2. Instructions to tenderer(s)

NORTHEAST FRONTIER RAILWAY
(CONSTRUCTION ORGANISATION)
Office of the Dy. Chief Engineer (Con)
N.F. Railway, Dibrugarh
Tender document
.
Tender Notice No. Dy. CE/CON/BB/16/July/01
Tender No. Dy.CE/CON/BB/Welding/SB/06
Name of work:- Welding of rail joints (52Kg/60R) by Pre heat SKV welding technique
with improved Pre heat technology including supply of all required materials and
equipments (except petrol, K.Oil and labour) for the section Dhamalgaon station
Ch.16.00Km to South Bank Dyke 21.00Km including ‘Y’ connection from Ch.24.80Km to
25.90Km in South Bank and from Ch.22.282Km to 28.3683Km in North bank of river
Brahmaputra in connection with construction of Bogibeel Bridge Project.
Approximate value of work :- Rs. 44,96,400/Date of place and opening of tender :-21.09.2012 at 11.00 hours at
Dy.CE/CON/DBRT’s office.
(Tenderer(s) should write their name and postal address themselves, in case they are using document
downloaded from internet)
(Details of Demand Draft/Railway’s Money Receipt towards cost of Tender document).
DEMAND DRAFT/Railway’s Money Receipt No.
Date
Issued by
AMOUNT IN Rs.
(Details of Demand Draft/Railway’s Money Receipt towards Earnest Money Deposioted).
DEMAND DRAFT/Railway’s Money Receipt No.
Date
Issued by
AMOUNT IN Rs.
Name and Contract Numbers of Key Personals:1.___________________________________________________________________________________
2._____________________________________________________________________________
3.____________________________________________________________________________
Note:- i) Tender documents are not transferable.
ii)Tender documents should be submitted without detaching any pages.
Signature of Tenderer(S)
Contractor(s)
Dy.Chief Engineer/CON
N.F.Railway,Dibrugarh
NORTHEAST FRONTIER RAILWAY
(CONSTRUCTION ORGANISATION)
(TENDER FORM FIRST SHEET)
Tender No. Dy.CE/CON/BB/Welding/SB/06
Name of work:- Welding of rail joints (52Kg/60R) by Pre heat SKV welding technique with
improved Pre heat technology including supply of all required materials and equipments (
except petrol, K.Oil and labour) for the section Dhamalgaon station Ch.16.00Km to South Bank
Dyke 21.00Km including ‘Y’ connection from Ch.24.80Km to 25.90Km in South Bank and from
Ch.22.282Km to 28.3683Km in North bank of river Brahmaputra in connection with
construction of Bogibeel Bridge Project.
:- Rs. 44,96,400/1 Approximate Cost
2
Earnest Money
:-
Rs. 89,950/-
3
Completion Period
:-
6 (Six) months
4
Date of Availability of Tender Document :-
5
Cost of Tender paper
6
Last Date/Time of Submission of Tender
7
Place of tender documents & Received :-
25.08.2012 to 18.09.2012 up to 11.00 hours.
::-
tenders.
8
Date & place of opening of tender
:-
Rs. 3000/-
18.09.2012 up to 14.30 hrs.
In the Offices of the (a) General Manager/Con, N.F. Railway,
Maligaon, Guwahati-11, (b) Dy. Chief Engineer/ Con/N.F.Railway/
Dibrugarh & (c) Dy. CE/Con/ Silapathar during office hours.
21.09.2012 at 11.00 hrs. at Dy. Chief Engineer/ Con/
NF.Railway/ Dibrugarh’s office.
Note: - Details of the work and conditions may be seen in the tender document.
Eligibility Criteria :1.1 The Tenderer(s) should have completed at least one similar work of value of 35% of advertised Tender value of
work.
Note : (i) Similar nature of works physically completed within the qualifying period, i.e. the last 3 financial years
and current financial year (even though the work might have commenced before the qualifying period) should only
be considered in evaluating the eligibility criteria.
(ii) The total value of similar nature of work completed during the qualifying period, and not the payments
received within qualifying period alone, should be considered.
(iii) In any case of composite works involving combination of different works, even separate completed
works of required value should be considered while evaluating the eligibility criteria.
(iv) Similar nature of work means : Welding of Rail joints by pre heat SKV welding technique
1.2 Total contract amount received during the last three years (i.e. current year and three previous financial years)
should be minimum of 150% of advertised tender value of work supported by (a) Authenticated payment
record of N.F.Railway or any other Government Department or PSU’s etc. (b) Audited Financial Statement
certified by Chartered Accountant.
Note-1. (a) Certificates from private individuals/firms for whom such works are executed/being executed shall not
be considered.
(b) For this purpose only works in satisfactorily progress and where 50% contract value has already been
paid, will be considered.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
Tender No. Dy.CE/CON/BB/Welding/SB/06
2.
JOINT VENTURE will not be permitted in this tender.
3. PARTNERSHIP FIRM : In case the Tenderer is a partnership firm, the work experience, solvency and turn over
shall be in the name of the partnership firm only.
OTHER INFORMATIONS :
1. Tenderer(s) should also submit with tender documents (a) List of personal Organisation available on hand and proposed
for the subject work. (b) List of plant & Machinery available on hand (own) and proposed to be inducted (own & hired to be
given separately) for the subject work. (c) list of work completed in the last three financial years giving description of work,
organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled
completion of work, date of actual start, actual completion and final value of contract should also be given. (d) List of work on
hand indicating description of work contract value, approximate value of balance work yet to be done and date of award.
Note :- (i) incase of items © & (d) above , supportive documents/certificates from the organizations with whom they worked/are
working should be enclosed. (ii) Certificates from private individuals for whom such works are executed/being executed will not
be accepted.(iii) Tenderer(s) are advised to submit those documents, which clearly shown the fulfillment of eligibility criteria.
2.
Tenderer(s)/Contractor(s) are requested not to quote any condition. If any condition is quoted, its financial implication may
also be given as same may be considered if not agreed by the Railway.
3.
All the documents being submitted by the Tenderer(s) )/Contractor(s) along with their offer shall have to be attested by the
Gazetted Officer or self attested by the Tenderer.
4. Tenders not accompanied by requisite earnest money will be summarily rejected. The standing earnest money available
with the Railway of registered contractor of ‘A’ class shall not be valid for the present tender.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
Total No.of pages =
NORTHEAST FRONTIER RAILWAY
(CONSTRUCTION ORGANISATION)
(TENDER FORM FIRST SHEET)
Issued to …….. ………………………
Downloaded from website by
………………………….
Tender No. Dy.CE/CON/BB/Welding/SB/06
Name of work:- Welding of rail joints (52Kg/60R) by Pre heat SKV welding technique with improved
Pre heat technology including supply of all required materials and equipments (except petrol, K.Oil
and labour) for the section Dhamalgaon station Ch.16.00Km to South Bank Dyke 21.00Km including ‘Y’
connection from Ch.24.80Km to 25.90Km in South Bank and from Ch.22.282Km to 28.3683Km in North
bank of river Brahmaputra in connection with construction of Bogibeel Bridge Project.
Approximate Value = Rs. 44,96,400/The President of India,
Acting Through the DY. Chief Engineer(Con)
Northeast Frontier Railway, ,Dibrugrah
(a)
1.
I/We……………………………………………… have read the various conditions to tender
attached here to and hereby agree to abide by the said conditions. I/We also agree to keep this tender open
for acceptance for a period of 120 days from the date fixed for opening the same and in de fault thereof,
I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do the work at the rates
quoted in the attached Schedules and hereby bind myself/ourselves to complete the work in all respects
within 6 (Six)) months, from the date of issue of letter of acceptance of the tender.
2.
I/We………………………………………………… also hereby agree to abide by the (i) N.F.
Railway General Conditions of Contracts and Standard Special Conditions of Contracts,1998 (ii) N.F.
Railway Specifications (For Materials & Works), 1993, (iii) Special Conditions and Specifications
attached with the tender (iv) Schedule of Rates attached with the tender & (v) Schedule of Rates (for
Labour and Materials) of Northeast Frontier Railway, 1993 edition corrected up-to-date.
3.
A sum of Rs. 89,950/- is hereby forwarded as earnest money. The full value of the earnest money
shall stand forfeited without prejudice to any other rights or remedies, if ;
I/We do not execute the contract documents, within seven days after receipt of notice issued by the
Railway that such documents are ready, or
(b) I/We do not commence the work within ten days after receipt of the orders to this effect.
c)
I/We withdraw or modify my/our offer within the validity date of the tender.
4.
Once the acceptance of the tender is communicated to us a legal and enforceable contract comes
in to being. If in accordance with the letter of the acceptance I/We fail to commence work within the
period stipulated in the acceptance letter and fail to execute the formal agreement, I/We shall be liable for
breach of the contract and the consequences of breach of any of the conditions of the contract shall entitle
Railway Administration to have work/job executed at my/our risk and cost and to claim extra cost
/expenditure sustained by the Railway Administration.
Signature of Witnesses.
1.
2.
Signature of tenderer(s)
Contractor(s)
Address
Address
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
Tender No. Dy.CE/CON/BB/Welding/SB/06
1.
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
-1NORTHEAST FRONTIER RAILWAY
(CONSTRUCTION)
(TENDER FORM SECOND SHEET)
Regulations for the Guidance of Tenderers
The following documents shall form part of the contract :Tender form (FIRST AND SECOND SHEET )
N.F.Railway General Conditions of Contract and Standard Special Conditions of Contract,
1998(ii) Indian Railway Unified Standard Specifications Volume I & II , 2010 edition and
USSOR Schedule of Rates (for Labour and Materials) of Northeast Frontier Railway,
2010 edition corrected up-to-date.
Additional Special Conditions Contract.
Special Conditions and Special Specifications for the work.
Schedule of items and Approximate Quantities and Abstruct of Schedule of items of works and
estimated cost.
Agreement forms.
Drawings.
Indian Railway Engg. Code 1999 latest Revised Edition.
2. Instructions to tenderer(s)
A. Each and every pages of the tender documents (purchased/downloaded) are to be signed by the
tenderer/s under seal of the participating firm/tenderer before submission. If the tenderer/s is/are a
partnership/JV firm, it shall be signed by the authorized partner fo the firm only.
(i)Incomplete tenders are liable to be rejected without further correspondence.
(ii)In case of two packet system of tendering, Earnest Money shall be deposited by the tenderer/s
alongwith Part-I (Technical bid) document only. Tender not accompanied by the requisite Earnest Money
shall be summarily rejected.
(iii)Tenderer/s has to go through the “Guideline & conditions” of JOINT VENTURE, included ion
Tender document carefully, Non-compliance of any conditions mentioned in the guideline of JV is liable
to result in the tender being rejected.
B. (i)
The drawings for the works can be seen in the office of the Dy.Chief Engineer
/Construction/Northeast Frontier Railway Dibrugrah at any time during office hours.
(ii) General Conditions of Contract, Standard Special Conditions of Contract, 1998 and (ii) Standard
Specifications 1993 edition and
iii) USSOR Schedule of Rates (for labour and materials) of the Northeast Frontier Railway 2010
edition up to date, can be seen in the office of the Chief Engineer/Con./N.F.Railway or can be had on
payment if available.
(iv) The Tenderer(s)/Contractor(s) have to quote rates in figures and words/percentage
above/below/at par rate only in the schedule. The quantities in schedule of items of work are given in
Annexure I to V as a guide and are approximate only and are subject to variation according to the need
during execution of the work. The Railway accepts no responsibility for the accuracy. The Railway does
not guarantee work under the items of the schedule.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-2Tender No. Dy.CE/CON/BB/Welding/SB/06
(v)The Schedule of quantities is issued in duplicate with the object of avoiding addition,
alteration, overwriting and crossings etc. and to ensure submission of a fair copy, which should
bear no such blemish. Only one copy of the Tender Schedule is to be submitted by the
Tenderer(s).
(vi) All documents and entries in the tender shall be either type written or in ink and in
English. Tender containing erasures, additions and alterations to the tender documents are liable
to be rejected. Any correction made by the Tenderer in his entries must be attested by him. If
rates expressed in figures and words do not agree, then the lower of the two rates will be taken
into consideration and binding on the contractor.
(vii) Rates should be quoted inclusive of sales tax or any other local tax, royalty etc. unless
specified to the contrary in the tender documents.
C.
Tenderers should observe the highest standard of ethics while submitting the Tender
Document.
(a) Railways will disqualify tender(s), if they made misleading or false representation in
the form, statements and attachments submitted, or indulges in fraudulent and corrupt practice.
(i) “Corrupt practice” means the offering, giving, receiving or soliciting of anything of
value to influence the action of a public official in the tendering process or in contract execution;
and
(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence and
evaluation process or the execution of a contract, and includes collusive practices among
Tenderers (prior to or after Tender submission) designed to establish bid prices at artificial, noncompetitive levels and to deprive the client’s free and open competitions.
(b) Further Railways may declare a Tenderer ineligible, for any Railways contract if it at
any time determines that the Tenderer has engaged in corrupt or fraudulent practices in
completing for , or in executing, a borrowed financed contract in general; or defines, for the
purpose of this provision, the terms set forth below as follows,
(i)
(ii)
(iii)
Records of poor performance during the last 5 years, as on the date of submission of tender
such as abandoning the work rescinding of contract for which the reasons are attributable to
the non performance of the contractor.
Inordinate delays in completion, consistent history of litigation awarded against the
tenderer/contractor or any of its constituents or financial failure due to bankruptcy, etc. if the
contractor has worked on a Joint venture, the rescinding of contract of a Joint Venture on
account of reasons other than non-performance, such as Most Experienced Partner (Lead
Partner) of Joint Venture pulling out.
Or
Been debarred (blacklisted) by any government agencies as on the date of application.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-3Tender No. Dy.CE/CON/BB/Welding/SB/06
(c)
DECLARATION TO BE GIVEN BY THE TENDERER(S)
I/We ____________________________________________________________________declare that
(a) We have examined and have no reservations to the Tender documents including Addenda issued.
(b) We offer to execute the Works in conformity with the Tender Documents.
(c) If our tender is accepted, we commit to submit Security Deposit and Performance Guarantee in
accordance with the tender Document with in the time fixed.
(d) If our tender is accepted, we commit to deploy minimum key personnel and equipments consistent with
the stipulation in the tender document.
(e) If our tender is accepted, we commit to submit work method statements for all major activities and get
these approved from the engineer prior to commencing work on such activities. We also understand
that the work shall be executed as per the approved method statements without any deviations.
(f) If our tender is accepted, we commit to establish Testing Laboratory at the site of work with minimum
Testing equipments indicated in the Tender Document.
(g) I/we am/are not banned from doing business with Railways or any other Ministry/Department of the
Govt. of India/State Govt. from participation in tenders/contract on the date of opening of bids either
individual capacity or the JV firm or partnership firm in which we were/are members/partners.
(h) I/We am/are not sister concern/allied partners who were individuals or firms or partners of firms banned
from doing business with Railways.
(i) I/We understand and agree that if I/We were found consideration of tender to be a firm/individual or
sister/allied concern or any individual or firms or partner of firms banned by the Ministry of Railway or
any other Ministry/Govt. Department from doing business and ban is still in force, Earnest money
deposit remitted by me/us will be forfeited in full.
(j) I/We understand that if I/We were found during the course of execution of work to be an individual or
firm or partner or firms banned by the Ministry of Railway or any other Ministry/Govt. Department from
doing business and ban is still in force, my/our Security deposit and Performance Guarantee will be
forfeited in full.
