less than the minimum stipulated amount. In addition, the Consultant will
be required to submit documentary proof thereof as demanded by GRIDE including
Form 24 or any other relevant Form (submitted quarterly to Income Tax Department)
and Form 16 or any other relevant Form (Issued annually to the employee) under
Income Tax Act.
Section 1.12 A system of monitoring the progress of the projects through Remote Eye System is
under implementation in GRIDE. The Consultant will be required to visit sites and
upload the required information/data as per the system.

ARTICLE II
Staffing Schedule
Section 2.01: DELETED.
Section 2.02: Employer reserves the right to reduce the nos. and estimated person months of key
personnel and site supervisors by serving 30 days notice to the consultant, without any
claim on either side, as per site requirement and the staffing schedule shall be amended
accordingly.

ARTICLE III
Performance of the Services
Section 3.01: The Consultant shall carry out the Services with due diligence and efficiency and shall
furnish to the Government and the Employer such information related to the Services
as the Government, or the Employer, may from time to time reasonably request.
Section 3.02: The Consultant shall act at all times so as to protect the interest of the Employer and
will take all reasonable steps to keep all expenses to a minimum consistent with sound
professional practices.
Section 3.03: The Consultant shall furnish to the Employer such information related to the Services
as the Employer may from time to time reasonably request.
Section 3.04:
(a) Performance Security
The Consultant shall furnish performance security as specified in Data Sheet for
carrying out the services in accordance with the provisions of Contract
Agreement. The consultant shall ensure that the Performance Security is valid and
enforceable until the Consultant has completed the services and remedied any
defects. If the terms of the Performance Security specify its expiry date, and the
Consultant have not become entitled to receive the Performance Certificate by the
Section - 5 269
`
date 28 days prior to the expiry date, the Consultant shall extend the validity of
the Performance Security upto the anticipated date that the services will be
completed, and any defects remedied.
The Guarantee shall be unconditional and irrevocable. The Employer shall return
the Performance Security to the Consultant within 21 days after issue of
Performance Certificate.
Whenever the contract is terminated under Section 15.01 due to default of the
Consultant, Performance Security shall be forfeited in full and the Performance
Guarantee shall be encashed.
The balance work shall be got done independently by the Employer without risk
and cost of the failed Consultant. The failed Consultant shall be debarred from
participating in the tender for carrying out the balance work.
(b) List of Personnel
The Consultant shall submit a list of names of personnel immediately required as
indicated in the notification of award fulfilling the qualifications and experience
as prescribed in Form 8A along with the Curriculum Vitae of each Personnel in
Form 8C and summary in form 8B, as given in section 3, within a period of 30
days from the issue of Notification of Award. Failure to submit the same shall
entitle the Employer to terminate the Consultancy Contract and forfeit the
proposal security.
On submission of the CV’s by the consultant, GRIDE shall examine the same and
the candidate proposed may be required to have a personal meeting with the
Project Director before the acceptance of the proposed personnel by the Employer.
The approval or rejection of the personnel will be communicated by GRIDE
within 10 days.
The list of balance personnel, in full or part, whenever subsequently required will
be provided, fulfilling the qualifications as mentioned above within 30 days of
receipt of such request.
Section 3.05: Effectiveness of Contract
The Contract shall come into force and effect on the effective date subject to fulfilment
of conditions precedent to signing of contract agreement.
Section 3.06: Commencement of Services
The consultant shall commence the services in accordance with clause 4 of the
Contract Agreement. The anticipated dates of commencement and completion of
works for which project management consultancy is required to be provided by the
consultant are:
(a) Date of commencement: As specified in Data Sheet.
(b) Period of Consultancy Services: As specified in Data Sheet.

Section 3.07: Deficiency in Services


(a) In case of failure of deployment of key personnel;

Section - 5 270
`
(i) for whom CVs were submitted along with the tender proposal and not
covered under section 1.01 above, within 45 days of the request of the
Employer; and/or
(ii) for the position(s) other than (i) above within 90 days from the date of the
request of the Employer;
GRIDE will be entitled to a penalty per day of delay @ 1% of the accepted
monthly remuneration rate of the personnel not deployed, for the first 90 days after
the notice period of 45/90 days for key personnel covered under (i)/(ii) above. For
delay beyond first 90 days, the penalty per day of delay @ 2% of the accepted
monthly remuneration rate of the personnel not deployed shall be applicable.
(b) If the Project Director is satisfied about non-performance of any
obligation/provision as stipulated in the Terms of Reference OR non
compliance of any of the provisions of the contract, a deduction of Rs.25,000/-
or higher but not exceeding 1% of the monthly payment for supervision
consultancy shall be applicable for each instance of non performance/non
compliance.
Notwithstanding anything contained above, the Consultant must ensure to
perform/take corrective action on the particular non performance/non
compliance in a reasonable time frame. failure to take corrective action within
a reasonable time frame, depending upon the importance of the activity, may
lead to termination of contract as decided by the employer.
(c) If more than 5 incidents occur requiring deductions as mentioned in (b) above,
the Employer may initiate action to terminate the contract due to unsatisfactory
performance, on the recommendations of Project Director.
(d) In case an item of work is certified by the Consultant and paid to the contractor
and the work is found to be defective during subsequent checks by the
Employer, or any other agency legally authorised to do so, requiring
replacement, a deduction equal to 5% of the cost of the defective work shall be
applicable on the Consultant (subject to a ceiling equal to original value of
consultancy contract) and shall be recovered from his interim payments. The
Consultants shall also enquire as to the reasons for such failure and submit a
report on the same to the Employer indicating the remedial measures to be
taken to prevent recurrence of such incidents in future.
(e) If at any stage, it is detected that the consultant/consultant’s personnel have/has
indulged/done any wrong measurements or accepted sub-standard work,
resulting in over-payment to the contractor, the recovery of such excess amount
shall be made from the works contractor from the next running bill of the
contractor and in case the consultant fails to recover the excess amount the
same shall be recovered from the Consultant. Further, if it is detected that any
such act has been committed wilfully, the concerned personnel of PMC shall
be removed immediately from the project and he shall be debarred to work in
any assignment of GRIDE. In addition, action may be taken against the
Consultant for termination of the Consultancy contract.
(f) The Consultant is responsible for ensuring safety of workers, Railway assets,
Rolling stocks and Railway users on the works being carried out by the
contractors. In case any accident happens at work site which results in loss of
life and it is found after inquiry conducted by GRIDE/Railway/Commissioner