(k) I/We understand that if I/We were found to be individual or firm or partner or firm or sister/allied concern
of any individuals or firm banned by the Ministry of Railway or any other Ministry/Govt. Department from
doing business during the consideration of tender or doing the execution of work, I/We are liable to be
banned from doing business for further periods to be specified by Railways.
(l) I/We are satisfying the eligibility conditions mentioned in the tender and I/We have enclosed attested
copies of documents along with the tender in support of my/our claim of satisfying eligibility conditions.
I/We under stand that I/We have to produce the original documents if so demanded by the Railways.
I/We understand that if any of the documents were found to be bogus, my/our earnest money deposit
(before finalization of tender) security deposit (after awarding work) will be forfeited in full and I/We are
liable to be banned from doing business with Railways for any period to be specified by the Railways
and also liable for legal proceedings against me/us.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-4Tender No. Dy.CE/CON/BB/Welding/SB/06
(m) I/We have submitted full details of work on hand and progress thereon. I/We understand that if the
information furnished by me/us were found to be false my/our tender is liable to be rejected and Earnest
money deposit in full is liable to be forfeited. If it is found to be false at any stage, I/We are liable to be
banned from doing business with Railways for any period to be specified by Railways and also liable for
legal proceedings against me/us.
(n) We have not made any tempering or changes in the Bidding Documents on which the Bid is being
submitted and if any tempering or changes are detected at any stage, we understand that the Bid will
summarily rejected and forfeiture of Bid Security/ the contract will be liable to be terminated along with
forfeiture of full amount of performance security, even if LOA has been issued , and
(o) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may
receive.
(p) I/We are not sister concerns/allied partners of firm’s, who have been found guilty in any criminal case in
the past.
Name
……………………………………………………………………………………………………………………………
In the capacity of ………………………………………………………………………………………………………
Signed ……………………………………………………………………………………………………………………………..
Duly authorized to sign the Bid for and on behalf of ………………………………………………………………………….
Date………………………………………..
SIGNATURE & ADDRESS OF WITNESSES TO THE SIGNATURE OF THE TENDERER(S)
WITNESSES:
1. Name
Address
Signature
Date
2. Name
Address
Signature
Date
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-5-
Tender No. Dy.CE/CON/BB/Welding/SB/06
SIGNING OF TENDERS :
3.
3.1
The tenderer/Contractor shall sign each and every page of the Tender document.
Any individual/s signing the Tender or other documents connected therewith should
specify whether he is signing :
i) As Sole Proprietor of the concern or his Attorney,
ii) As a Partner or Partners of the Firm,
iii) For the Firm per procuration, or
iv) As a Director, Manager or Secretary in the case of Limited Company.
3.2
In the case of firms not registered under the Indian Partnership Act all the partners, or the
attorney duly authorised by all of them should sign the tender and all other connected documents. The
original document empowering the individual or individuals to sign, the original partnership deed
with registration certificates, if any, in case the tenderer is a firm and the Memorandum and Articles
of Association in case the tenderer is a Company should be furnished to the purchaser for verification
if required.
4.
EARNEST MONEY
4.1
The tenderer is required to deposit Rs. 89,950/- as earnest money for the performance of
the tender who will keep the offer open for a period of 120 days from the date fixed for opening
of tender, it being clearly understood that the tenderer after submitting his tender will not resile
from his offer or modify the rates, items and conditions thereof, failing which the aforesaid
amount shall be liable to be forfeited by the Railway.
4.2
The earnest money should be in cash or in the form of Deposit Receipts, Pay Orders or
Demand Drafts executed by State Bank of India or of any Nationalised Banks or of any
Scheduled Bank approved by the Reserve Bank of India for the purpose.
4.3
The earnest money, when deposited in cash, should be remitted to the Chief
Cashier/CON/N.F. Railway, Maligaon, Guwahati-11 and the receipt obtained there from should
be enclosed with the tender as proof of the deposit of the requisite earnest money.
Deposit receipts or Pay orders or Demand draft from the State Bank of India or from any
Nationalised Banks or of any Scheduled Bank approved by the Reserve Bank of India should be
drawn in favour of Financial Adviser & Chief Accounts Officer/CON/N.F. Railway /Maligaon,
Guwahati and endorsed “Account payee” and valid at least upto the validity of tender offer. No
conformation advice from the Reserve Bank of India is necessary.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-6Tender No. Dy.CE/CON/BB/Welding/SB/06
4.4
A tender not accompanied with requisite earnest money will be summarily rejected.
4.5
Earnest money shall not be acceptable in the shape of Bank Guarantee Bond.
a) If any of these instruments are found to beve been drawn in favour of /payable to the
tenderer, they would be invalid and the tender submitted would be summarily rejected.
b) The name of the tenderer(party), on whose account the DD has been issued, is to be
mentioned by the Banker, at an appropriate place on the instrument itself.
c) Government securities (Stock Certificates, Bearer Bonds, and Promissory Notes etc.)
and Guarantee Bonds executed by Banks will not be accepted towards Earnest money.
4.6
In the event of tenderers defaulting in not adhering to the conditions laid down in para 9.1
the Railway Administration shall be entitled to forfeit the full amount of earnest money
deposited along the tender without prejudice to any other remedy available to the
Railway.
4.7
No interest will be paid on earnest money. The earnest money will be refunded to the
unsuccessful tenderer(s) within a reasonable period of time. The earnest money deposited
by the successful tender(s) will be retained towards the security deposit for the due and
faithful fulfillment of the contract byt shall be forfeited if the contractor fails to execute
the agreement or start the work within time schedule vide clause 3(a), 3(b) & 3(c) of
Tender Form (First sheet) or a reasonable time determined by the Engineer after
notification of the acceptance of his/their tender.
4.8
Railway shall be entitled to forfeit the earnest money specified for a particular work if the
tenderer(s) fails/fail to execute the agreement or start the work within time as per clause
4.7.
5.
CREDENTIALS
5.1
The tenderer(s) is/are required to produce PAN Number and Income Tax Return of
current year issued by Income Tax Department along with his/their tender.
5.2
The tenderer, is required to submit along with his tender, authenticated documents and
certified details in support of their credentials and proof of their capacity to be able to undertake
this work as per Annexure – I & II duly signed by the tenderer(s) himself/themselves. It may
please be understood that in the event of furnishing incomplete information or no information at
all, Railway reserve the right to reject the offer outright, without making any reference to the
tenderer.
6.
Tender must be enclosed in sealed cover super-scribed with Tender No. and must be sent
by Regd. post/Speed post to the address of Dy. Chief Engineer (Construction), N.F. Railway,
Dibrugrah-786001 so as to reach his office not later than 14.30 hrs. on 18.09.2012 or can be
deposited in the Special Boxes allotted for the purpose in the offices mentioned in the TENDER
NOTICE NO. Dy. CE/CON/BB/16/July/01. The boxes will be sealed at 14.30 hrs. of 18.09.2012.
The tender will be opened on 21.09.2012 at 11.00 hrs. at Dy.Chief Engineer (construction)/N.F.
Rly, Dibrugrah`s Office. The tenders which are received after the sealing of the tender box are
liable to be rejected.
7.
Non-compliance with any conditions mentioned above is liable to result in the tender
being rejected.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-7Tender No. Dy.CE/CON/BB/Welding/SB/06
8. Acceptance of Tender
(a) The authority for the acceptance of the tender will rest with GM/CON/N.F.
Railway/Maligaon, CE/CON/ Maligaon, Dy.CE/CON/Maligaon, Dy.CE/CON/Dibrugrah on
behalf of President of India who does not bind himself to accept the lowest or any other tender
nor does he undertake to assign reasons for declining to consider any particular tender or
tenders. No tenderer/tenderers shall demand any explanation on the cause of rejection of his/their
tender. No correspondence will be entertained with the tenderer/tenderers in respect of the reject
on of any or all tenders.
(b) Tender documents submitted by the tenderer(s) shall become the property of Railway
and the Railway shall have no obligation to return the same.
9.
If the tenderer deliberately gives wrong information in his tender the Railway reserves
the right to reject such tender at any stage.
10.
If a tenderer expires after the submission of his tender or after the acceptance of his
tender, the Railway shall deem such tender as cancelled. If a partner of tendering firm expires
after the submission of their tender or after acceptance of their tender the Railway shall deem
such tender as cancelled unless the firm retains its character.
The accepting authority reserves the right to divide the tender amongst more than one
tenderer, if deemed necessary, and also to reject any or all tenders received without assigning
any reason and does not bind himself to accept the lowest or any other tender.
11.
Execution of Contract document :
The tenderer whose tender is accepted shall be required to appear in the office of the
Dy.CE/CON/Dibrugrah in person, or if a firm or corporation, a duly 11uthorized representative
shall so appear , to execute the contract documents within seven days after notice to do so.
Failure to comply shall constitute a breach of the agreement effected by the acceptance of the
tender in which case the full value of the earnest money accompanying the tender shall stand
forfeited without prejudice to any other rights or remedies.
In the event of any tenderer, whose tender is accepted refusing to execute the contract
documents as therein before provided, the Railway may determine that such tenderer has
abandoned the contract and thereupon his tender and the acceptance thereof shall be treated as
cancelled & the Rly. Shall be entitled to forfeit the full amount of the earnest money and to
recover the liquidated damages for such default.
12
The tenderer shall keep the offer open for a minimum period of 120 days from the date of
opening of the tender within which period the tenderer cannot withdraw his offer. This period
may be extended further if so required by mutual agreement between the parties from time to
time. Any contravention of this condition will make the tenderer liable for forfeiture of this
security deposit.
13.
Should a tenderer be a retired Engineer of the Gazetted rank or any other Gazetted Officer
working before his retirement whether in the executive or Administrative capacity or whether
holding a pensionable post, or not in the Engineering Department of any of the Railway onward
and/or administered by the President of India for the time being or should a tenderer being
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-8Tender No. Dy.CE/CON/BB/Welding/SB/06
partnership firm have as one of its partners a retired Engineer or a retired Gazetted Officer or
should a tenderer being incorporated company have any such retired Engineer or retired officer
as one of its directors, or should a tenderer have in his employment any retired Engineer or
retired Gazetted officer as aforesaid, the full information to the date of retirement of such
Engineer or Gazetted officer from the said service and in case where such Engineer or Officer
had not retired from Government service at least two years prior to the date of the submission of
this tender as to whether permission for taking such contract or , if the contractor be a partnership
firm or an incorporated company to be one a partner or Director as the case may be or to take
employment under the contractor has been obtained by the tenderer from the Engineer or the
officer authorised by him in this behalf, shall be clearly stated in writing at the time of submitting
the tender. Tenderers without the information above referred to or a statement to the effect that
no such retired Engineer or retired Gazetted officer is so associated with the tenderer , as the case
may be shall be rejected.
14.
Should a tenderer or contractor have a relative employed in Gazetted capacity in any
department of the N.F.Railway, or in the case of partnership firm or company incorporated under
the company Law, should partner or a relative of the partner or a share holder or a relative of a
share holder be employed in Gazetted capacity in any department of the N.F.Railway, the
authority inviting tender shall be informed of the fact at the time of submission of tenders, failing
which the tender may be rejected, or if such fact subsequently comes to light the contract may be
rescinded in accordance with the provisions in Clause 62 of the General Conditions of Contract.
A declaration form (proforma attached) to this effect should be signed and enclosed with
the tender. (Annexure-A).
15.
The tenderer(s) shall clearly specify whether the tender is submitted on his behalf or on
behalf of partnership concern. If the tender is submitted on behalf of partnership concern, he
should submit the certified copy of partnership deed along with the tender and power of attorney
to sign the tender documents on behalf of partnership concern. If these documents are not
enclosed along with the tender documents, the tender will be treated as having been submitted by
the person signing the tender in his individual capacity.
16.
The Railway will not be bound by any power of attorney granted by the tenderer or by
changes in the composition of the firm made subsequent to the execution of the contract. It may,
however, recognize such power of attorney and changes after obtaining proper legal advise the
cost of which will be chargeable to the contractor.
17.
If the tenderer, whether a sole proprietor , limited company or a partnership firm wants
to act through agents or individual partner/partners , should submit along with the tender or at a
later stage a power of Attorney duly stamped and authenticated by a public notary or by a
Magistrate in favour of the specific person/s whether he/they be partner/partners of the firm or
any other persons, specially authorising him/them to submit the tender, sign the agreement,
receive money , witness measurement, signs measurement book , compromise, delete relinquish
any claim or claims preferred by firm and sign "No claim certificate" and refer all or disputed
items to arbitration.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-9Tender No. Dy.CE/CON/BB/Welding/SB/06
18.
The Railway reserves the right to accept a tender in whole or in part or reject any tender
or all tenders without assigning reasons for any such action.
19. Negotiations with tenderer(s)
The Railway reserve the right to hold negotiations with lowest who should be lowest,
valid, eligible and technically acceptable tenderer considered for award of contract directly if the
rates were not unreasonably high.
In tenders, providing for “Purchase Preference” in favour of PSUs if the quoted rates of
L-1 are considered high and negotiations are resorted to, such negotiations may be held with
original L-1 as also the lowest PSUs whose original offer is not higher by more than 10% of the
original L-1.
20.
Inspection of site
Before submitting a tender, the tenderer(s) will be deemed to have satisfied himself by
actual inspection of the site and locality of the works, that all conditions liable to be encountered
during the execution of the works are taken into account and that the rates he has entered in
“Schedule of quantities and Rates” of the tender document are adequate and all inclusive to
accord with the provision of the general and special conditions of contract for the completion of
the works to the entire satisfaction of the Engineer. No claim shall be entertained from the
contractor for making his own arrangements for approached roads from outside Railway land
and contractor will bear entire expenses such as road taxes, payment on right of way etc. to
outsiders.
21.
Examination of Documents
The submission of the tender shall be deemed to have been done after careful study and
examination of the tender document with full understanding of the implications thereof. Any
clarification required by a tenderer shall be obtained from the office inviting tenders on any
working day.
22.
Tender documents are not transferable.
23.
Sequence of work
23.1 The contractor(s) shall comply with the order of engineer in charge in regard to the
sequences of tackling and progressing component parts of works.
24.
Preparation of PERT Chart
The successful tenderer within 20 days after the contract is awarded, will make out a
detailed PERT chart along with detailed programme chart based on accepted scheme indicating
various stages of execution, method of execution and completion of work in different stages
keeping the period of completion in view and submit the same to the engineer for the
consideration and approval. The above programme shall be strictly adhered to.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-10NORTHEAST FRONTIER RAILWAY
(CONSTRUCTION)
Tender No. Dy.CE/CON/BB/Welding/SB/06
ADDITIONAL SPECIAL CONDITIONS OF CONTRACT.
1.0
DEFINITIONS AND INTERPRETATIONS.
In the Contract documents, the following terms shall have the meanings herein assigned to them except
where the contract otherwise requires:
1.1
"General Manager" shall be the Officer in Administrative charge of the whole of the Northeast Frontier
Railway and shall mean and include the General Manager of the successor Railway and General
Manager(Construction) of Northeast Frontier Railway.
1.2
"Engineer" shall mean the Executive Engineer in executive charge of the work and shall include the
superior Officer of the Engineering Department of the Northeast Frontier Railway i.e. Deputy Chief
Engineer(Construction)/Chief Engineer(Construction) and shall mean and include the Engineer of the successor
Railway.
1.3
"Construction plant" shall mean all plants, machinery, vehicles, river vessels, tools, equipment,
appliances or things of whatsoever nature required in or about execution, completion or maintenance of the
works or temporary work but does not include materials or other things intended to or forming part of the
permanent work.
1.4
A "Day" shall mean a day of 24 hours from midnight to mid night irrespective of the number of hours
worked in that day.
1.5
A "Week" shall mean seven days without regard to the number of hours worked on any day in that week.
1.6
A “Month” shall mean Gragorian Calendar Month irrespective of the number of hours worked on any day
in that month.
2.0
GENERAL
2.1
The Additional Special Conditions of Contract, along with the Schedule of Items and Approximate
Quantities; General & Standard Special Conditions of Contract – 1998 along with deletion list enclosed at
(Annexure-C) and Standard Specifications. Northeast Frontier Railway, Engineering Department,1993 edition and
N.F. Railway Schedule of Rates (For labour and materials),1993 edition corrected up to date, and relevant drawings
with such amendments which may be published from time to time during contract period, shall constitute "Contract
Documents" and the contractor shall satisfy himself/themselves in every respect as to the true intent and meaning of
these contract documents and to the nature, extent and quality of the work required to be executed as no claim
whatsoever arising through any misunderstanding of the intention, or the meaning of any of the terms or expressions
in these contract documents, shall be entertained after the submission of the tender.
2.2
The work shall be executed in conformity with the tender documents such as the General & Standard
Special Conditions of Contract - 1998 and Standard Specifications, Northeast Frontier Railway, Engineering
Department, 1993 edition corrected up-to-date, and other documents as per para 1 of Tender Form (Second Sheet)
together with such amendments as may be published from time to time and read in conjunction with the Additional
Special Conditions and Special Specifications attached.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-11-
Tender No. Dy.CE/CON/BB/Welding/SB/06
2.3
In these tender documents where there is any conflict between the Additional Special Conditions and
Special Specifications on the one hand and the General Conditions of Contract and Standard Special Conditions1998 and Standard Specifications of N.F. Railway, Engineering Department, 1993 edition on the other, the former
shall prevail.
2.4
DEVIATION
2.4.1
A Schedule of Deletion/Alterations to the Standard Special Conditions of Contract of N.F.
Railway,(Engg.Deptt.) -1998 is enclosed as Annexure-C. The items listed as deleted in Annexure-C shall not be
applicable to the tender/contract. In case of alteration, the item as provided for in the Annexure-C shall be
applicable to the tender/contract.
2.4.2
Unless specifically provided otherwise in the Tender, any and all exceptions which the Tenderer may have
to any of the clauses of the Standard Special Conditions of Contract or the additional Special Conditions of
Contract if any as included in the Tender, shall be clearly stated in a statement annexed to the tender and identified
as Annexure-B. Such exception shall be listed in the format specified under the title "Schedule of Deviations".
If the Tenderer has no exceptions, the annexure shall be submitted with a "NIL" statement. If the contractor does not
include the Annexure with the Tender it shall be conclusive evidence that the Standard Special Conditions of
Contract and the additional Special Conditions of Contract with deletions/alterations if any are entirely acceptable
to the Contractor.
2.4.3
Any Deviations from the Standard Special Conditions of Contract and the additional Special Conditions
of Contract if any, stated by the Tenderer in his tender shall be a part of the Contract only to such extent as have
been explicitly accepted by the Railway and incorporated in the Contract.
2.5
INTENT OF PLANS, SPECIFICATION AND CONTRACT DOCUMENTS:
2.51.
The work to be carried out under this contract shall, except as otherwise provided in these conditions,
include all labour, materials,(except the materials to be supplied by Railway free of cost) construction plant,
equipment and transport which may be required in preparation of and for the full and entire execution and successful
completion of the works. The description given in the Schedule of works shall, unless otherwise stated, be held to
include carriage and cartage, carrying and hoisting, setting, fitting and fixing in position and all other labour,
necessary in and for the full and entire execution and successful completion of the works as aforesaid in accordance
with good practice and recognized principles and any urgent and temporary works fully contingent upon the works.
2.6
INSPECTION AND ADMISSION TO SITE.
2.6.1
The Contractor shall not be permitted to enter on (other than for inspection purpose) or take
possession of the site until instructed to do so by the Engineer in writing. The portion of the site to be occupied by
the contractor shall be defined and/or shown in the site plan, or this shall be indicated by the Engineer, and the
contractor shall on no account be allowed to extend his operation beyond these areas. The contractor shall not use or
allow it to be used the site so allowed to him by the Railway for any purpose other than that of executing the work.
The contractor shall make his own arrangement at his own cost for any additional land required by him for the
purpose of execution of the work.
2.6.2
The Contractor shall at his own cost provide, if necessary or if required on the site, all temporary
access thereto, to the satisfaction of the Engineer and shall alter, adopt and maintain the same as required from time
to time and shall take up and clear them away as and when no longer required and make good all damage done to the
site.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-12Tender No. Dy.CE/CON/BB/Welding/SB/06
The Tenderer(s) before quoting his rate shall carefully inspect the site and shall be deemed to
have satisfied himself about the nature and type of work including ancillary works necessary for
satisfactory execution of work. Site accessibility, availability of required materials, need of
suitable rollers for compaction of earthwork, drying and wetting of soil before compactions,
arrangement for the testing equipment for quality control of earthwork and concrete etc. must be
kept in view while quoting the rates.
2.7. MODIFICATION OF DRAWINGS.
The Railway reserves the right to alter/modify the drawings/design to suit the site conditions, if due
to the change in drawings or designs there is any increase or decrease in quantities in the items of the
schedule, payment shall be made only for the actual quantities executed at the accepted rates. If there is
sufficient ground for granting extension of the date of completion on this account, the Railway will
consider such request on the merits of each individual case. Such circumstances shall in no way affect or
vitiate the contract or alter the character thereof or entitle contractor to damages or compensation thereof.
QUANTITIES IN SCHEDULE AND THEIR VARIATIONS
The procedure detailed below shall be adopted for dealing with variations in quantities during execution of
works contracts:
2.8.1
Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would
be made as per the agreement rate. For this, no finance concurrence would be required.
2.8.2
In case of increase in quantity of an individual item by more than 25% of the agreement quantity is
considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for
operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the
agreement quantity subject to the following conditions:
(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the
rank not less than S.A Grade:
(i) Quantities operated in excess of 125% but upon 140% of the agreement quantity of the concerned item,
shall be paid at 98% of the rate awarded for that item in that particular tender.
(ii) Quantities operated in excess of 140% but upon 150% of the agreement quantity of the concerned item
shall be paid at 96% of rate awarded for that item in that particular tender.
(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted
only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at
96% of the rate awarded for that item in that particulars tender.
(b)
The variation in quantities as per the above formula will apply only to the Individual
items of the contract and not on the overall contract value.
(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found
necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal
concurrence of FA & CAO/FA & CAO ( C ) and approval of General manager.
2.8.3 In cases where decrease is involved during execution of contract:
(a)
The contract signing authority can decrease the items upto 25% of individual item without finance
concurrence.
(b)
For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of
an officer not less than rand of SA grade may be taken, after obtaining “ No Claim Certificate” from the contractor
and with finance concurrence giving detailed reasons for each such decrease in the quantities.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-13-
Tender No. Dy.CE/CON/BB/Welding/SB/06
( c ) It should be certified that the work proposed to be reduced will not be required in the same work.
2.8.4.
The limit for varying quantities for minor value items shal be 100% (as against 25% prescribed for other
items). A minor value item for this purpose is defined as an item whose original agreement value is
less that 1% of the total original agreement value.
2.8.5.
No such quantity variation limit shall apply for foundation items.
2.8.6.
As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a
whole and not on individual SOP items. However, in case of NS items, the limit of 25% would apply on
the individual items irrespective of the manner of quoting the rate (single percentage rage or individual
item rate).
2.8.7.
For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the
authority in whose powers revised value of the agreement lies.
2.8.8.
For the tenders accepted by General Manager, variations upto 125% of the original agreement value may
be accepted by General Manager.
2.8.9.
For the tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original
agreement value may be accepted by General Manager.
2.8.10. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided, In
case of vitiation of the tender (both for increase as well as decrease of value of contract agreement),
sanction of the competent authority as per single tender should be obtained. However, during execution
of work if variation of quantities against item of work become inevitable and such variation cause
vitiation of the contract, the amount of vitiation will be deducted from the contractor’s bill.
2.9
RATES:
2.9.1
The Tenderer(s) shall quote his/their own rates in figures and words against each items in the schedule of
items and approximate quantities enclosed except for the last item of the schedule for which he/they should quote
percentage above, below or at par with the Northeast Frontier Railway schedule of rates for labour and materials,
1993 edition corrected upto-date. In case of any difference in rates given in words & figures, the lowest rate shall be
taken as correct.
2.9.2
The rates for all the items of the schedule shall be inclusive of the cost of all arrangement for crossing
frequently all obstructions, in course of the work over land or across water and the cost of providing and
maintaining approach service roads and temporary bridging that may be necessary for bringing and
removing the construction plants, machinery and materials to and from the site of the work including rent for
use of private land and/or compensation for damage, if any due to intervening private land traversed by such
approach service roads.
2.9.3
The rates quoted by the contractor shall be the cost of complete work and shall include the cost of all
labour and materials including transport, loading, unloading as well as sheds, construction plants, shuttering,
scaffoldings and for which no separate payment is made to him, on satisfactory completion of the work shall remain
the property of the contractor.
2.9.4
If the quoted rate(s) of any item is nore than 10% (Ten percent) of the railway’s estimated rate then
Railway may ask rate analysis for such items from the tenderer(s).
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-14Tender No. Dy.CE/CON/BB/Welding/SB/06
.
2.9.5
The contractor shall entirely be responsible for ensuring safety of his labour, vassals and equipment while
working. No extra payment shall be allowed to the contractor for any safety precautions to be observed during the
execution of the work. The cost of such precautions shall be deemed to have been included in the rates for all the
items of the schedule.
2.10.
SUPPLY OF MATERIALS BY RAILWAY ON LOAN BASIS
2.10..1
The items of Stores as may be required for making "Temporary arrangement" for execution of the work
shall be supplied by the Railway free of cost on loan basis subject to the availability.
2.10..2
Materials to be supplied by the Railway shall be issued only to the extent of requirement. The contractor
shall make his own arrangement for loading, unloading and transportation of the materials from Rly.'s
Godown/Depots set up at DBRT or any other Station/location between stations as directed by the Railway
Engineer.
2.10..2.1 The Railway materials will be issued to the contractor as per provision of para 1269 Engg. Code, 1993
revised edition.
2.11
SITE FACILITIES;
2.11.1
The quoted rates shall be deemed to include charges for all site facilities for labour that are considered
necessary for execution of the work.
2.11.2
No assurance can be given regarding the vulnerability of Railway land given for use to the contractor
to flooding during high floods. The Railway undertakes no responsibility or liability in this regard.
2.11.3
The contractor shall make his own arrangements for arranging power supply, as may be required for
the work.
2.11.4
WATER SUPPLY
The contractor(s) shall make his/their own arrangement for potable water supply required for execution of
the work. The contractor shall also provide and maintain at suitable places easily accessible to labour, sufficient
supply of water for drinking.
2.12
TAXES
2.12.1
The rates quoted shall include all taxes, direct or indirect, leviable under Central, State or Local Bodies
Act or Rules Octrois, Tolls, Royalty, monopoly, seigniorages, cess and similar imposts that may be prevailing from
time to time in respect of land, structures and all materials supplied in the performance of this contract
2.12.2
Whenever forest produces like sand, stone, timbers etc. are used in the work, the contractor(s) will have to furnish
documentary proof that requisite royalty on such produces has been paid to the concerned departments.
2.12.3
The work being "Work Contract" which is one and individual and which involves no separate contract
for the sale of materials, the contractor shall not be entitled to get any VAT or any other taxes/levies etc
reimbursed from the Railway Administration for the supply of materials.
2.13
PLEA OF CUSTOM.
2.13.1
The plea of "Custom" prevailing will not on any account be permitted as an excuse for infringement of
any of the conditions of contract or specifications.
2.13.2
The contract shall not be vitiated by any inadvertent omissions of any kind in the surveys, information,
specifications, drawings or schedule of quantities.
2.14
BONDED LABOUR SYSTEM : The tenderer shall note that bonded labour system is completely
done away with on the Indian Railways including contractor's establishments on the Railways.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-15PROGRAMME AND COMPLETION PERIOD.
Since, time is the essence of the contract, the tenderer shall note that in the event of his tender being
accepted, he should be in a position to commence the work immediately and shall complete the same in all
respect within the continuous period of 6 (Six) months from the date of issue of acceptance letter whatever
be the date of execution of work order or agreement.
2.15.2
It shall be obligatory for the tenderer to submit his programme of work and time schedule as to
how he proposes to complete the work within stipulated date.
2.15.5
If the work does not commence within specified date of starting or if at the subsequent time the rate of
execution falls below the specific programme as indicated above, the Railway Administration (Construction
Organisation) will have the power to determine the end of the contract at any stage without incurring any liability on
the part of the Railway Administration for any sort of compensation for the money invested by the contractor(s) or
the loss incurred by him/them due to such termination of the contract. In all cases of incomplete work, either by
termination of contract by the Railway Administration under consideration stated above or due to failure on the part
of the contractor(s) to complete the work within stipulated date of completion of the Agreement, the Railway shall
be entitled to take action for rescinding the contract in terms of clause 62 of GCC-98.
EXTENSION OF COMPLETION DATE
2.16.1 Extension of for the completion of the work shall be governed by Clause 17 of the GCc (Part-A) and
SSCC(Part-B) – 1993 and the contactor shall be responsible for requesting such extension in terms thereof. While
applying for such extension, a Bar Chart showing the work already done and the program for the work to be done
shall be prepared and shown in justification with the bar chart submitted in terms of contract conditions, giving
reasons for activity-wise slippage. The Railway shall agree to such extension of time of completion, as considered
justified.
2.16.2 TOKEN PENALTY
Extension under Clause 17(B) of GCC (Part-A) and SSCC9Part-B)-1993 provides for recovery of
liquidated damages from the contractor. While granting extension to the currency of the contract under Clause 17(B)
of the GCC the competent authority may also consider levy of token penalty as demed fit based onb the merit fo the
case.
2.17.
PROGRESS OF WORKS.
2.17.1
The contractor shall submit to the Engineer a monthly report giving progress of works by the third of the
following month.
2.17.2 It shall be ensured that the works are carried out according to the agreed programme and no change is made
except with the prior approval or at the instance of the Engineer.
2.17.3 The contractor shall participate in periodical meetings with the Engineer to review the progress of the work.
In case a slippage in the time schedule due to the contractor’s inability to perform as per agreed programme, the
contractor shall take such action as may be necessary to bring back his work to schedule without additional cost to
the Railway, either by employing over time operations, increasing the number of shifts, capacity of construction
plants, or as directed by the Engineer.
2.15
2.15.1
3.0
EXECUTION OF WORKS.
3.1
INSPECTION OF SITE.
3.1.1
The tenderer shall in their own interest examine the conditions of contract and specifications of work.
They shall also inspect the site and satisfy themselves on their own as to the hydrological, climatic and physical
conditions prevailing at site, the nature, extent and practicability of the works, all existing and required roads and
other means of communication and across to the site, whether by water or land, availability of housing and other
facilities, the source of supply of different materials and their adequacy, royalty, monopoly ferry charges, labour and
probable site for labour camp, stores and godowns etc. They shall themselves obtain all necessary information as to
risk, contingencies and other circumstances which may effect or influence their tender. No extra charges consequent
on any insufficient appreciation or otherwise shall be entertained.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-16-
Tender No. Dy.CE/CON/BB/Welding/SB/06
3.1.2
It shall be deemed that the tenderer has inspected the site in all respect as explained in para 3.1.1
before quoting his rates and has satisfied himself about the nature and type of work including ancillary works
necessary for the satisfactory fulfillment of the contract.