Section - 5 271
`
of Railway Safety(CRS) that safety measures were lacking, GRIDE shall
impose a penalty @ Rs. 5 Lacs on the Consultant for every such incident.
(g) Failure in certification of provisional stage payment or payment after detailed
checking by the PMC as envisaged in sub clause 4.2.3(L) of section 4 shall
entitle employer a deduction of Rs 25,000/- per day of delay.
(h) Notwithstanding anything contained above, the Employer may initiate
proceedings for declaring the Consultant “Poor Performer/Banning of Business
Dealings” for the default(s)/failure(s) noted of the Consultant in performance
of their assignment depending upon the gravity/frequency of the
default/failure.
Section 3.08 Extension of time
(a) Extension of time due to reasons not attributable to Consultant: In case
of delays in completion of works and remedying defects during defect
notification period of the construction contract(s) on account of any reason(s)
which are not attributable to the Consultant, the period of consultancy shall
be extended by the Employer on the same rates and terms and conditions of
the Agreement.
(b) Extension of time due to reasons attributable to the Consultant: f the
period of consultancy is required to be extended due to extension of time of
the construction contract for the reasons attributable to the Consultant, the
Employer shall grant such extension of the Consultancy contract with
imposition of delay damages @ 1/5000 of the contract price for each day of
delay.
Section 3.09 Performance certificate
Performance of the Consultant’s obligations shall not be considered to have been
completed until the Employer has issued the Performance Certificate to the Consultant,
stating the date on which the Consultant completed his obligations under the Contract.
The Employer shall issue the Performance Certificate within 28 days after the latest of
the expiry dates of the Defect Notification Periods of the construction contract(s), or
as soon thereafter as the Consultant has completed and tested all the Works, including
remedying any defects, prepared final bill, completion report and the Consultant has
handed over all the documents and drawings related to the works to the satisfaction of
the Employer.
Only the Performance Certificate shall be deemed to constitute completion of the
consultancy services.
Section3.10 Maximum limit of delay damages under section 3.08 and
deductions/recoveries/reduction in payment effected in terms of provisions of section
1.01, 1.03, 1.04, 1.05 1.06 and 3.07 a) shall be 10% of the original contract price.
Section3.11 If validity of contract is extended beyond the original time of completion of services
for reasons not attributed to the Consultant, then no deduction shall be made in terms
of section 1.04 for any personnel under deployment on replacement basis during such
extended period.
ARTICLE IV
Sub-Contracts

Section - 5 272
`
Section 4.01: Not permitted.
ARTICLE V
Relationship of Parties
Section 5.01: Nothing contained herein or in the Technical Assistance Agreement shall be construed
as establishing or creating between the Employer and the Consultant a relationship of
master and servant or principal and agent.
Section 5.02: The Consultant shall during the performance of the Services be an independent
contractor retaining complete control over its personnel, conforming to all statutory
requirements with respect to all its employees, and providing all appropriate employee
benefits.

ARTICLE VI
Payments and Mode of Billings

Section 6.01: The Employer shall pay to the Consultant in respect of the Services, such remuneration
on the accepted rates and reimburse the expenditure as per clause 6.14. The monthly
payment will be made @ 90% of the accepted man month rates as per actual
deployment of staff duly certified by employer or his representative.
(a) 5% will be released proportionately to the average financial progress of the
construction contract for which Consultant has been appointed.
(b) Balance 5% will be released on successful completion of the work.
(c) However, the payment so withheld in terms of sub-section (a) and (b) above,
can be released by the Employer if the consultant submits Bank Guarantee(s)
of equal amount valid up to 28 days beyond the completion date of the
consultancy contract. The Consultant shall ensure that the guarantees are
valid and enforceable until the completion of work. If the terms of the
guarantee specify its expiry date, and the work has not been completed by the
date 28 days prior to the expiry date, the Consultant shall extend the validity
of the guarantee until the completion of work failing which Employer shall
have the right to encash the Bank Guarantee(s).
(d) Deleted
(e) Deleted
(f) In case the project being supervised is completed ahead of schedule of the
original completion date, then the payment to the consultant will be restricted
up to the month in which the project is concluded plus the defect liability
period.
(g) In the event of termination of construction contract or removal of contractor,
no further payment beyond 30 days of such event shall be made to the
Consultant, till it is decided by the Employer, if the services of the
Consultant/personnel are required and in which case the situation shall be
reviewed including further deployment of consultant’s staff etc.

Section 6.02

Section - 5 273
`
(a) Remuneration shall be determined on the basis of time spent by the personnel
listed in the Staffing Schedule in performance of the Services after the
Effective Date at the accepted man month rates.
(b) Remuneration for periods of less than one month shall be calculated on a
calendar day basis for the time spent in the field for part of the month. The
personnel shall not be entitled to be paid for overtime nor to take paid sick
leave or vacation leave. The Consultant’s remuneration shall be deemed to
cover these items. Any availing of leave by personnel beyond the leave
mentioned in para C below shall be subject to the prior approval of the
Employer and the Consultant shall ensure that absence for leave purpose will
not delay the progress and adequate supervision of the Services.
The period for which the Consultant’s personnel will be on leave or absent,
shall not be charged on the bill and the bill must be accompanied with the
attendance record for the period. The work of the personnel of the Consultants
will have to be adjusted for proper supervision at all times when the work is
in progress, without any over time according to the requirement at site.
(c) PMC Personnel can avail a weekly rest, National holidays and three of the
religious holidays from the list of religious holidays declared at CPM/GRIDE
office, with the approval of Project Director, for which no deduction in their
remuneration will be made. Maximum of Six Weekly rests can be clubbed
with/Without prefixing/suffixing it with National Holiday, Religious holiday
and taken together, solely at the discretion of the Project Director. However,
this will only be with the prior approval of Employer. Consultant if required
shall stagger/defer such weekly rest or availing National Holiday or religious
holiday during exigencies, so as to ensure uninterrupted progress of works.
(d) Consultant shall ensure physical presence of the personnel at project site by
biometric recording integrated with the network of registered offices of G-
RIDE and BRCL. Consultant shall provide necessary installations including
hardware, software and maintenance for Biometric attendance.
It is expected that the personnel mobilized shall be on full time basis only.
However, in exceptional cases due to unavoidable reasons, if the total number
of working days per month for any personnel is less than 20 days as per
biometric record, damages at the rate of Rs 2000.00 per day for RE, Rs.
1000.00 per day for other staff shall be recoverable from the contractor
This is in addition to the prorate deductions of the remuneration on the basis
of considering 30 days per month as per para (b) above.
Section 6.03: DELETED
Section 6.04: DELETED
Section 6.05:
(a) Payments to be made by the Employer hereunder shall be strictly
subject to, and representative of, satisfactory progress achieved by
the Consultant.
(b) Deleted
(c) Deleted
(d) As soon as practicable and not later than fifteen days after the end of
each calendar month during the period of the Services, the

Section - 5 274
`
Consultant shall submit to the Employer, in duplicate, itemized
statements, accompanied by receipted invoices, vouchers and other
appropriate supporting materials including the Biometric attendance
record for the period, of the amounts payable to the consultant for
such month. Each such separate monthly statement shall distinguish
that portion of the total eligible costs which pertains to remuneration
from that portion which pertains to reimbursable expenses.
Section 6.06: As soon as practicable after the completion of the Services or termination of
the Contract, the Consultant shall submit to the Employer the Final Statement
of Eligible Costs incurred, with vouchers and other appropriate supporting
documents for such reimbursable expenditures referred to in Section 6.14.
The statement shall distinguish that portion of the total eligible costs which
pertains to remuneration from that portion which pertains to reimbursable
expenses.
Section 6.07: Final payment shall be made by the Employer only after the Final Statement
and the Final Report have been submitted by the Consultant and approved by
the Employer. The Consultant shall submit the Final Statement to the
Employer within 120 calendar days of the date of approval by the Employer
of the Final Report. All costs, including reimbursable expenses, which have
not been included in the Final Statement will not be paid or reimbursed.
Should any discrepancy be found to exist between the actual payments made
by the Employer and the costs authorized to be incurred by the Consultant
pursuant to this Contract, the final payment shall be adjusted by the Employer
to reflect such discrepancy. The Consultant shall reimburse any amount that
the Employer has paid or caused to be paid in accordance with this Section in
excess of the costs actually incurred to the Employer within 3 days after
receipt by the Consultant of notice thereof.
Section 6.08: DELETED
Section 6.09:
(a) Subject to Sections 6.01 and 6.05 above, the Employer shall pay to
the Consultants the amounts claimed pursuant to this Article VI
within twenty-one (21) calendar days after receipt of satisfactory
statements and supporting documents. The Employer may add to or
subtract from any subsequent payment any amount to cover the
difference between the amount paid and the cost authorized to be
incurred.
(b) All payments by the Employer shall be made to the account(s)
specified in Clause 7 of the Agreement.
Section 6.10: Payments do not constitute acceptance of the Services nor relieve the
Consultant of any obligations.
Section 6.11: DELETED
Section 6.12: The Consultant shall give the following details of their bankers for payments
in accordance with clause 7 of the Contract Agreement and Section 6.09 of
General Conditions of Contract.

Section - 5 275
`
(i) Name of the Bank
(ii) Address of the Bank
(iii) Title of Bank Account
(iv) Bank Account Number
(v) Bank’s sort code
(vi) Bank’s swift code
(vii) Bank’s telephone number
Section 6.13: Payments shall be made in accordance with Section 6.09. No interest is
admissible on amounts payable by the Employer.
Section 6.14: Reimbursable Expenses: The Employer shall pay or reimburse to the
consultant in Indian Rupee (INR) for the expenditures incurred in India in
respect of the Services as follows on production of vouchers etc: -
For the visits of Project Manager, Resident Engineers & other personnel as
required by the Employer to places outside the construction contract package
in which the personnel is deployed except G-RIDE office, the Entitlement for
Daily allowance, Lodging charges and local conveyance shall be as
applicable to E7 category of PSU in case of Project Manager, E3 in case of
Resident Engineer, E2 in case of experts, E1 in case of Supervisors and below
Executive category of GRIDE employees in case of other personnel and shall
be reimbursed on submission of claim supported by vouchers (For lodging
charges & local conveyance).
Relevant provision regarding entitlement in above respects is enclosed as
Annexure ‘A’ to Section 5 and shall remain fixed during the currency of this
contract.
Cost of Travel for attending the other offices on duty outside the construction
contract package in which the personnel are deployed, by train will be limited
to 2nd AC Class. However, with prior written approval of the Employer the
travel may be permitted by Air limited to Economy class.
Cost of drawings/documents and cross acceptance obtained from RDSO on
production of proof as per para 5.1.2(viii) in Section 4.
Consultant shall bear the expenditure incurred on stationery, and other
consumable required for upkeep of office. No separate payment shall be made
for the same
The safety equipment like safety shoes, jacket, helmets etc for PMC staff
(over and above that provided by the contractor) may be procured by the
Consultant (to ensure that each and every personnel of the PMC is provided
with safety equipment) after obtaining prior approval of the or the same shall
be provided by the PMC on the instructions of the Project Director and the
expenditure incurred on the same shall be reimbursed to the Consultant.
Any other such thing deemed necessary but not covered in this contract is
purchased/hired with the approval of Project Director.
Section 6.15: Adjustment for change in cost

Section - 5 276
`
(a) Price Adjustment: The amounts payable to the Consultant at the
accepted remuneration rates as per agreement shall be adjusted by the
formulae prescribed in this clause.
(b) Other Changes in Cost: To the extent that full compensation for any rise
or fall in the costs to the Consultant is not covered by the provisions of
this or other Clauses in the Contract, the unit rates and prices included
in the Contract shall be deemed to include amounts to cover the
contingency of such other rise or fall in costs.
(c) Adjustment Formulae: Remuneration rates for the first 12 months from
the date of commencement of services shall remain the same as
accepted by the employer and indicated in the contract agreement. From
the beginning of 13th month from the date of commencement of
services, remuneration rates shall be adjusted as per the formula given
below for every 12 months.
(i) When adjustment due date falls before original date of
completion of services
Rl = Rlo   0.1 + 0.9 
Il
Ilo
(ii) When adjustment due date falls in extension period for which
extension is sanctioned for reasons not attributable to the
consultant
Rl = Rlo   
Il
Ilo
where