3.1.3
Should there be any discrepancy in, or any doubt or obscurity as to the meaning of any of the tender
documents or as to any thing to be done or not to be done by the tenderer or the instructions to be observed by him,
he must set forth in writing such discrepancies, doubts or of obscurities and submit the same to the General
Manager/Construction, N.F.Railway, Maligaon, Guwahati for elucidation as soon as possible but not later than 10
days before the last date fixed for receipt of tenders.
3.2
SUPERVISION AND APPROVAL BY ENGINEER.
3.2.1
All works embracing more than one process shall bne subject to examination and approval by the Engineer
at each stage thereof and the contractor shal give due notice to the Engineer or the authorized representative when
such state is ready. In default of such notice, the Engineer shall be entitled to appraise the quantity and extent
thereof, even at a later stage at the risk and cost of the contractor.
3.2.2 The Engineer reserves the right to reject the whole or part of work executed, which in his judgment does not
comply with the requirements of the specifications. The decision of the Engineer shall be final and conclusive in this
matter for all purposes
3.4
Railway Officials concerned with the contract shall have powers at any time to inspect and examine any
part of the works and the contractor shall give such facilities as may be required for such inspection and
examination.
3.5
STORES, SHEDS AND YARDS.
3.5.1
The contractor shall provide at his own cost suitable storage arrangement for cement and steel to the
satisfaction of the Engineer and the Engineer or his representative shall have the authority at all times to inspect the
storage arrangement and contractor shall provide all facilities for inspection and check of materials. For the
materials supplied by the Railway the contractor shall at all times maintain proper records showing the basis of the
indent, the receipts and utilisation of the materials and these shall at all times be opened for inspection by the
Engineer or his representative.
3.5.2
The storage capacity for cement shall be for not less than 30 days requirement of cement for the work on
hand and anticipated at the time at the rate of progress of work. The arrangement for storage shall be such as to
ensure that utilisation of cement is in order of its arrival at the stores.
3.5.3
All the stores which are supplied by the Railway shall be stored by the contractor only at places approved
by the Engineer. The storage and safe custody of these materials after issue shall be the responsibility of the
contractor.
3.5.4
Inflammable materials such as petrol, oil etc. shall be stored separately from other store and all the
precautions as required under the Indian Explosive Act shall be taken by the contractor(s) and shall indemnify
absolutely the Railway and its officers and employees against any claim or liability arising out of any accident or
violation of any laws, rules and orders.
3.6
TOOLS AND PLANTS.
3.6.1
All construction plants, temporary works and materials provided by the contractor shall when brought to
the site be deemed to be exclusively intended for the construction and completion of the work and the contractor
shall not remove the same or any part thereof (save for this purpose of moving it from one part of the site to another)
without the consent in writing of the Engineer.
3.6.2
On completion of the work, the contractor shall remove from the site all the said construction plants and
temporary works remaining thereon and any unutilised materials provided by the contractor.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-17Tender No. Dy.CE/CON/BB/Welding/SB/06
3.6.3
The Railway shall not at any time be liable for the loss of injury to any of the said construction plant,
temporary works of materials save as otherwise provided in these documents.
3.6.4
The contractor shall make his own arrangement for all construction plants and equipment, tools including
spare parts, fuel and consumable stores and all labour required to ensure efficient and methodical execution of the
work. The quoted rates shall be inclusive of all charges as such items.
3.7
NIGHT WORKS.
3.7.1 The provision in clause 23 of the General Conditions of the contract shall be noted regarding execution of
work between sunset and sunrise. If the Railway is however, satisfied that the work is not likely to be completed in
time except by resorting to night work, by special order the contractor would be required to carry out the work, even
at night, without conferring any right on the contractor for claiming extra payment for introducing night work. In the
event of night working, the contractor will make necessary adequate lighting arrangement for smooth execution of
work.
3.7.2 If the contractor works round the clock on all days including sundays and holidays, the Railway shall make
arrangements for the supervision accordingly.
3.8
REPRESENTATION ON WORKS.
3.8.1
Regarding representation on works and supervision, the provisions in clause 12 of General Conditions
of contract and clause 24 of Standard Special Conditions of Contract shall be applicable respectively.
3.9
REMOVAL OF DEFECTIVE WORKS.
3.9.1 If in the opinion of the Engineer, any of the works had been executed with improper materials or defective
workmanship, the contractor when required by the Engineer, shall re-execute the same and substitute proper
materials and workmanship forthwith at his own cost and in case of default of contractor in so doing within a week;
the Engineer shall have full power to employ other persons to execute the work and the cost thereof shall be borne
by the contractor.
3.10.
DISMENTLING
3.10.1 When dismantling of any existing structure is involved to facilitate the construction, the contractor shall
submit the scheme for dismantling of the existing structure. Execution of dismantling works shall be done after
approval of Railway.
3.11
SAFETY MEASURES.
3.11.1 The following measures should be adopted to ensure safety of the trains as well as work force.
i)
The contractor shall not start any work without the presence of Railway Supervisor at site.
ii)
Wherever the road vehicles and/or machinery are required to work in the close vicinity of Railway
line, the work shall be so carried out so that there is no infringement to the Railway’s schedule of dimensions. For
this purpose the area where road vehicles and /or machinery are required to ply, shall be demarcated and
acknowledged by the contractor. Special care shall be taken for turning/reversal of road vehicles/machinery with out
infringing the running track. Barricading shall be provided wherever justified and feasible as per site conditions.
iii)
The lookout and whistle caution orders shall be issued to the trains and speed restrictions imposed
where considered necessary suitable flagmen/detonators shall be provided where necessary for protection of trains.
iv)
The supervisor/workmen should be counseled about safety measures. A competency certificate to
the contractor’s supervisor as below shall bne issued by AXEN/XEN which will be valid only for the work for
which it has been issued.
COMPETENCY CERTIFICATE
Certified that Shri ……………………………….P.Way supervisor of M/s
………………………. has been examined regarding P.Way working on ………… work, his knowledge
has been found satisfactory and he is capable of supervising the work safety.
XEN AXEN/CON
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-18Tender No. Dy.CE/CON/BB/Welding/SB/06
3.12 INTERFERENCE WITH TRAFFIC.
3.12.1 The contractor shall not start any work without the presence of Railway Supervisor at site.
3.12.2 The contractor shall use every reasonable means to prevent any of the highway or bridges communicating
with or on the routes to the site from being damaged or injured by any traffic of the contractor or any of his subcontractors and in particular shall select routes, choose and use vehicles and restrict and distribute load so that any
such extra ordinary traffic as will inevitably arise from the moving of the construction plants and materials from and
to the site shall be limited as far as reasonably possible so that no damage or injury may be occasioned to such
highways and bridges. The contractor(s) shall give to the Municipality, Police and other Authorities all requisite
notice and obtain permissions.
3.12.3
The contractor shall not allow any road vehicle belonging to him or his suppliers etc. to ply in railway
land to the running line. If for execution of certain work viz. earthwork for parallel railway line and supply of ballast
for new or existing railway 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-in-charge for permission giving the type and number of
individual vehicles, names and license particular of the drivers, location, duration and timings for such works /
movements. The Engineer-in-charge or his authorised representatives will personally counsel, examine and certify
the road vehicles drivers, contractor’s flagmen and supervisors and will give written permission giving names of
road vehicles drivers, contractor's flagmen 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: (I)
Road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6m from
the centre of the nearest track. For plying of road vehicles during night hours , adequate measures to be
communicated in writing along with a site sketch to the contractor/contractor's representative and controlling
Engineers/supervisors in-charge of the work including officers and the in-charge of the section.
(II)
Nominated vehicles and drivers will be utilised for work in the presence of at least one flagman and one
supervisor certified for such work.
The vehicles shall ply 6m clear of track. Any movement /work at less than 6m and upto minimum 3.5 clear of track
centre, shall be done only in the presence of railway employee authorised by the Engineer-in-charge. No part of the
road vehicle will be allowed at less than 3.5m from track centre. Cost of such railway employee shall be borne by
the Railway.
(IV)
The contractor shall remain fully responsible for ensuring safety and in case of any accident shall be bear
cost of all damages to this equipment and men and also damages to the Railway and its passengers.
The look out and whistle caution orders shall be issued to the trains and speed restrictions imposed where considered
necessary . Suitable flagman / detonators shall be provided where necessary for protection of trains.
(VI)
The Supervisor / Workmen should be counseled about safety measures. A competency certificate to the
contractors supervisors as per proforma annexed shall be issued by AEN which will be valid only for the work for
which it has been issued.
(VII)
The unloaded ballast / rails / sleepers / other P.Way materials after unloading along the track should be
kept clear off moving dimensions and stacked as per the specified height and distance from the running track
(VIII)
The Supplementary site-specific instructions, wherever considered necessary, shall be issued by the
Engineer-in-charge.
Engineer-in-charge may impose any other condition necessary for a particular work or site
3.12.4
The operators and supervisors of the contractor engaged in such work which have bearing on safety on
running train may have to undergo training, as per the decision of Engineer-in-charge, in Railway's Zonal Divisional
or other Training Schools so that they get acquainted with the safety required safety precaution. The cost of the
training shall be borne by the contractor.
3.12.5
"Whenever the contractor is working near the existing open line and he desires to use unmanned level
crossings for frequent of his vehicles, machinery equipments etc., he should put in a request to the Railway
administration for deputing adequate number of flagmen to ensure safety the cost of which will be borne by the
contractor as per rules in force".
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-19Tender No. Dy.CE/CON/BB/Welding/SB/06
3.12.6
To strengthen the safety at work sites suitable gates/barriers should be installed across the new
embankment, preferably adjoining the manned/unmanned level crossings. The entry for the vehicles should be
regulated by an authorized representative of the Engineer-in-charge during the working hours.
ANNEXURE
3.13
Vehicles and Equipments of contractor/s can be drafted by the Railway Administration in case of
Accidents/ Natural Calamities involving human lives. For payment purpose, this item will be operated as a NonSchedule (NS) item as per Clause 39 of General Conditions of Contract and Standard Special Conditions of
Contract, 1998.
3.13.1
Departmental Officials concerned with contract shall be entitled at any time to inspect
and examine
materials intended to be used in or on the works, either on the site or at factory or workshop or other place(s) where
such materials are assembled, fabricated or manufactured or at any place(s) where these are lying or from which
these are being obtained and the contractor shall give such facilities as may be required for such inspection and
examination.
4.0
4.1
MEASUREMENT CERTIFICATE AND PAYMENT.
On account payment shall be made according to the provisions made in Clause 44, 45 and 46 of
N.F.Railway General Conditions of Contract, 1998 edition corrected up to date.
4.2
INCOME TAX.
4.2.1
In pursuance of Finance Act 1972 introducing section 194-C in the Income Tax Act 1961 providing
deduction of income tax at source from income comprised in payment made to the contractor for carrying out any
work or supply of labour for carrying out any work, the N.F.Railway Administration shall be entitled to deduct 2%
(Two percent) of gross payment of any sum paid after 31st May,1972 to the contractor as Income Tax plus
surcharge on the amount of Income Tax, whenever regulated from time to time.
4.3
VALUE ADDED TAX (VAT)
The Contractor shall be bound by all the provisions contained in Assam Value Added Tax Rules, 2005/ or
relevant VAT Rules of other State Govts. Concerned or any statutory modification/ amendment or any re-enactment
made thereto by the State Government, in whose jurisdiction the work will be executed.
4.3.1
The contractor shall obtain a Certificate or Registration of his Firm/ Establishment from the assessing
officer in accordance with the provision of the relevant section of Assam Value Added Tax Rules, 2005/ or relevant
VAT rules of other State Govts. Concerned from year to year and its subsequent amendment after award of the
Contract to the firm.
4.3.2
No payment shall be made without Certificate of Registration with the Assam Value Added Tax Deptt., or
VAT rules of other State Govts. Tax Deptt. Under whose jurisdiction the work will be executed..
4.3.3
The Railway shall be entitled to deduct Assam Value Added Tax or VAT of other State Govts. At the rate
as applicable vide the relevant schedule of Assam Value Added Tax Rules, 2005 or VAT rules of other State Govts.
And its subsequent amendment at source on gross payment made.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-20Tender No. Dy.CE/CON/BB/Welding/SB/06
4.3.4
The reimbursement if any to contractor under Assam Value Added Tax Rules 2005 or VAT rules
of other State Govts Concerned and its subsequent amendment, the contractor will directly approach to Assam Value
Added Tax Deptt./ or VAT Deptt. Of other State Govts. Along with certificate issued by Railway with documentary
evidence.
5.0
SECURITY DEPOSIT AND PERFORMANCE GUARANTEE :
5.1
SECURITY DEPOSIT: The Earnest Money deposited by the Contractor with his tender will be retained
by the Railways as part of security for the due and faithful fulfillment of the contract by the Contractor. The balance
to make up the security deposit the rates for which are given below, may be deposited by the contractor in cash or
may be recovered by percentage deduction from the Contractor’s “On Account” bills. Provided also that in case of
defaulting contractor the Railway may retain any amount due for payment to the Contractor on the pending “On
Account Bills” so that the amounts so retained may not exceed 10% of the total value of the contract.
5.1.1
Unless otherwise specified in the special conditions, if any the security deposit/ rate of recovery/ mode of
recovery shall be as under :(a) Security Deposit for each work should be 5% of the Contract value
(b) The rate of recovery should be at the rate of 10% of the bill amount till the full Security Deposit is
recovered.
(c) Security Deposits will be recovered only from the running bills of the contract and no other mode of
collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security
Deposit.
5.1.2
Security deposit shall be returned to the contractor after the physical completion of the work as certified by
the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the
contract. If this Competent Authority is of the rank lower than JA Grade Officer, then a JA Grade Officer
(Concerned with the work) should issue the certificate. The Certificate, inter alia, should mention that the work has
been competed in all respects and that all the contractual obligations have been fulfilled by the contractor and that
there is no due from the contractor to railways against the contract concerned. Before releasing the SD, an
unconditional and unequivocal “No Claims Certificate” from the contractor concerned should be obtained.
5.1.3
No interest will be payable upon the Earnest money and Securioty Deposit or amounts payable to the
contractor under the contract.
5.2 Performance Guarantee:
5.2.1 The successful bidder shall give a Performance Guarantee in amounting to 5% of the Contract Value in any
of the following forms:(i) a deposit of cash (ii) Irrevocable Bank Guarantee (iii) Government Securities including State Loan Bonds at 5
percent below in market value, (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These
forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks, (v)
Guarantee Bonds executed or Deposits Receipts tendered by all schedule Banks; (vi) a Deposit in the Post Office
Saving Banks ; (vii) a Deposit in the National Saving Certificates ; (viii) Twelve years National Defence
Certificates; (ix) Ten years Defence Deposits ; (x) National Defence Bonds; and (xi) Unit Trust Certificates at per 5
per cent below market value or at the face value whichever is less. Also FDR in favour of FA & CAO/Con/MLG
(free from any encumbrance) may be accepted.
5.2.2
The Performance Guarantee shall be furnished by the successful bidder after the letter of Acceptance has
been issued, but before signing of the Agreement. The agreement should normally be signed within 15 (Fifteen)
days after the issue of LOA and the Performance Guarantee should also be submitted within this time limit. The
Guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time
for completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to
cover such extended time for completion of work plus 60 days.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-21-
Tender No. Dy.CE/CON/BB/Welding/SB/06
5.2.3
Performance guarantee (PG) shall be released after physical completion of the work based on
‘Completion Certificate” issued by the competent authority stating that the contractor has completed the work in all
respects satisfactorily. The security deposit, however, shall be released only after the expiry of the maintenance
period and after passing the final bill based on “No claim Certificate”.
5.2.4
Whenever the contracts are rescinded, the security deposit should be forfeited and the performance
Guarantee shall be enchased and the balance work should be got done independently without risk and cost of the
failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance
work. If the failed contractor is a JV or a partnership firm, then every member/ partner of such a firm shall be
debarred from participating in the tender form the balance work either in his/ her individual capacity or as a partner
of any other JV/ Partnership firm.
5.2.5
The Engineer shall not make a claim under the performance Guarantee except for amounts to which the
President of India is entitled under the contract (not withstanding and/ or without prejudice to any other provisions
in the contract agreement) in the event of :
(i)
Failure by the contractor to extend the validity of the performance Guarantee as described herein above, in
which event the Engineer may claim the full amount of the performance Guarantee.
(ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or
determined under any of the Clauses/ Conditions of the agreement, within 30 days of the service of notice to
this effect by Engineer.
(iii) The contract being determined or rescinded under provision of the GCC the performance Guarantee shall be
forfeited in full and shall be absolutely at the disposal of the President of India
6.0 VITIATION OF CONTRACT.
The contract shall not be vitiated by any inadvertent error of any kind in the surveys, information,
specification drawing or schedule of quantities. However, during execution of work if variation of quantities against
item of work become inevitable and such variation cause vitiation of the contract, the amount of vitiation will be
deducted from the contractor’s bill.
7.0
MAINTENANCE PERIOD
On the completion of work to the satisfaction of the Engineer it will be taken over from the contractor
From the date of taking over the contractor shall be responsible for the maintenance of all works for further period
of NIL months .
To cover up monsoon period, the maintenance period will be extended in cases when required and
contractor shall remain responsible for maintenance for this extended period also. The contractor shall make good
and remedy at his own expense within such period as may be stipulated by the Engineer, any defect which may
develop or may be before the expiry of this period of twelve months and intimation of which has been sent to
contractor within seven days of the expiry of the said period by a letter, sent by hand delivery or by registered post.
In case the contractor fails to make adequate arrangements to rectify the defects within seven days of the receipt of
such notices, the Engineer without further notice may make his own arrangement to rectify the defects and the cost
of such rectification shall be recovered from the Security Deposit of the contractor or from any other money due to
the contractor under this or may other contract.
8.0
CONTRACT LABOUR ACT
The shall observe all the provisions of the Contract Labour (Regulation and Abolition) Act1970 and
Central Rules 1971 or any statutory modifications or re-engagements thereof for the time being in force and any
rules and regulations made their under in respect of all the persons directly or through petty contractors or subcontractors employed by him under this contract and shall indemnify the Railway from and against any claims under
the Contract Labour (Regulation and Abolition) Act 1970 and Central Rules 1971 or any further rules and
regulations framed thereunder, by or on behalf of any person directly or through petty contractors or sub-contractors
employed by him or otherwise.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-22Tender No. Dy.CE/CON/BB/Welding/SB/06
8.1
The contractor shall obtain license from the Licensing Officer specified in the Act, paying necessary
license fee as per section 12 of the Act 1970 and Rules 26 of the Central Rules 1971. In every case in which by
virtue of section 20(2) and 21(4) of the Contract Labour (Regulation and Abolition) Act 1970, the Railway is
obliged to provide amenities or pay wages to Labour employed by the contractor in executing the work, the Railway
will recover from the contractor the expenditure so incurred by the Railway or wages so paid, and without prejudice
to the right of the Railway under section 20(2) and 21(4) of the said Act, the Railway shall be at liberty to recover
such amounts or part thereof by deducting it from the security deposit or from any sum due to the Railway by the
contractor whether under this or any other contract/contracts.
8.2
The attention of the tenderer is drawn to the Contract Labour (Regulation & Abolition) Act, 1970.
Contract Labour (Regulation & Abolition) General Rules 1971 and Clause 55 (2)(i) of the Northeast Frontier
Railway Engineering Department Regulation for Tenderers and Contract General Conditions of Contract 1998 and
Standard Special Conditions of Contract 1993 edition. Successful tenderer(s) shall comply with the provisions of the
said Act and Rules, the Executive Engineers/Dy.Chief Engineers being the principal employers under the said Act
and Rules.
8.3
The attention of the tenderer is also drawn to the rules of the Inter State Migrant Workman (Regulation
of employment conditions of service) Central rules 1980. The successful tenderers should comply with these rules as
per the said Act/1979 (ACF NO. 30 of 1979) with central rules 1980.
8.4
Provided that if any dispute arises as to the expenditure incurred by the Railway in the provision of
amenities under the said Act, the decision of the Engineer thereon shall be final and binding.
9.0
ANTI-MALARIA PRECAUTIONS.
9.1
Every precaution shall be taken by the contractor to prevent the breeding of mosquitoes at the
site of work during construction and all reacceptance used for the storage of water must be suitably protected for this
purpose or must be emptied at the close of the work every day. As a precautionary measure against Malaria all water
used for curing concrete and masonry works must contain specified creosol in solution which must not be less than
1:200 or more than 1:100 so that the solution will have markedly cloudy appearance and will give a reasonably
strong odour.
9.2
As a precaution to any measure against Malaria the contractor will be responsible to take up antilarval work at his own expense during the currency of the contract. In case of contractor's failure to undertake the
job, the expenditure incurred if any by the Railway on this account is recoverable from the defaulting contractor
without any reference.
10.0
SETTLEMENT OF DISPUTES & INDIAN Railway’s ARBITRATION rules.
Arbitration and settlement of disputes shall be governed vide clause 63,64 of General Conditions of
Contract, N.F. Railway, 1998 edition which are reproduced below subject to any correction made prior to the
opening of this tender.
63.
Matters finally determined by the Railway – All disputes and differences of any kind whatsoever arising
out of or in connection with the contract, whether during the progress of the work or after its completion and
whether before or after the determination of the contract shall be referred by the contractor to the Railway and the
Railway shall within 120 days after receipt of the contractor’s representation make and notify decisions on all
matters referred to by the contractor in writing provided that matters for which provision has been made in clauses 8,
18, 22 (5), 39, 43 (2), 45 (a), 55, 55A (5), 57, 57A, 61(1), 61(2), 62(1) to (xiii) (B) of General Conditions of
Contract or in any clause of the special conditions of the contract shall be deemed as excepted matters and decision
of the Railway authority, thereon shall be final and binding on the contractor provided further that ‘excepted
matters’ shall stand specifically excluded from the purview of the arbitration clause and not be referred to
arbitration.
64(1) (i) Demand for Arbitration.
In the event of any dispute or difference between the parties hereto as to the construction or operation of
this contract, or the respective rights and liabilities of the parties on any matter in question, dispute or difference on
any account or as to the withholding by the Railway of any certificate to which the contractor may claim to be
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-23Tender No. Dy.CE/CON/BB/Welding/SB/06
entitled to, or if the Railway fails to make a decision within 120 days, then and in any such case, but except in any of
the ‘excepted matters’ referred to in clause 63 of these conditions, the contractor, after 120 days but within 180 days
of his presenting his final claim on disputed matters, shall demand in writing that the dispute or difference be
referred to arbitration.
64(1)(ii) The demand for arbitration shall specify the matters which are in question or subject of the dispute or
difference as also the amount of claim item wise. Only such dispute(s) or difference(s) in respect of which the
demand has been made, together with counter claims or set off shall be referred to arbitration and other matters shall
not be included in the reference.
64(1)(ii)(a) – The arbitration proceedings shall be assured to have commenced from the day; a written and valid
demand for arbitration is received by the Railway.
(b) The claimant shall submit his claim stating the facts supporting the claims along with all relevant documents
and the relief or remedy sought against each claim within a period of 30 days from the date of appointment of the
Arbitral Tribunal.
(c) The railway shall submit its defense statement and counter claim(s), if any, within a period of 60 days of receipt
of copy of claims from Tribunal thereafter, unless otherwise extension has been granted by Tribunal.
(d) Place of Arbitration: The place of arbitration would be within the geographical limits of Division of the
Where the cause of action arose or the Head Quarters of the concerned Railway or any other place with the written
consent of both the parties.
64(1)(iii) – No new claim 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.
64(1)(iv) – If the contractor(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 Railways that the final bill is ready for payment, he/they will be deemed to
have waived his/their claim(s) and the Railway shall be discharged and released of all liabilities under the contract in
respect of these claims.
64(2) – Obligation during tendency of Arbitration:
Work under the contract shall, unless otherwise directed by the Engineer, continue during the arbitration
proceedings, and no payment due or payable by the Railway shall be withheld on account of such proceedings,
provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or not such work should
continue during arbitration proceedings.
64(3)(a)(i) – In cases where the total value of all claims in question added together does not exceed Rs.10,00,000/(Rupees ten lakh) only, the Arbitral Tribunal consist of a sole arbitrator who shall be either the General Manager or
a gazetted officer of Railway not below the grade of JA grade nominated by the General Manager in that behalf.
The sole arbitrator shall be appointed within 60 days from the day when a written and valid demand for arbitration is
received by Railway.
64(3)(a)(ii) – In cases not covered by clause 64(3)(a)(i), the Arbitral Tribunal shall consist of a panel of three
Gazetted Railway Officers not below JA grade or two Railway Gazetted Officers not below JA grade and a Retired
Railway Officer, retired not below the rank of SAG Officer as the arbitrators. For this purpose, the Railway will
send a panel of more than 3 names of Gazetted Railway Officers of one or more departments of the Railway which
may also include the name(s) of Retired Railway Officer(s) empanelled to work as Railway Arbitrator to the
contractor within 60 days from the day when a written and valid demand for arbitration is received by the General
Manager. Contractor will be asked to suggest to General Manager atleast 2 names out of the panel for appointment
as contractor’s nominees within 30 days from the date of dispatch of the request by Railway. The General Manager
shall appoint at least one out of them as the contractor’s nominee and will, also simultaneously appoint the balance
number of arbitrators either from the panel or from outside the panel, duly indicating the presiding arbitrator from
amongst the 3 arbitrators so appointed. General Manager shall complete this exercise of appointing the Arbitral
Tribunal within 30 days from the receipt of the names of contractor’s nominees. While nominating the arbitrators it
will be necessary to ensure that one of them is from the Accounts department. An Officer of Selection grade of the
Accounts department shall be considered of equal status to the officers in SA grade of other departments of the
Railways for the purpose of appointment of Arbitrators.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-24-
Tender No. Dy.CE/CON/BB/Welding/SB/06
64(3)(a)(iii) – If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdraws from his
office as arbitrator, or vacate 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 General Manager fails to act without undue
delay, the General Manager shall appoint new arbitrator/arbitrators to act in his/their place in the same manner in
which the earlier arbitrator/arbitrators had been appointed. 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).
64(3)(a)(iv) – The arbitral Tribunal shall have power to call for such evidence by way of affidavits or otherwise, as
the Arbitral Tribunal shall think proper, and it shall be the duty of the parties here to do or cause to be done all such
things as may be necessary to enable the Arbitral Tribunal to make the award without any delay. The Arbitral
Tribunal should record the day-to-day proceedings. The proceedings shall normally be conducted on the basis of
documents and written statements.
64(3)(a)(v) – While appointing arbitrator(s) under sub-clause (i), (ii) & (iii) above, due care shall be taken that
he/they is/are not the one/those who had an opportunity to deal with the matters to which the contract relates or who
in the course of his/their duties as Railway servant(s) expressed views on all or any of the matters under dispute or
differences. The proceedings of the Arbitral Tribunal or the award made by such Tribunal will, however, not be
invalid merely for the reason that one or more Arbitrator had, in the course of his service, opportunity to delay with
the matters to which the contract relates or who in the course of his/their duties expressed views on all or any of the
matters under dispute.
64(3)(b)(i) – The arbitral award shall state item wise, the sum and reasons upon which it is based. The analysis and
reasons shall be detailed enough so that the award could be inferred there from.
64(3)(b)(ii) – A party may apply for corrections of any computational errors, any typographical or clerical errors or
any other error of similar nature occurring in the award of tribunal within 60 days of receipt of the award.
64(3)(b)(iii) – A party may apply to tribunal within 60 days of the receipt of award to make an additional award as
to claims presented in the arbitral proceedings but omitted from the arbitral award.
64.4 – In case of the Tribunal, comprising of three Members, any ruling or 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.
64.5 – 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.
64.6 – The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia include fee of the
arbitrator(s) as per the rates fixed by the Railway Board from time to time and the fee shall be borne equally by both
the parties. Further, the fee payable to the arbitrator(s) would be governed by the instructions issued on the subject
by Railway Board from time to time irrespective of the fact whether the arbitrator(s) is/are appointed by the Railway
Administration or by the court of law unless specifically directed by Hon’ble court otherwise on the matter.
64.7 – Subject to the provisions of the aforesaid Arbitration and Conciliation Act – 1996 and the rules there under
and any statutory modification thereof shall apply to the arbitration proceedings under this clause.
10.1
The provision of Clauses 63 and 64 to the General Conditions of Contract will be applicable only for
settlement of claims or disputes between the parties for values less than or equal to 20% of the value of the contract
and when claims of disputes are of value more than 20% of the value of the contract, provisions of Clauses -63 & 64
and other relevant clauses of the General Conditions of Contract will not be applicable and arbitration will not be a
remedy for settlement of such disputes.
10.2 The contractor shall not be entitled to ask for reference to arbitration before completion of the work assigned
to him under this contract. The contractor shall seek reference to arbitration to settle the dispute only once within the
ambit of condition 10.1 above.
10.3
These special conditions 10.1 & 10.2 shall prevail over existing Clauses 63 & 64 of the General Conditions
of Contract.
11.0
LAWS AND GOVERNING THE CONTRACT
This contract shall be governed by the Laws of India for the time being in force. Irrespective of place of
working, the place of performance or place of payment under the contract, the contract shall be deemed to have been
made at the place from which the acceptance of the tender has been issued.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-25-
Tender No. Dy.CE/CON/BB/Welding/SB/06
12.0
JURISDICTION OF COURT.
The courts of the place from where the acceptance of tender has been issued shall alone have jurisdiction to
decide any dispute arising out of or in respect of the contract.
The successful tenderers shall have to sign the contract agreement only at the office from where
the acceptance letter has been issued.
13.0
Implementation of – The Building and other Construction Workers (RECA) Act, 1996 and Building and
other Construction Workers welfare Cass ACT, 1996 in Railway Contracts.
“The tenderer for carrying out any construction work in Assam (name of the State) must get themselves registered
from the Registering Officer under Section – 7 of the Building and other Construction Workers Act, 1996 and rules
made thereto by the Assam (Name of the State) Govt and submit certificate of Registration issued from the
Registereing Officer of the_Assam__(name of the State) Govt. (Labour Deptt.). For enactment of this Act, the
tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of
material shall be outside the preview of cess, when supplied under a separate schedule item.”
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-26Tender No. Dy.CE/CON/BB/Welding/SB/06
Annexure -A.
DECLARATION FORM
I/We hereby certify that (i)
I am/We are not related to any employed in the Gazetted and /or non-gazetted capacity in
the Engineering and or any other Department of the Northeast Frontier Railway.