Rl is the adjusted remuneration,

Rlo is the remuneration payable on the basis of the rates set forth
in Form 11 of Section 3 for remuneration payable in local
currency,

Il is the all India Consumer Price Index for Industrial Workers


as published by RBI (Reserve Bank of India) Bulletin for the
month on the day 28 days prior to the date of completion of
every 12 months from date of commencement of services and,

Ilo is the all India Consumer Price Index for Industrial Workers
as published by RBI (Reserve Bank of India) Bulletin for the
month on the day 28 days prior to the closing date of submission
of proposals.

(iii) In addition to the above, in case any personnel is continuing for


more than 12 months from date of deployment then additional
amount@ 3% of the accepted remuneration rate of such
personnel shall also be payable every 12 months from date of
deployment of such personnel.

Section - 5 277
`
For other than remuneration rates there shall be no adjustment for rates
or prices, and they will remain fixed during the currency of the contract.
In case new category of personnel is required to be deployed (not
provided in the contract), the base rate would be fixed with mutual
consent of both parties and adjustment as above shall be applicable after
12 months from the initial deployment of such category.
(d) Price adjustment shall not be applicable during the extension period for
which extension is sanctioned for reasons attributable to the consultant.

ARTICLE VII
Accounts and Records
Section 7.01: The Consultant shall keep accurate and systematic accounts and records in
respect of the Services in such form and detail as are customary in its
profession and are sufficient to establish accurately that the remuneration and
reimbursable expenses referred to in Article VI have been duly incurred.
Section 7.02: The Consultant shall permit duly authorized representatives of the Employer,
including auditors selected by the Employer, to inspect and make an audit of
all such documents, accounts and records in connection with payments made
in accordance with this Contract, including a breakdown of remuneration
rates and reimbursable expenses, and make copies of such documents,
accounts and records if so requested by the Employer. The basic purpose of
this audit is to verify payments under this Contract and, in this process, to also
verify representations made by the Consultant in relation to the Contract. The
Consultant shall cooperate with and assist the Employer and its authorized
representatives in making such audit. In the event the audit discloses that the
Consultant has overcharged the Employer, the Consultant shall immediately
reimburse the Employer an amount equivalent to the amount overpaid or short
payment of remuneration as specified in Section 7.01(i) above, together with
interest on such amount calculated at the then current interest rate for lending
by the Employer from its ordinary capital resources, payable from the date of
such overpayment until the date of reimbursement. If overpayment is a result
of the Consultant having been engaged in what the Employer determines to
constitute corrupt practices or fraudulent practices, the Employer shall, unless
it decides otherwise, terminate the contract. Such action shall be in addition
to any action that the Employer may declare the Consultant ineligible for
award of further the Employer-financed contracts.

ARTICLE VIII
Indemnity and Insurance
Section 8.01: The Consultants (a) shall take out and maintain, and shall cause any Sub-
Consultants to take out and maintain, at their (or the Sub-Consultants, as the
case may be) own cost but on terms and conditions approved by the
Employer, insurance against the risks, and for the coverage, as specified in
the Section 8.02 hereunder, and (b) at the Employer’s request, shall provide

Section - 5 278
`
evidence to the Employer, showing that such insurance has been taken out
and maintained and that the current premiums have been paid.
Section 8.02: The risks and the coverages shall be:
1. Third Party motor vehicle liability insurance as required under Motor
Vehicle Act, 1988, in respect of motor vehicles operated in India by
the Consultants of their Personnel or any Sub-Consultant’s or their
Personnel, for the period of Consultancy.
2. Third Party liability insurance, with a minimum coverage for Rs.2
lakhs for the period of Consultancy.
3. Employer’s liability and worker’s compensation insurance in respect
of the Personnel of the Consultants and of Sub-Consultant’s, in
accordance with the relevant provisions of the Applicable Law, as
well as with respect to such Personnel, any such life, health, accident,
travel or other insurance as may be appropriate; and
4. Professional liability insurance with a minimum coverage equal to
total contract value for this consultancy.
Section 8.03:
(a) The Consultant shall indemnify, protect and defend at Consultant’s own
expense the Employer, its agents and employees from and against any
and all actions, claims, losses or damages arising out of Consultant’s
failure to exercise the skill and care required under Section 3.01.
However, the ceiling on Consultant’s liability shall be limited to the
original value of the consultancy contract, except that such ceiling shall
not apply to actions, claims, losses or damages caused by Consultant’s
gross negligence or reckless conduct.
(b) In addition to any liability Consultant may have under Section 3.01
Consultant shall, at its own cost and expense, upon request of
Employer, re-perform the services in the event of Consultant’s failure
to exercise the skill and care required under Section 3.01.
(c) The Consultant shall have no liability whatsoever for actions, claims,
losses or damages occasioned by (I) Employer’s overriding a decision
or recommendation of consultant or requiring consultant to implement
a decision or recommendation with which consultant does not agree.

ARTICLE IX
Ownership of Work Product, Computer Programs and Equipment
Section 9.01: All reports, documents, correspondence, draft publications, maps, drawings,
notes, specifications, statistics, work product in any form and technical data
compiled or prepared by the Consultant and communicated to the Employer
in performing the Services (in electronic form or otherwise and including
computer-disks comprising data) shall be the sole and exclusive property of
the Employer, and may be made available to the general public at its sole
discretion. The Consultant may take copies of such documents and data for
purpose of use related to the Services under terms and conditions acceptance
to the Employer but shall not use the same for any purpose unrelated to the
Services without the prior written approval of the Employer.
Section - 5 279
`
Section 9.02: All computer programs developed by the Consultant under this Contract shall
be the sole and exclusive property of the Employer; provided, however, that
the Consultant may use such programs for their own use with prior written
approval of the Employer. If license agreements are necessary or appropriate
between the Consultant and third parties for purposes of development of any
such computer programs, the Consultant shall obtain the Employer’s prior
written approval to such agreements. In such cases, the Employer shall be
entitled at its discretion to require recovering the expenses related to the
development of the program(s) concerned.
Section 9.03: Equipment, vehicles and materials furnished to the Consultant by the
Employer or purchased by the Consultant wholly or partly with funds
supplied or reimbursed by the Employer hereunder, shall be the property of
the Employer; Equipment, or materials furnished by the Consultant shall
remain the property of the consultant.