(ii)
I/We draw attention to the fact that I am/We are related to the following employee(s) in
the Gazetted and/or non-gazetted capacity in the Engineering and any other Department
of the Northeast Frontier Railway.
(iii)
S/No
Name of the Employee(s)
Designation &
Department
Degree of
Relationship
Note: The item, which is not applicable, should be struck out.
SIGNATURE OF CONTRACTOR (S)
Name :____________________________
Address :__________________________
Phone No.: ____________
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-27Tender No. Dy.CE/CON/BB/Welding/SB/06
ANNEXURE –B
NORTHEAST FRONTIER RAILWAY
(CONSTRUCTION ORGANISATION)
Name of work : As per schedule.
Schedule of Deviations (By Tenderer )
Sl.
No.
Clause No. of Std. Spl. Alternative acceptable to the tenderer
Conditions or Addl. Special
Condition of Contract
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-28Annexure- C
NORTHEAST FRONTIER RAILWAY
(CONSTRUCTION ORGANISATION)
Tender No. Dy.CE/CON/BB/Welding/SB/06
Name of work : As per schedule.
Schedule of Deletion/Alteration (By Railway )
Sl.
No
.
Clause No. of
Std. Spl.
Conditions
Contract.
of Modifications applicable to
this Tender/Contract.
1.
Clause 29.6 Price Variation
(with sub clause) 29.7
Subject
to
the
condition that the
maximum escalation
payable
will
be
limited to (%-%) = %
for
the
entire
currency of contract.
2.
Clause - 30 Mobilisation.
(with sub-clause)
Payment of Advance for
Deleted.
3.
Clause - 31 – Advance Payment for
Contractor's materials.
(with sub clause)
Deleted.
Signature of tenderer(s)
Contractor(s)
Deleted.
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-29Tender No. Dy.CE/CON/BB/Welding/SB/06
Annexure-D
(i)
CREDENTIALS OF THE TENDERER
General :
Name of the Company/Contractor
:
(ii)
Address of Registered office
:
(iii)
Constitution of the Company
:
(A)
(ii)
Whether Pvt. Ltd.,, Public Ltd. Partnership or any other type :
(b) Name and address of collaborates if any.
I Extent and nature of participation by collaborator(s)
In execution of this work
Experience :
No. of years the firm has been in operation under its
present name
(B)
(i)
(iii)
:
:
Details of work executed/being executed by the tenderer:
in the last three years.
(iii)
(C)
(i)
Testimonials from clients company on various works
executed/being executed for the three years.
Financial Position :
:
Financial return over during the last three years (Copies of Audited Annual report ,
Accounts or a statement duly certified by a chartered accountant should be enclosed ).
Year
2009-10
2010-11
2011-12
Turnover (Rs. in lakhs)
(ii)
Banker’s Assessment of financial solvency of the company/tenderer (copy to be
enclosed).
(iii)
Banker’s certificate regarding credit worthiness of the Tenderer.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-30-
Tender No. Dy.CE/CON/BB/Welding/SB/06
(D)
Technical Capability :
(i)
List of tools, Plants, equipment and machinery available with the tenderer along with
their value (A copy approved Assessor's Certificate to be enclosed).
(ii)
Name, qualifications of the technical Supervisors and staff under the employment of the
tenderer and organisation on hand and proposed to be engaged for the subject work
(Authenticated by a chartered Accountant)
(iii)
Other facilities available with the tenderer not covered higher to :
(E)
Tenderers knowledge from actual personal investigation of the resources of the region or
District(s) in which he offers to work:
(F)
Any other details that the tenderer may like to furnish to substantiate their financial and
technical ability to undertake this work and complete the same within stipulated period of
completion.
(Details of works executed/under execution in the last three years)
Sl.
No
Name of work
& W/O number
Signature of tenderer(s)
Contractor(s)
Clients
Address
Estt. value
Specified
date of
completion
Present
status/
complete
d on
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-31-
ANNEXURE – E
Tender No. Dy.CE/CON/BB/Welding/SB/06
FORM OF BANK GUARANTEE BOND FOR PERFORMANCE GUARANATEE.
(Ref. Clause 5.2 of Special Conditions)
1. In consideration of the President of India acting through the Chief Engineer/Con, Financial
Adviser & Chief Accounts Officer/Con, N.F.Railway, Maligaon, Guwahati, Assam – 781011
(hereinafter called “the Government”) having agreed to exempt …………………. (A)
………………….. (Herein called the said contractor(s) from the demand under the Terms and
Conditions of the Contract Agreement No. …………………………… dated …………. Made
between ……………………………………. (A) ………………………………… and the Chief
Engineer/Con, N.F.Railway, Maligaon, Guwahati, Assam – 781011 for the work
……………………………….. (B) ……………………………………….. (Herein called the “Said
Agreement”) of the performance Guarantee condition contained in the said Agreement, on
production of Bank Guarantee for Rs ……………………..
(Rupees ……………………………………………………………………………… ) only.
We ………………………………………………… ( C) ……………………………………..
(Herein called the Bank) at the request of ……………………………………………..
(A) ………………………………………….. (Contractor(s) do hereby undertake to pay the
Government an amount not exceeding Rs ………………………… against any loss or damage
caused to or suffered or would be caused to or suffered by the Government by reason of any
breach by the said contractor(s) of any of the terms or conditions contained in the said
Agreement.
2.
We ……………………… ( C) …………………….. do hereby undertake to pay the amounts
due and payable under this Guarantee without any demur, merely on a demand from the
Government stating that the amount claimed is due by way of loss or damage caused to or
would be caused to or suffered by the Government by reason of breach of the said contractor(s)
of any of the terms or conditions contained in the said Agreement or by reason of the
contractor(s) failure to perform the said Agreement. Any such demand made on the bank shall
be conclusive as regards the amount due and payable by the bank under this guarantee.
However, our liability under this guarantee shall be restricted to an amount not exceeding Rs
………………………………..
3.
We undertake to pay to the Government any money as demanded notwithstanding any
dispute or disputes raised by the Contractor(s) in any suit or proceeding pending before any
court or Tribunal-relating thereto our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be valid discharge of our liability for payment
there under and the contractor(s) shall have no claim against us for making such payment.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-32-
Tender No. Dy.CE/CON/BB/Welding/SB/06
4. We…………………….. (C ) ………………………….. further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said Agreement and that it shall continue to be enforceable till all the dues of
the Government under or by virtue of the said Agreement have been fully paid and its claims
satisfied or discharged or till Chief Engineer/Con/N.F.Railway, Maligaon, Guwahati, Assam –
781011 certified that the terms & conditions of the said Agreement have been fully & properly
carried out by the said contractor(s) & accordingly discharge this Performance Guarantee.
Unless a demand or claim under this agreement is made on us in writing on or before the
………………………………………………We shall be discharged from all liability under this
guarantee thereafter.
We …………………………….. ( C ) …………………………………. Further agree with the
Government that the Government shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and conditions of the
said Agreement or to extend time of performance by the said contractor(s) from time to time or
to postpone for any time or from time to time any of the powers exercisable by the Government
against the said contractor(s) and to forbear or enforce any of the terms and conditions relating
to the said Agreement and we shall not be relieved from our liability by reason of any such
variation, of extension being granted to the said contractor(s) for any forbearance, act or
commission of the part of the Government or any indulgence by the Government to the said
Contractor(s) or by such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect of so relieving us.
This guarantee will not be discharged due to the change in the constitution of the bank or the
contractor(s).
We ……………………………………(C )…………………………. lastly undertake not to revoke
this guarantee during its currency except with previous consent of the Government in writing.
Dated
the
……………………
day
of
……………………………………2006
for……………………………………… ( C ) ……………………………………….
NOTE :1. Please fill the above form by replacing symbols (A), (B) and (C ) with appropriate words
as given below :
LEGAND
(A)
(B)
(C )
Meaning
Firm’s Name and Addess.
Brief Description of the work to be executed as per CA.
Bank’s Name and address.
2. Stamp paper as required shall be used. Certificate from the Collector (Revenue) has to
be embodied on the Guarantee Bond regarding adequacy of the Stamp duty fees in the
deed.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh
-33NORTHEAST FRONTIER RAILWAY
(Construction Organisation)
Tender No. Dy.CE/CON/BB/Welding/SB/06
NATURE AND SCOPE OF WORK
Name of work :- Welding of rail joints (52Kg/60R) by Pre heat SKV welding technique with
improved Pre heat technology including supply of all required materials and equipments (
except petrol, K.Oil and labour) for the section Dhamalgaon station Ch.16.00Km to South Bank
Dyke 21.00Km including ‘Y’ connection from Ch.24.80Km to 25.90Km in South Bank and from
Ch.22.282Km to 28.3683Km in North bank of river Brahmaputra in connection with
construction of Bogibeel Bridge Project.
The principal items of the work includes :Welding of Rail joints by pre heat SKV welding technique with improved pre heating
Technology including supply of all required materials for welding..
The details of items of works to be executed are specified in schedule of items enclosed.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
**************
********
-34NORTHEAST FRONTIER RAILWAY
(Construction Organisation)
Tender No. Dy.CE/CON/BB/Welding/SB/06
Name of work :- Welding of rail joints (52Kg/60R) by Pre heat SKV welding technique with
improved Pre heat technology including supply of all required materials and equipments (
except petrol, K.Oil and labour) for the section Dhamalgaon station Ch.16.00Km to South Bank
Dyke 21.00Km including ‘Y’ connection from Ch.24.80Km to 25.90Km in South Bank and from
Ch.22.282Km to 28.3683Km in North bank of river Brahmaputra in connection with
construction of Bogibeel Bridge Project.
SCHEDULE OF ITEMS OF WORK AND APPROXIMATE QUANTITIES
sn
Description of item
Unit
Quantity
1
Alumino thermit welding of rail joints by pre heat
(SKV) welding technique with improved preheating technology namely compressed air
petrol/LPG along with use of three pieces mould
including supply of all required materials (except
petrol, K.oil and labours) placing, trimming and
grinding after welding complete for new
track/existing running track of 52Kg/60Kg UTS
(New / SH rail) for three rail panel/ LWR including
transportation of welding portion, moulds and
other accessories and equipments required for
welding from firm’s depot to SSE/Con/P.way’s
depot at Dibrugarh and Silapathar/Work site. Firm
will provide welding supervisors at site duly
approved by RDSO.
a)
At South bank
Per
800
joint
b)
At North bank
Signature of tenderer(s)
Contractor(s)
Per
joint
Rate in figure & words
1000
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-35Tender No. Dy.CE/CON/BB/Welding/SB/06
SPECIAL CONDITIONS AND SPECIFICATIONS FOR WELDING OF RAIL JOINTS 52 KG
BY ALUMINO THERMIC SKV PROCESS AND 90 ‘R’/44.61 KG. BY ALUMINO
THERMIC CONVENTIONAL PROCESS.
SPECIFICATION FOR WELDING:
1.
The work shall be carried out strictly in accordance with IRS Specifications No. T-19-84
for Fusion Welding of Rails and RDSO letter No. M & C/W/1/4 dt.8.10.87 (Copy enclosed as
Annexure – B) by Alumino Thermic SKV process with the latest amendments and prefabricated
carbon dioxide sand moulds except as modified herein after and the Thermit portions will be
inspected by RDSO and the Welding work will be inspected by the Engineer in Charge of the
respective unit. Assistance to welding by supplying labour, consumables such as petrol etc.
required for the welding will be supplied by Railway.
RATES:
2.
The rates quoted for the work shall be firm and inclusive of Sales Tax excise duty and any
other tax or duty legally leviable, as well as of license fees and royalty charges if any. The rates
shall not be subjected to any variation for any reason whatsoever during the currency of the
contract.
3.
The rails to be welded will conform to any of the IRS Specification, IRS 12-53, T-12 -55 or
T – 12 – 64 or any other specification approved by Board. The Contractor shall satisfy himself,
from time to time, as required about the metallurgical properties of the rails to be welded and
apply the correct technique to produce satisfactory welded joints in such rails. For the purposes,
he may arrange for chemical analysis of rail pieces of rail bearings, which will be supplied to
him by the Railway free of cost at the working site on request.
4.
The welding of rails shall be done on the cess of embankment or on the track laid as
directed by the Engineer.
5.
The Railway will arrange to spread the rails evenly on the bank and shall lay out the rails
for the welding and support them on wooden blocks well in advance. The Contractor shall be
responsible to ensure that the rails are correctly aligned vertically, longitudinally and
transversely and held in position with proper gap between the rail ends, as specified. The
contractor shall be responsible to ensure cleaning the rail ends of all grease and dirt prior to
welding of the joints. (The above work are to be done with the help of the labour of the
assistance to welding partly).
6.
The contractor shall also be responsible for removal of all kink and twists in the rails,
particularly within 1.8 m from either end. Once the Rails to be welded have been aligned,
leveled, cleaned and provided with the specified amount of gap, it shall be responsibility of the
contractor to weld the joint and to guarantee its satisfactory performance vide Clause 13.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-36Tender No. Dy.CE/CON/BB/Welding/SB/06
7.
TOLERANCE
7.1 A finished joint will be accepted as good, on consideration of dimensional accuracy, if the
variations are within the following permissible tolerances.
i) Finishing of rail top
± 0.2 mm at the center top table when measured with 10 cm
straight edge.
ii) Head finishing
± 0.3 mm at the center (on both sides) when measured with a
10 cm straight edge.
iii) Lateral alignment
± 0.5 mm at the center when measured with a 1 m straight
edge.
iv) Vertical Alignment
± 0.5 mm at the center when measured with 1 m straight edge.
7.1.1 The aforesaid tolerances are only applicable in case of new rails. In case of existing rails
where there is a depression of more than 1 mm measured with one meter long straight edge
placed centrally on the rail head before welding the tolerances would be decided at site between
Contractor and Railway’s Engineer.
7.2 All the welded joints will be tested by ultrasonic flaw detector by the Railway with their
own USFD machine as the “Procedure of Ultrasonic testing of Thermit welded joints” given at
Annexure – A of T – 19/1984. Indian Railway Standard Specification for fusion welding of Rails
by Alumino Thermic process. The contractor shall submit the test report of the USFD test jointly
signed by the Railways’ representative and the contractor’s representative. This testing will be
completed as early as possible but before the welding team of the contractor leaves the welding
site. All the joints which are found to be defective, shall be cut and re-welded by the contractor
free of cost. Such re-welded joints also be tested by USFD machine and if found defective, these
shall be cut and re-welded by the contractor free of cost. Petrol and labour will be supplied by
Railway free of cost.
7.3 The fractured surface of the weld or in cases where micro – etching is done on transverse
slices, shall now allow blow holes, porosity or inclusions aggregating to more than 1% of the
cross sectional area of the rail section welded. Above defect shall not be connected with the outer
surface of the weld. There shall not be any lack of fusion. The fractured surface shall also not
show the presence of accretions or mirror like structure and shall be crystalline in appearance.
The cross sectional area of 52 Kg rail and 90 lbs rail is 6615 mm2 and 5695 mm2 respectively
and permissible area of defects is 66 mm2 and 57 mm2 respectively.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-37Tender No. Dy.CE/CON/BB/Welding/SB/06
RECORD OF WELDING WORKS:
7.4 One log book on each site of the work shall be maintained by the Contractor’s supervisor,
which will show serial number of joints welded, their tolerances after finishing and ultrasonic
report of the welded joints. This log book shall be jointly signed by Railway’s representative and
Contractor’s Supervisor. At the time of submission of the bill, this log book shall be surrendered
to the Executive/Dy. Chief Engineer for his scrutiny of the log book and passing of the bill for
payment.
PAYMENT:
7.5 Payment shall be made by the Railway only to those joints which will found good, in
respect of tolerances of the finished joints and in ultrasonic testing.
WELDING UNITS:
8
The welding work at each location shall be carried out by self-contained units, trained to do
all the required items of works, such as lifting, packing leveling, aligning, moulding, welding,
chipping and filling.
QUALITY OF WORK:
9
The contractor shall used automatic tapping thimble in all the welding work and arrange
rail files, weld trimmers and grinders to achieve good quality welding.
NUMBER OF WELDING PARTIES:
10 The contractor shall deploy sufficient number of welding, supervisors for carrying out the
works. The contractor shall organize the work with a minimum of 3 (three) welding parties at
sufficient number of locations with adequate number of plants and equipment so as to obtain a
progress of 20 – 25 joints or more per day per party.
10.1 Working supervisors provided by the Contractor on each site of work shall have a valid
competency certificate for welding of rail joints by SKV (short preheat) method issued by RDSO
and shall be valid for two years. In no case supervisors not holding valid competency certificate
shall be allowed to supervise the works.
11 The contractor shall supply all the necessary welding materials, plant and equipment for the
welding work, including complementary and incidental items such as preparation of moulds and
finishing the welds to the required tolerances except labour for assistance to welding and
consumable such as petrol etc. which will be supplied by Railway free of cost.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-38Tender No. Dy.CE/CON/BB/Welding/SB/06
11.1 The Railway shall provide free of cost petrol for heating purposes @ 1.6 litres per joint by
SKV process. Any excess consumption over the above limit will be deducted from the
contractor’s bill at double the prevailing rate of petrol or as decided by the Railway
Administration.
REWELDING OF JOINTS WHICH FAILED DURING WELDING:
12 The contractor shall be bound to re-weld, free of cost all welded joints that fail during the
course of work. The contractor shall be bound to re-weld, free of cost all welded joints that fail
during the course of work. The Rly. shall bear the cost of petrol and labour for re-welding such
joints only to the extent of 2% of the total number of joints to be done. Any re-welding of such
joints beyond the aforesaid 2% limit shall be done free of cost by the contractor, who shall, in
such case, also bear the cost of petrol and labour supplied by the Railway for the re-welding
work.
13 The contractor shall guarantee and be responsible for the satisfactory performance of
the welded joints for a period of 2 years from the date of opening of the line for traffic. In
case any joint fails during the aforesaid guarantee period and the contractor fails to reweld it free of cost as per clause 15.1 of IRS specification, three times the cost of one weld
paid to the contractor in terms of agreement will be deducted from his dues. For this
purpose, a sum equal to 2% of the value of welding work executed, will be kept as retention
money till the expiry of a period of 2 years from the date of opening of the line for traffic or
the extended period of 3 years in terms of clause 16.1.1 of IRS specification (T.19.84).
PERIOD OF WORK, SAMPLE WELDS FOR TESTING:
14 To enable the Railway to carry out the tests as specified in clause 14 of the IRS
specification, sample welds shall be prepared by the Contractor outside the track at the rate of
one per 100 joints or part thereof. Payment shall be made for such sample welds as per the
accepted rates. The contractor shall arrange for testing of these welds. The contractor shall also
arrange for the transport of test joints at his own cost to the place of testing. These test joints
shall be tested under the supervision of Inspector of RDSO (Research Wing) for which every
facility shall be extended to him by the contractor.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-39Tender No. Dy.CE/CON/BB/Welding/SB/06
ACTION TO BE TAKEN IN CASE OF FAILURE OF TEST WELDS:
15 In the event of any welded joint failing to meet any of the requirements of the IRS
specification, the Railway shall be at liberty to suspend forthwith further welding of joints. The
work shall remain suspended until the contractor has improved his welding technique in such a
manner that the joints welded by him are able to meet the requirements. Further, the period of
guarantee as per clause 15.1 of the IRS specification in respect of the joints already welded shall
be extended for a further period of one year and any such welded joints, which fails within this
extended period of guarantee or shows signs of failure by cracking, shall be re-welded free of
cost by the contractor. If the contractor fails to re-weld the joints free of cost, three times the cost
of one weld paid to the contractor in terms of the agreement will be deducted from his dues.
MARKING OF JOINTS TO BE KEPT UNDER OBSERVATION:
16
The welded joints with the extended period of guarantee shall be marked ‘X’ on the outer
side of the head of the rail near the joint in addition to the marking prescribed in Clause 17 of the
IRS Specifications. Such marked joints shall be kept under careful observation by the Railway.
PATENT:
17 The contractor shall not directly or indirectly use any invention for the time being the
subject of letters of patent so as to infringe such patent or so as to involve the Railway in any
infringement thereof and the Contractor shall hold the Railway harmless and keep the Railway
indemnified against all costs, damages, charge or expenses, arising out of or in connection with
any such infringements.
INDIAN RAILWAY STANDARD SPECIFICATION FOR FUSION WELDING OF
RAILS BY ALUMINO THERMIC PROCESS (Serial No. T-19-1984)
This specification is issued under the fixed serial No. T-19 the final number indicates the year of
original adoption as standard or in the case of revision, the year of last revision.
Adopted 1961. First revision: 1965 Second Revision: 1984
1.
INTRODUCTION
1.1 The soundness of the welds produced by alumino-thermic process depends on the quality
of (a) alumino-thermic mixture herein after referred to as the ‘MIXTURE’ and (b) technical
control exercised during the preparation for the execution of the welding by this process.
1.2 The quantity of the ‘MIXTURE’ required for welding one rail joint shall be called a
portion.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-40Tender No. Dy.CE/CON/BB/Welding/SB/06
1.3 A batch shall consist of a number of portions manufactured from similarly and
simultaneously treated raw materials.
1.4 It is necessary to ensure that ‘portions’ are prepared under proper quality control and
execution of the welds in strict conformity with the practice by competent personnel for site
welding of rails. No changes in the analysis of the mixture, its acceptance tests and the methods
of welding shall be made without the consent of the approved authority.
2.
SCOPE
2.1 This Indian Railway Standard covers
(a) Technical requirements for the supply of ‘MIXTURE’ for full fusion method of
welding of rails.
(b) Acceptance tests for such welded rail joints at site.
(c) Technical procedure for approval of ‘Contractors” and welding supervisors.
2.2 The acceptance tests specified here are for fusion welding of flat bottom steel rails to IRS
specification T.12 UIC-850 Alloy steel rails of Chrome Manganese & Chrome-Vanadium
types and any other type of rails that may be considered for use on Indian Railways by
alumino-thermic process.
PART A - P TECHNICAL REQUIREMENT FOR THE SUPPLY OF’PORTION’
3.
SUPPLY OF PORTION:
3.1 The ‘portion’ shall be submitted for acceptance batchwise
3.2 Every ‘portion’ shall be packed in a moisture proof bag of polyethylene to IS:9738-81.
Indian Standard Specification for “Polyethylene bags for general purpose”, Gr. HM NDPE
150/ uninitially and then finally in a heavy duty bag made of cloth to IS:187-78. Indian
Standard Specification for “Cotton long cloth” and sealed in such a manner that no change
can be made to the portion without damaging the bag or breaking its seal. The following
particulars shall be indicated on two similar tokens one placed inside and the other on the
outside, with the seal of the bag.
i)
Batch No,
ii) Portion No.
iii) Date of manufacture
iv) The section and type of rail to be welded.
v) Process of welding i.e. conventional/short preheating/SKV
vi) Insignia of the firm
The insignia of the firm shall also be printed on the bag in red for MM quality rails to IRS
– T-12, in green for rails of 90 KG/mm2, min. UTS in black for alloy steel rails with 110
Kg/mm2 min. UTS. The ‘Portion’ bags shall be packed in a sturdy wooden metallic
container with suitable partition in such a way that no bag rests on another bag and damage
during transit is avoided. Any bag of ‘Portion’ found damaged during transit shall not be
used for welding. No container with portion bags shall weigh more than 60 Kg.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-41Tender No. Dy.CE/CON/BB/Welding/SB/06
4.
TECHNICAL REQUIREMENTS:
4.1
5.
5.1
5.2
5.3
5.4
6.
6.1
7.
7.1
7.2
7.3
7.4
The following test shall be conducted for assessing the quality of the ‘Portion’.
a) Reaction tests.
b) Mechanical test on test welds.
c) Ultrasonic test on test welds.
Reaction Tests.
The alumino-thermic reaction shall be allowed to take place in a standard crucible similar
to that used in site-welding. The alumino-thermic steel shall be poured in standard moulds
so as to obtain bar having a diameter between 25 and 35mm.
During the course of the alumino-thermic reaction, observation into the characteristics of
the reaction i.e. whether it is quiet, normal vigorous or boiling shall be made. The reaction
shall not be vigorous or boiling. The duration of the reaction shall be 20 + 5 seconds.
The sample of alumino-thermic steel obtained from the above reaction when fractured,
shall not show a mirror like structure of accretions, the fractured surface shall show a fine
grained crystalline structure.
A transverse section shall be cut from the middle third portion of the bar, of aluminothermic steel obtained from reaction test determined spectroscopically at two points located
at the mid-radius of the cross-section. The aluminium contents so determined shall not be
less than 0.25% and shall not exceed 0.70%.
NUMBER OF REACTION TEST:
Reaction test shall be carried out on the ‘Portion’ for every 250 ‘Portions’ or part thereof of
a batch. In addition to above, the nature of erection and reaction time of the test weld joint
shall also be recorded.
TEST ON TEST WELDS:
Test weld samples – Test welds shall be made either new rails or on old but usable rails of
similar sections and conforming to the same rail specification. Two pieces of rail length not
less than 750mm, required for the test weld shall be used. The rail pieces can be purchased
form the Railway administration.
Spattering – No spattering of the used MIXTURE shall occur when it is run into the
moulds.
Casting defects – The excess of weld metal above the rail table and side shall be chipped of
in red-hot conditions and shall not show any hot shortness (i.e. brittleness of metal under
red hot condition). The weld surface after chipping, shall be ground to make the weld
surface perfectly flat in line with the parent rail and shall not show any porosity or slag
inclusion and other casting defects.
Ultrasonic test – The test weld joint shall be ultrasonically tested as per the “Procedure for
ultrasonic testing of thermit welded rail joints” given at Annexure-‘A’. The joint on testing
shall be sound as per stipulation.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-42Tender No. Dy.CE/CON/BB/Welding/SB/06
7.5 Hardness Test
7.5.1 The Brinell Hardness Survey shall be carried out at the welded Zone heat affected zone and
parent metal of the rail on the top and sides of the head of the test weld using 3000 Kg.
Load and 10mm dia ball for 10 sec. The average hardness number determined shall be as
under:
(i) Weld metal
+ 20 HB of parent rail metal hardness
-0
Or
+ 20 HB of average hardness of rail
- 0 as indicated in table – 1 below whichever is less
(ii)
Heat affected Zone
+ 20 HB of parent rail metal hardness
The average hardness of the rail of different chemistry offered for welding is given in Table – 1
for guidance.
TABLE – 1
Type of Rails
Medium Manganese 90
Kg/mm2
UTS UIC
Chrome UIC
Chrome
IRST - 12
UIC 860-0 Gr. Av Manganese alloy vanadium
alloy
Gr. B or equivalent
steel
steel
230 HB
280 HB
310 HB
310 HB
7.6.1 The test weld shall be supported on cylindrical or semi-cylindrical supports having a
diameter of 30 to 50mm and a distance of one meter between them from center to center.
The weld shall be at the centre of the span and loaded in such a manner that the foot of
the rail is in Tension. The mandrel diameter shall be between 30 to 50mm. The load shall
be gradually increased till rupture course.
The test weld shall withstand a minimum load and a minimum deflection as stipulated in
Table – 2 for different section and type/types of rails.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-43Tender No. Dy.CE/CON/BB/Welding/SB/06
TABLE – 2
Load deflection value for different rails
Rail Type
Rail section
Min Transverse
breaking load in
Kg/m
Maximum deflection
in mm at the centre
Tonne
mm
Medium
Manganese IRST12
30.0 to 32.0 Kg/m
32.5 to 37.0 Kg/m
37.5 to 41.5 Kg/m
42.0 to 44.5 Kg/m
45.0 to 49.5 Kg/m
50.0 to 54.5 Kg/m
55.0 to 62.0 Kg/m
40
50
50
65
70
75
85
15
15
15
15
15
15
15
90 Kg/mm2 UTS
UIC 860Gr.A/Gr.B or
equivalent
50.0 to 54.5 Kg/m
80
15
Chrome Manganese 55.0 to 62.5 Kg/m
alloy steel to UIC
860 with
modifications
90
8
Chrome Vanadium
alloy steel to UIC
860 with
modifications.
80
10
50.0 to 54.5 Kg/m
7.6.2 If the fracture occurs for outside the weld, a slice shall be cut transversely at the weld and
etched in boiling 1:1 Hydrochloric acid for about 20 mins. To determine the casting
defects.
7.6.3 The fractured surface of the weld or in cases where macroetching is done on transverse
slices, shall not show blow holes, porosities or inclusions aggregating to more than 1% of
the cross-sectional area of the rail section weled. Cross-sectional area of different rail
section together with permissible total size of defect is given at Table – 3 for reference.
Above defects shall not be connected with the outer surface of the weld. There shall not
be any lack of fusion. The fractured surface shall also not show the presence of accretions
of mirror like structure and shall be crystalline in appearance.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-44Tender No. Dy.CE/CON/BB/Welding/SB/06
TABLE – 3
AREA OF CROSS SECTION OF RAILS AND AREAS OF PERMISSIBLE DEFECTS
Rail Section
Area of Cross Section
Permissible area of defect
(mm2)
60 R
3800
38
75 R
4737
47
90 R
5695
57
52 Kg
6615
66
60 Kg
7686
77
8
Number of Test Welds
The test welds shall be made from one out of every 250 portion or part thereof of a batch.
9.
RETESTS
9.1 If the results of any of the tests referred to in Clause 5 to 7 be unsatisfactory, retests shall
be carried out if so desired by the supplier. These retests shall be carried out in the same
manner in all respects as the tests originally carried out, on two “Portions” per failed
sample from the same batch selected by the Inspecting Officer or the Purchaser.
9.2 If the results of both the retests samples are satisfactory, the batch represented by the
sample ‘Portion’ shall be accepted. If either or both the tests fail to meet the requirements,
the batch shall be rejected.
10. ADDITIONAL TEST AFTER REPROCESSING.
10.1 In the event of any sample ‘Portion from a batch failing to comply with the requirements of
C 1.5, the supplier, if he so desires, may be permitted to re-submit the batch after necessary
reprocessing once only. The reprocessed ‘Portions’ shall be submitted under a separate
batch and serial numbers.
11.1 Acceptance shall be done batch-wise. Every individual batch that satisfies the conditions
prescribed in the specification shall be accepted after identification mark has been put on it
by the Inspecting Officer.
12. Testing facilities
The supplier shall at his own expense supply all labour and appliances for such testing both
for initial and re-test as may be carried out in the presence of the purchaser or the
Inspecting officer in his own premises or at any other place acceptable to the purchaser in
accordance with this specification.
13 INSPECTION
13.1 The purchaser and the Inspecting Officer shall have free access to the premises of the
suppliers at all reasonable times. They shall be at liberty to inspect the records and the
manufacture at any stage.