ARTICLE X
Disposal of Data and Equipment

Section 10.01: Upon completion or termination of the Services, the Consultant shall:
(i) Sort and index the documents and data (including the related software)
referred to in Sections 9.01 and 9.02 hereof and transmit the same to the
Employer; and
(ii) Furnish to the Employer, as the case may be, inventories of the equipment
and materials referred to in Section 9.03 hereof as it then remains and
dispose of the same as directed by the Employer, respectively.

ARTICLE XI
Coordination
Section 11.01: The Consultant shall at all times cooperate and coordinate with the Railway
and the Employer, with respect to the carrying out of its assignment under the
project.

ARTICLE XII
Exemptions and Facilities

Section 12.01: Taxes and Duties:


For Consultants/personnel: The consultants and its personnel shall pay the
taxes, duties, fees, levies and other impositions levied under the existing,
amended or enacted laws during life of this contract and the Employer shall
perform such duties in regard to the deduction of such tax as may be lawfully

Section - 5 280
`
imposed. However, GST will be paid extra, as applicable, to the Consultant
by the Employer.
Section 12.02: Facilities: The Construction Contractor shall provide facilities as detailed in
Data Sheet Attachment 2 of Section 2.
ARTICLE XIII
Force Majeure
Section 13.01: If either party is temporarily unable by reason of force majeure or the laws or
regulations of Republic of India to meet any of its obligations under the
Contract, and if such party gives written notice of the event within fourteen
(14) days after its occurrence, such obligations of the party as it is unable to
perform by reason of the event shall be suspended for as long as the inability
continues.
Section 13.02: Neither party shall be liable to the other party for any loss, actually incurred
or not, or damage sustained by such other party arising from any event
referred to in Section 13.01 or delays arising from such event.
Section 13.03: The term “force majeure” shall mean events beyond the control of either
party, which prevent the affected party from performing and fulfilling its
obligations under the Contract, and could not have been reasonably
anticipated or foreseen, or although foreseen were inevitable, such as acts of
war, whether or not war be declared, public disorders, insurrection, riots,
sabotage, explosions, violent demonstrations, blockades and other civil
disturbances, epidemics, nuclear contamination, landslides, earthquakes,
typhoons, volcanic eruption floods, washouts and other natural calamities and
acts of God, strikes, lock-outs or other industrial action or equivalent
disruption or disturbances, boycotts and embargo or the effects thereof, and
any other similar events.
Section 13.04: No Breach of Contract:
The failure of a Party to fulfil any of its obligations under the Contract shall
not be considered to be a breach of or default under this Contract in so far as
such inability arises from an event of Force Majeure, provided that the Party
affected by such an event (a) has taken all reasonable precautions, due care
and reasonable alternative measures in order to carry out the terms and
conditions of this Contract, and (b) has Informed the other Party as soon as
possible about the occurrence of such an event.
Section 13.05: Extension of Time:
Any period within which a Party shall, pursuant to this Contract complete any
action or task, shall be extended for a period equal to the time during which
such Party was unable to perform such action as a result of Force Majeure.
Section 13.06: Payments:
During the period of their inability to perform the Services as a result of an
event of Force Majeure, the Consultants shall be entitled to continue to be

Section - 5 281
`
paid under the terms of this Contract for the personnel actually deployed
during the period and reimbursable expenses incurred.
ARTICLE XIV
Suspension
Section 14.01:
(a) The Employer may, by notice to the Consultant, suspend, in whole or
in part, the Services or the disbursement of funds hereunder if the
Employer determines that
(i) The Consultant shall have failed to carry out any of its
obligations under this Contract;
(ii) any other condition has arisen which, in the reasonable opinion
of the Employer interferes, or threatens to interfere, with the
successful carrying out of the Services or the accomplishment
of the purposes of the Contract; or
(iii) A force majeure event has occurred.
(b) In the event of a major delay in the implementation of the Services,
the Employer may suspend the payments as scheduled.

ARTICLE XV
Termination

Section 15.01: Termination by the Employer:


The Employer may terminate the Contract in case of the occurrence of any of
the events specified in paragraphs (a) through (i) below. In such an occurrence
the Employer shall (except in the case of paragraph (f), (g) & (h) below)serve
not less than Fourteen (14) days written notice of termination and if the
Consultant does not within 14 days after the delivery to him of such notice
proceed to make good his default in so far as the same is being capable of
being made good and carry on the work or comply with such directions as
specified in such notice to the entire satisfaction of the Employer, the
Employer shall be entitled to terminate the contract by issue of termination
notice to the Consultant. In the case of sub-paragraph (f) or (g) or (h), the
Employer may by a notice terminate the Contract immediately.
fails to remedy a failure as specified in a notice of suspension under Clause
14.01
fails to comply with Sub-Clause 3.04 (a) Article III [Performance Security] ;
fails to comply with Sub-Clause 3.04 (b) Article III [List of Personnel];
If as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than forty five (45)
days,
abandons the Works or otherwise plainly demonstrates the intention not to
continue performance of his obligations under the Contract,
Section - 5 282
`
without reasonable excuse fails:
to perform any of its obligations under the contract, including the carrying out
of the Services, or
to take steps to deploy competent and adequate number of personnel as per
requirement of the Employer
becomes bankrupt or insolvent, goes into liquidation, has a receiving or
administration order made against him, compounds with his creditors, or
carries on business under a receiver, trustee or manager for the benefit of his
creditors, or if any act is done or event occurs which (under applicable Laws)
has a similar effect to any of these acts or events, or
gives or offers to give (directly or indirectly) to any person any bribe, gift,
gratuity, commission or other thing of value, as an inducement or reward:
for doing or forbearing to do any action in relation to the Contract, or
for showing or forbearing to show favour or disfavour to any person in
relation to the Contract,
or if any of the Consultant’s Personnel, agents or Subcontractors gives or
offers to give (directly or indirectly) to any person any such inducement or
reward as is described in this sub-paragraph (g).However, lawful inducements
and rewards to Consultant’s Personnel shall not entitle termination.
If the consultant, in the judgment of the Employer has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
For the purpose of this clause:
“Corrupt Practice” means the offering, giving, receiving or soliciting of
anything of value to influence the action of a public official in the selection
process or in contract execution.
“fraudulent practice” means a misrepresentation of facts in order to influence
a selection process or the execution of a contract to the detriment of the
Employer, and includes collusive practice among consultants (prior to or after
submission of proposals) designed to establish prices at artificial non
competitive levels and to deprive the Employer of the benefits of free and
open competition.
If the Employer, in its sole discretion and for any reason whatsoever, decides
to terminate this Contract.
The Employer’s decision to terminate the Contract shall not prejudice any
other rights of the Employer, under the Contract or otherwise.
The Consultant shall then leave the Site and deliver any required Goods,
Documents, and other design documents made by or for him, to the Employer.
After termination, the Employer may complete the Services and/or arrange
for any other entities to do so, in the manner and method at his sole discretion
and whose decision shall be final. The Employer and these entities may then
Section - 5 283
`
use any Goods, Documents and other design documents made by or on behalf
of the Consultant.
Section 15.02: By the Consultant:
The Consultant may terminate this Contract, by not less than thirty (30) days
written notice to the Employer, such notice to be given after the occurrence
of any of the events specified in paragraphs (a) and (b) of this Section 15.02.
if the Employer fails to pay any sum due to the Consultants pursuant to this
Contract and not subject to dispute pursuant to Article XVI hereof within
forty-five (45) days after receiving written notice from the consultants that
such payment is overdue, or.
If, as the result of Force Majeure, the Consultants are unable to perform a
major portion of the services for a period of not less than forty-five (45) days.
Section 15.03: Payment upon Termination:
If the termination has been occasioned by the default of the Consultant as per
section 15.01 (a) to (h) except (c), the Employer shall encash the performance
Guarantee and forfeit the Performance Security in full. Employer shall release
any payment due to the Consultant for satisfactory services provided prior to
termination and evaluated at the date of termination as per contract
conditions. However, if by this time the Consultant has failed to make a
payment due to the Employer, the same will be deducted from the payment
due and any balance remaining shall then be paid to the Consultant.
Unless such termination shall have been occasioned by the default of the
Consultant, the Consultant shall be entitled to reimbursement in full for the
costs specified in Section 6.05 as shall have been incurred up to the date of
such termination and for costs incident to the orderly liquidation of the
Services (including return travel of the personnel).
All claims made by the Consultant under Section 15.03 (b) shall be supported
by documentation submitted to the Employer, satisfactory in form and content
to the Employer.
Upon the receipt or giving of any notice referred to in Section 15.03 (a), if the
Consultant is not in default under the Contract and has partly or substantially
performed its obligation under the Contract up to the date of termination and
has taken immediate steps to bring the Services to a close in prompt and
orderly manner, to reflect the reduction in the Services, provided that in no
event shall the Consultant receive less than his actual costs up to the effective
date of the termination, plus a reasonable allowance for overhead and profit.
ARTICLE XVI
Settlement of Disputes
Section 16.01 Amicable Settlement
In case any dispute or difference between the Employer and the Consultant
for which claim has already been made by the Consultant, remains
unresolved, the Consultant shall then, give notice of dissatisfaction and
Section - 5 284
`
intention to commence arbitration to the Employer duly specifying the subject
of the dispute or differences as also the amount of claimitem-wise. The parties
shall make attempts to settle the dispute amicably before the commencement
of arbitration. However, unless both parties agree otherwise, demand for
arbitration may be made by the Consultant after 90 days from the day on
which a notice of dissatisfaction and intention to commence arbitration was
given, even if no attempt for amicable settlement has been made.
Section 16.02: Arbitration
Any dispute, in respect of which amicable settlement has not been reached,
arising between the Employer and the Domestic or Foreign Consultant related
to any matter arising out of or connected with this contract, then the
Consultant shall be entitled to demand in writing that the dispute or difference
be referred to arbitration.
Only such dispute(s) or difference(s) in respect of which the demand had been
made for amicable settlement under clause 16.01 but could not be settled,
shall be referred to arbitration subject to the condition that cumulative amount
of claims in the contract is not exceeding 20% of the contract price. In case
the cumulative amount of claims exceeds 20% of the contract price,
arbitration clause will not be applicable.
The Arbitration proceedings shall commence from the day, a written and duly
quantified demand for arbitration is received by Director (Project and
Planning), Gujarat Rail Infrastructure Development Corporation Ltd.,
Gandhinagar (CMD/GRIDE).
The disputes so referred to arbitration shall be settled in accordance with the
Indian Arbitration & Conciliation Act, 1996 and any statutory modification
or re-enactment thereof.
Further, it is agreed between the parties as under:
16.02.1 Number of Arbitrators:The arbitral tribunal shall consist of three arbitrators.
16.02.2 Procedure for Appointment of Arbitrators: The arbitrators shall be
appointed as per following procedure:
(a) The Consultant, while invoking demand for arbitration, shall submit
to CMD/GRIDE, claims duly quantified along with name and contact
details of his nominee arbitrator. Thereafter, he Employer will
nominate his nominee arbitrator within a period of 30 days from
receipt of such demand from the Consultant and will issue letter of
appointment to both the arbitrators appointed by the parties with a
copy to the Consultant.
(b) The third Arbitrator shall be chosen by the two Arbitrators so
appointed by the parties and shall act as Presiding Arbitrator. In case
of failure of the two Arbitrators appointed by the parties to reach upon
consensus within a period of 30 days from the appointment of the
Arbitrators subsequently appointed, then, upon the request of either or
both parties, the Presiding Arbitrator shall be appointed by the