PART-B: Acceptance test of full fusion – Welded joint at site
14 EXECUTION OF WELDING AT SITE
14.1 Alumino-thermic welding of rails by this process shall be executed at site under the
supervision of competent welding supervisor certified by RDSO (see para ‘C’)
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-45Tender No. Dy.CE/CON/BB/Welding/SB/06
15 GUARANTEE
15.1 Rail joints welded by a contractor shall be guaranteed by him against failure for a period of
two years from the date of opening of line to traffic. Any such welded joint which falls
within the guarantee period shall be re-welded free of cost by the contractor.
16 ACCEPTANCE TEST
16.1 One out of every 100 joints welded per batch shall be selected at random by the purchaser
or by the Inspecting Officer and shall be packed up and subjected to hardness and
transverse test as per clause 7.5 and 7.6. The joints shall comply with the provision laid
down therein.
16.1.1 In the event of any welded joint failing in any one or more requirements of this
specification the Railways will be at liberty to suspend forthwith further welding of joints.
The work will remain suspended until the contractor has improved his welding technique
and the joints welded by him meet the requirements of the tests. Further, the period
guarantee vide clause 15 above of the joint already welded shall be extended for a further
period of one year and any such welded joints which fails within this extended period of
guarantee or shows signs of failure by cracking shall be re-welded free of cost by the
supplier.
16.1.2 The welded joints with the extended period of guarantee shall be marked ‘X’ on the outer
side of the head of the rail near the joints in addition to the markings prescribed in clause
17. Such marked joints shall be kept under careful observation by the Railways.
16.2 All the fusion welded joints shall be ultrasonically tested by the contractor in presence of
Railways representative as per the “Procedure for ultrasonic testing of Thermit welded rail
joint” given at Annexure ‘A’. This testing shall be completed as early as possible but
before the contractor/welding team leaves the welding site. All the joints which are found
to be defective shall be cut and re-welded by the contractor/welding team free of cost. Such
re-welded joints shall also be tested ultrasonically and if found defective cut and re-welded
free of cost.
16.3 All the welded joints shall be checked ensure that the joints geometry is within the
following tolerance.
16.4 i) Vertical Alignment: Variation not more than + 0.5mm measured with one metre straight edge.
ii)
Lateral Alignment: Variation not more than + 0.5 mm measured with one metre straight
edge along gauge face.
iii)
Head finishing on sides: + 0.3 mm over both sides of the rail head measured over 10 cm.
iv)
Finishing of top surface: + 0.2 mm measured over 10 cm.
The details of the track joint geometry for each joint shall be jointly signed by the
contractor and Rly’s representative and kept as a record. Any joint found not conforming to
the above stipulations shall be cut and re-welded, free of cost, by the contractor.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-46Tender No. Dy.CE/CON/BB/Welding/SB/06
17
Marking
17.1 All the joints shall be distinctly punched not less than 5mm size steel stamp by the
contractor in the following manner.
Month year, Firm’s insignia, Serial No. of joints and ‘X’ (where necessary).
17.2 The marking shall be on the outer side of the Rail-web within 150mm from the welded
joints.
18
19
PART ‘C’ APPROVAL OF ‘CONTRACTORS’ AND WELDING SUPERVISORS
The approval to the ‘Contractor’ shall be given for manufacture of ‘Portions’ and execution
of rail joints at site using their welding technique for each type of rail section and rail
chemistry separately. The approval of ‘Welding Supervisor’ shall be given for execution of
rail joints at site, for each type of welding technique, rail chemistry and contractor wise.
For the purpose of approval the following definitions shall apply:
19.1 ‘Contractor’ shall mean the organization manufacturing to ‘Portions’ and executing the
welding of rail joints by alumino thermic process using their own technique.
19.2 ‘Welding Supervisor’ shall mean any individual with adequate knowledge and competent
for supervising and executing alumino thermic welding or rail joints at site, using his own
trained gang, representing either a ‘Contractor’ or Zonal Railway or any other independent
organization.
19.3 ‘Approving authority’ shall mean Director General, Research Designs and standards
Organization, Ministry of Railways, Manak Nagar, Lucknow – 226011 or his
representative.
20 PROCEDURE
20.1 The application for approval shall be submitted by the contractor indicating the technique,
Rail section and Rail chemistry intended to be welded and the welding supervisor
indicating the approved contractor’s name, technique and rail chemistry intended to be used
for welding to the approving Authority. The letters shall be addressed to Director General
(M & C) Research Designs and Standards Organization, Manak Nagar, Lucknow – 226011.
20.2 The approving authority, on receipt of the application, shall intimate the amount of money
to be deposited and forward a proforma to be filled in by the applicant regarding facilities
available with them. The applicant shall deposit the amount as per clause 23.3 and return
the proforma duly filled in giving the requisite information.
20.3 On scrutiny of the information, if the same is prima-facie found to be satisfactory, the
approving authority shall inspect the premises of the applicant giving due notice for
assessment of the facilities. On inspection of the premises, if the facilities are found to be
satisfactory tests and trials shall be undertaken by the approving authority.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-47Tender No. Dy.CE/CON/BB/Welding/SB/06
21 TESTS AND TRIALS
Approval of contractor
The contractor shall manufacture a batch of 150 ‘Portions’ free of cost conforming to the
requirement of part A Samples shall be drawn at random by the approving authority and
following laboratory tests shall be carried out at the contractor’s works premises or at a
laboratory mutually agreed upon between contractor and approving authority.
i)
Six Nos. of reaction tests.
ii) Welding of twelve tests weld joints.
iii) Ultrasonic testing of above joints as per Annexure – ‘A’.
iv) Brinell Hardness Test of the above joints.
v) Traverse (load deflection) testing of six test weld joints.
vi) Magnetic crack detection test and macro-examination of remaining six test weld joints
longitudinally sectioned across the weld to ensure freedom from harmful defects.
21.1 Subject to the results of the above tests being satisfactory as per stipulation given in PART
‘A’ service trail for a period of one year or till 10 GMT passes over the joints shall be
undertaken on 100 rail joints welded using the same batch of ‘Portion’ as indicated in C1
21.1.1 against a trial order to be place by the Railway. During execution of trial welding at
site, spoilt joints (due to self tapping, luting, leakage, reaction inside the mould), if any,
shall be cut and re-welded by the contractor at his won expenses. Failure of joints during
the period of service trial shall not be more than 2%.
21.1.1 All the 100 trial joints shall be ultrasonically tested as per procedure given in Annexure‘A’ Defective joints subject to a maximum of 5% shall be cut and re-welded free of cost. If
more than 5% joints are found defective, the trial shall be discontinued considering the
technique to be unsatisfactory.
21.2 Approval of welding supervisor.
21.2.1The welding supervisor desiring for obtaining approval shall have to utilize his own
welding team at his own works premises or any other places mutually agreed upon by the
supervisor and approving authoring using his implements ‘Portion’ of approved
contractors sand etc. for test weld joints following the approved technique for laboratory
evaluation only.
21.2.2 Following test shall be carried out conforming to requirements at part ‘A’ at the welding
supervisor’s works premises or at a laboratory mutually agreed upon by the welding
supervisor and approving authority.
(i) Welding of six tests weld joints of different sections of rail for a particular chemistry
for which approval is sought.
(ii) Ultrasonic testing of above joints as per Annexure ‘A’.
(iii) Brinell Hardness Test of the above joints.
(iv)
Transverse (load deflection) testing of three tests weld joints one each for each section.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-48Tender No. Dy.CE/CON/BB/Welding/SB/06
(v) Magnetic crack detection test and macro-examination of remaining three tests weld joints
longitudinally sectioned across the weld to ensure freedom from harmful defect.
21.3 On satisfactory completion of tests as per stipulations given in part ‘A’, a competency
certificate valid for two years shall be issued to the welding supervisor. No welding at site
shall be permitted to be carried out without the supervision of an approved welding
supervisor. Every approved welding supervisor’s competency shall be reassessed by RDSO
every two years based on the performance or by actual testing.
RETEST
22.1 In the event of any test as described in Clauses – 21.1.1 and 21.2.2 fails to satisfy the test
requirements, twice the number of the test specimen made for that test shall be prepared
using ‘Portion’ from the same batch and submitted to the tests in which failures occurred.
The contractor/welding supervisor shall not be approved unless all tests on additional
specimen’s are satisfactory.
23 LEVY FOR CHARGES FOR APPROVAL
23.1 The contractor shall deposit the earnest money and pay all the testing charges in advance as
would be intimated by the approving authority vide clause No.20.2.
23.2 The welding supervisor shall pay all the testing charges as would be intimated by the
approving authority, vide clause 20.2.
23.3 The earnest money and testing charges as the case may be shall be remitted to the
approving authority in advance through a demand draft drawn in favour of ‘Joint Director
(finance/Research Design and Standards Organization, Manak Nagar, Lucknow – 226011’.
23.4 On the approval of the Contractor the earnest money deposit shall be returned by the
approving authority; otherwise the same shall be forfeited.
24 REMOVAL OF CONTRACTOR/WELDING SUPERVISOR FROM APPROVED
LIST:
24.1 The approving authority will have the right to disapprove any approved contractor/welding
supervisor based on complaints regarding his performance received from the Railways.
PROCEDURE FOR ULTRASONIC TESTING OF THERMIT WELDED RAIL JOINTS
A.1
General Consideration
A.1.1 Surface preparation: The flange up to a distance of 180mm on either side of the weld
collar shall be thoroughly cleaned with a wire brush so that the service is free from dust,
rust etc. in case of 80 degree probe testing.
A.1.2 Couplant:
Water shall be used as Couplant.
A.1.3 Sensitivity: The Sensitivity for testing with normal probe, 70 degree probe and 80
degree probe shall be adjusted as per instructions laid down at clause-A.4. The sensitively
so adjusted may be considered as normal gain.
A.2
Apparatus required
A.2.1 Equipment:: SZ 62 rail testing trolley (Krauthrammer) with USK 4 ultrasonic flaw
detector or ECIL or Vibronics Rail tester or similar with their respective flaw detectors.
A.2.2 Probe:: Normal 4 MHz and 70m Degree, MHz probes fitted to the trolley and one 80
Degree 1.25 MHz probe for hand probing.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-49Tender No. Dy.CE/CON/BB/Welding/SB/06
A.2.3 Cable:: A Co-axial cable of suitable length for connecting 80 Degree probe of flaw
detector.
A.3
Testing with Normal Probe:: The testing shall be done with normal gain settings, the
height of the flaw Signals, if any shall be noted.
A.3.1.1The welded joints showing a flaw echo equal to or more than the height at different depth
stipulated below shall be considered as defective.
Depth from rail table
Height of flaw echo
(in terms of horizontal
(in terms of vertical
divisions on the screen)
divisions on the screen)
Note:
A.3.2
A.3.2
A.3.3
1. Over 0 to 13
2.0
2. Over 1.3 to 1.5
1.5
3. Over 1.6 to 2.0
1.0
4. Over 2.0 to 3.0
0.5
The above stipulations are keeping in view the initial Perspex setting to be at 0. In case
the initial setting is at 1.0 as is for K.K. machines. 1.0 shall be added to the horizontal
division stipulated.
Testing with 70 Degree probe:: In case of lack of fusion and blow holes in the head,
moving signals may be obtained while testing with 70 Degree probe. The position of the
onset of signals and the range of movement on the screen and their maximum height shall
be recorded.
Any welded joint showing a moving flaw signal of 0.5 vertical height and above,
obtained with normal setting, shall be considered as defective.
Testing the flange with 80 Degree angle probe
To detect the flaws in the flange portion, the testing shall be done manually. The flaw
detector shall be removed from the trolley and kept on a suitable place nearby. The 80
degree angle probe shall be connected to the transmitter socket by the coaxial cable as 80
Degree angle probe is single crystal type working both as transmitter and as receiver.
Couplant shall be applied in both sides of the weld collar on the flange of the rail. The
probe shall be kept on the flange at a suitable distance corresponding to position L of Fig.
A (i.e. at 170 mm for 90R section below for lower section of rails or above for higher
sections rails considering the average thickness of the flange for different rails sections)
so that the ultrasonic waves are directed towards weld. The probe shall be slowly moved
with a Zig Zag motion towards the weld. Any moving signal observed shall be recorded.
Testing of all the other locations C & W as shown in fig. A shall be similarly carried out.
Any welded joints when tested with normal gain setting showing any moving flaw signal
shall be considered as defective.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-50Tender No. Dy.CE/CON/BB/Welding/SB/06
A.4
INSTRUCTIONS FOR CHECKING THE FUNCTION AND SENSITIVITY OF
THE SYSTEM
A.4.1 Test rail:: The checking of the sensitivity an setting of the system shall be carried on as
sound test rail sample with weld joint at the middle. The rail piece shall be 1500 mm
long. A 5mm dia hole shall be drilled through the weld metal at about 700 mm from
either end. The axis of the hole shall be at 90 Degree to the longitudinal axis of the rail
and parallel with and 25mm below the rail head. A 3mm dia hole shall also be drilled
vertically at the middle of the flange through the weld about 750mm from either end of
the rail or a 2mm. Deep transverses cut shall be made on the bottom of the flange across
the weld.
A.4.2 ALLOTMENT OF PROBES
A.4.2.1The alignment of normal and 70 Degree probes fitted with the rail tester shall be checked
by placing the rail tester on the test rail using water as couplant ensuring that the probes
travel in the line with the axis of the rail head and Web.
A.4.3 CHECKING THE FUNCTION AND SENSITIVITY OF 70 DEGREE ANGLE
PROBE
The angle probe, beaming in the direction of the travel shall switched on. The equipment
shall be moved towards the drilled hole and when the probe is just in the front of the hole
a pulse should appear on the screen, which during the onward travel should move from
right to left, in the direction of the transmitting pulse. The equipment shall be again
moved forward. When the main portion of the beam is directed on the hole the pulse will
attain the maximum, after this it will be reduced. Suitable the gain shall be adjusted to get
max, flaw indication up to 3 div. Height. The forward probe shall be switched off and the
other beaming to the rear, that is in opposite direction to that of travel shall be switched
on. The equipment shall be again moved forward, in the screen i.e. from left o right. The
shape and the height of the pulse should be about the same for the both probes. Should
one probe be more sensitive than the other relevant potentiometers shall be adjusted to
give a uniform height of the signal.
A.4.4 CHECKING THE FUNCTION AND SENSITIVITY OF NORMAL PROBE
The normal probe shall be switched on after placing the same at unwelded location of the
rail and the bottom signal from the foot of the rail adjusted to the full screen height. After
ensuring the receipt of bottom signal, the trolley shall be moved for positioning the
normal probe just above the 5mm dia. Hole of the test rail. The gain shall be so adjusted
to obtain a maximum flaw peak from this hole to 3.0 division height at 0.5 division
horizontal scale with the test range at 250mm.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-51Tender No. Dy.CE/CON/BB/Welding/SB/06
A.4.5 On adjustment of the sensitivity of the normal probe, the shear wave indications from the
70 Degree probe shall be reached switching on all the three probes. The angle probe
signal reflected from the hole shall have a maximum height of at least two divisions.
A.4.6 Normal gain getting of the ultrasonic flaw detector during testing with 80 Degree probe
shall be such that a two division vertical height peak is obtain from 3 mm dia hole at the
flange across the weld or 2mm deep transverse saw cut.
ANNEXURE - B
GOVT. OF INDIA – MINISTRY OF RAILWAY
RESEARCH, DESIGN STANDARD ORGANISATION
MANAK NAGAR, LUCKNOW – 226011
No. C/W/