Section - 5 285
`
Chairman and Managing Director, Gujarat Rail Infrastructure
Development Corporation Ltd. , Gandhinagar.
(c) If one or more of the arbitrators appointed as above refuses to act as
arbitrator, withdraws from his office as arbitrator, or vacates his/their
office/offices or is/are unable or unwilling to perform his functions as
arbitrator for any reason whatsoever or dies or in the opinion of the
CMD/GRIDE fails to act without undue delay, the CMD/GRIDE shall
appoint new arbitrator/arbitrators to act in his/their place except in
case of new Presiding Arbitrator who shall be chosen following the
same procedure as mentioned in para (b) above. Such re-constituted
Tribunal may, at its discretion, proceed with the reference from the
stage at which it was left by the previous arbitrator(s).
16.02.3 Qualification and Experience of Arbitrators (to be appointed as per sub-clause
16.02.2 above): The contract being of specialized nature requiring knowledge
and experience of dealing with project management / construction contracts,
the arbitrators to be appointed shall have minimum qualification and
experience as under:
Arbitrator shall be;
a working/retired officer (not below E-9 grade and above in a PSU with which
GRIDE has no business relationship) of any discipline of Engineering or
Accounts/Finance department, having experience in project management
consultancy / construction contracts; or
a retired officer (retired not below the HAG level) of any
Engineering/Accounts Services of Central Government, having experience in
Contract Management of construction contracts; or a retired officer who
should have retired more than 3 years previously from the date of appointment
as Arbitrator (retired not below E-9 grade in GRIDE or a PSU with which
GRIDE has a business relationship) of any Engineering discipline or
Accounts department, having experience in project management consultancy
/ construction contracts.
No person other than the persons appointed as per above procedure and
having above qualification and experience shall act as Arbitrator.
16.02.4 No new claim, except as otherwise mutually agreed by the Parties, shall be
added during proceedings by either party. However, a party may amend or
supplement the original claim or defence thereof during the course of
arbitration proceedings subject to acceptance by Tribunal having due regard
to the delay in making it.
16.02.5 Neither party shall be limited in the proceedings before such arbitrators to the
evidence nor did arguments previously put before during amicable settlement.
16.02.6 The reference to arbitration may proceed, notwithstanding that the services
shall not then be or be alleged to be complete, provided always that the
obligations of the Employer and the Consultant shall not be altered by the
reason of the arbitration being conducted during the progress of the

Section - 5 286
`
Consultancy. Neither party shall be entitled to suspend the services, nor shall
payment to the Consultant be withheld on account of such proceedings.
16.02.7 If the Consultant(s) does/do not prefer his/their specific and final claims in
writing, within a period of 90 days of receiving the intimation from the
Employer/Engineer that the final bill is ready for signature of the
Consultant(s), he/they will be deemed to have waived his/their claim(s) and
the Employer shall be discharged and released of all liabilities under the
contract in respect of these claims.
16.02.8 Arbitration proceedings shall be held at Gandhinagar, India or at a place
where CPM/GRIDE’s (dealing the contract) office is located, and the
language of the arbitration proceedings and that of all documents and
communications between the parties shall be in English.
16.02.9 The Arbitral Tribunal should record day to day proceedings. The proceedings
shall normally be conducted on the basis of documents and written
statements.
All arbitration awards shall be in writing and shall state item wise, the sum
and detailed reasons upon which it is based
16.02.10 Any ruling on award shall be made by a majority of members of Tribunal. In
the absence of such a majority, the views of the Presiding Arbitrator shall
prevail.
A party may apply for correction of any computational errors, any
typographical or clerical errors or any other error of similar nature occurring
in the award of a tribunal and interpretation of specific point of award to
tribunal within 60 days of the receipt of award
A party may apply to tribunal within 60 days of receipt of award to make an
additional award as to claims presented in the arbitral proceedings but omitted
from the arbitral award.
16.02.11 Where the Arbitral award is for the payment of money, no interest shall be
payable on whole or any part of the money for any period till the date on
which the award is made.
16.02.12 The fees and other charges of the conciliator/arbitrators shall be as per the fee
structure fixed by the employer (enclosed as Annexure ‘B’ to Section 5) and
as amended from time to time irrespective of the fact whether the Arbitrator(s)
is/are appointed by the parties or by the Court of law unless specifically
directed by Hon’ble Court otherwise on the matter, and shall be shared
equally by the Employer and the Consultant.However, the expenses incurred
by each party in connection with the preparation, presentation will be borne
by itself.
Section 16.03 The Contract Agreement shall be subject to exclusive jurisdiction of Courts
as indicated in the Data Sheet.
ARTICLE XVII
Variations

Section - 5 287
`
Section 17.01: The Contract may be varied by agreement between the parties. All such
variations shall be in writing signed by the authorized representative of the
Consultant and the Employer.
Section 17.02: The Employer may notify the Consultant to alter, amend, omit, add to, or
otherwise vary the Services upto 25% of the contract value on the same rates,
terms and conditions and the Consultant shall be bound by such variations.
Beyond 25% increase of the Contract Value new rates shall be agreed
between Employer and Consultant. In such event, the Consultant shall submit
to the Employer an estimate for the proposed changes in the Services within
fourteen (14) calendar days of receipt of a notice of variation.
.

ARTICLE XVIII
Conflict of Interest

Section 18.01: Except as the Employer shall otherwise specifically agree in writing:
(a) Neither the Consultant, the personnel nor any subsidiary or affiliate of
the Consultant shall engage in any activities, other than as consultant,
on any future project which may emerge from the Services;
(b) No personnel of the Consultant listed in the Staffing Schedule shall
engage, directly or indirectly, in any business or professional activities
which would conflict with the Services.

ARTICLE XIX
Confidential Information
Section 19.01: Except with the prior written consent of the Employer, the Consultant and the
personnel shall not at any time communicate to any person or entity any
confidential information acquired in the course of the Services, nor shall the
Consultant and the personnel make public the recommendations formulated
in the course of, or as a result of, the Services. For purposes of this section,
“confidential information” means any information or knowledge acquired by
the Consultant and/or its personnel arising out of, or in connection with, the
performance of the Services under this Contract that is not otherwise available
to the public.

ARTICLE XX
Contractual Ethics
Section 20.01: No fees, gratuities, rebates, gifts, commissions or other payments, other than
those shown in the proposal or the contract, have been given or received in
connection with the selection process or in the contract execution.

Section - 5 288
`
ARTICLE XXI
Compliance to Laws Bylaws & Regulations
Section 21.01: The Consultants shall respect and abide by all applicable laws and regulations
in force and effect as of the date hereof and which may be promulgated or
brought into force and effect hereinafter in the Republic of India including
regulations and rules made there under as may be in force and effect during
the subsistence of this agreement. The consultant shall use its best efforts to
ensure that their personnel and their dependents, while in India and local
employees of the consultant shall respect and abide by the said laws and
regulations.

ARTICLE XXII
Specifications and Designs
Section 22.01: The consultant shall prepare all specifications and designs (wherever
applicable) using the metric system and so as to embody the latest design
criteria.
Section 22.02: The consultant shall ensure that the specifications and designs and all
documentation relating to procurement of goods and services (wherever
applicable) for the project are prepared on an impartial basis so as to promote
international competitive bidding.

Section - 5 289
`
C. SPECIAL CONDITIONS OF CONTRACT
(These conditions are amendments, supplements and modifications to General Conditions of Contract
(GCC) and shall supersede the GCC in interpreting the contractual obligations)
Definitions: Unless the context otherwise require the following terms wherever used in this contract shall
have the following meaning:
1. ” Applicable Law” means all laws in force and effect as of the date hereof and which may be
promulgated or brought into force and effect thereafter in India, including regulations and rules
made there under, as may be in force and effect during the subsistence of this Agreement.
2. “Contingencies” means provision for items of work which have been overlooked or which may turn
out to be necessary during the progress of the services and price contingencies due to increase in
international and domestic costs for the person-months rates and reimbursable.
3. “Contract” means the Contract Agreement signed by the Parties which includes all the documents
listed in clause 14 of the Contract Agreement.
4. “Effective Date” means the date on which `notice to proceed’ is given to the consultant pursuant to
clause 12 and clause 4 of the Contract Agreement.
5. “Foreign Currency” means currency of any other country other than the currency of the Republic of
India.
6. “Local Currency” means the currency of the Republic of India.
7. “Party” means the Employer or the Consultants, as the case may be, and parties means both of them.
8. “Personnel” means persons hired by the Consultants or by any sub-consultant as employees and
assigned to the performance of the services or any part thereof.
9. “SCC” means the Special Conditions of Contract by which the General Conditions of Contract may
be amended or supplemented; and
10. “Services” means the work to be performed by the Consultants pursuant to this Contract as described
in BID document.
11. “Sub-Consultant” means any entity to which the Consultants subcontract any part of the Services in
accordance with the provisions of Section 4.01 of Article IV of GCC.
12. Consultant means the firm providing project management services to the Employer.
13. Contractor means the firm who is executing the project for the Employer

Section - 5 290
`
ANNEXURE ‘A’
(RELEVANT ABSTRACT OF GRIDE’S HAND BOOK ON ESTABLISHMENT MATTER)

1. TRAVELLING AND DAILY ALLOWANCE RULES


1.1. In cases of journeys from Headquarters to contiguous places like Delhi/New Delhi to Tughlakabad,
Dadri, Ballabgarh, Gurgaon, Ghaziabad, Noida, Faridabad, i.e. within a radius of 40 km. from the
Headquarters, daily allowance is not admissible. However, actual conveyance charges as per
entitlement as mentioned in para 12 will be reimbursed.
1.2. Entitlement of local conveyance

Category of Employees Entitlement


E-9 & E-7 Actual Taxi fare
E-0 to E-3 Actual Auto charges/Tong/Rickshaw
Below Executive Public Transport

1.3. An amount equal to maximum 80% of the anticipated expense including TA/DA and conveyance
to much use of the term etc. can be drawn as advance adjustable from the TA/DA bill, which must
be submitted within one month after resuming duty at Headquarters. No advance on this account
will be payable to credit card holders except in the following cases:
1.3.1. For travel by train, if the train reservation is to be made by a person other than credit card holder.
1.3.2. While travelling to smaller cities where it cannot be ensured if the hotels will accept the payment
through a credit card.
1.4. In case the tour expenditure is estimated to exceed the credit card limit, advance to the extent of
80% of the difference of estimated expenditure and credit card limit can be drawn.
1.5. Travel entitlements while on tour/transfer: -

S.No. Mode Category of Employees Entitlement

(i) By Air E-9 & E-7 Economy. ’Y’ class

(ii) By Rail E-0 to E-3 AC 2 Tier


Below Executive AC 3 Tier

(iii) By Road E-7 Actual Taxi Fare


E-0 to E-3 Actual Auto Charges/Tonga/Rickshaw or
Rs.6.00 per km.

c) Below Executive Actual bus fare

Section - 5 291
`
1.6. ENTITLEMENT OF DAILY ALLOWANCE

Category of Employees Entitlement

(1) (2)

E-9 950

E-7 800

E-3 625

E-2 625

E-1 550

E-0 450

Below Executive 350

1.7. Daily allowance may be drawn for broken periods of a “Day” on the following scales:
For absence of less than 6 hours 30%
For absence of 6 hours and more but less than 12 hours 70%
For absence of 12 hours and above 100%
1.8. For the time spent on Journey, rates of D.A. as indicated in Para 9.6 above (for other cities) will be
admissible.
1.9. Lodging Charges: Upper ceiling for lodging charges shall be as under: -

Category and scale of the Upper ceiling for lodging charges


employee
*
X Class Cities *Y Class Cities (Rs.) *
Z Class Cities (Rs.)
(Rs.)
(I) (II) (III) (IV)

E-9 10000 9000 7500

E-7 7500 6000 5000

E-3 & E-2 3000 2500 2000

E-1 2000 1500 1000

Below Executive 500 300 200

* As notified by Ministry of Finance for the purpose of grant of HRA.

Section - 5 292
`

Note:
The above rates of accommodation are exclusive of taxes and surcharges.
Annexure ‘B’

Section - 5 293
`

Section - 5 294
`

Section - 5 295
`

Section - 5 296

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy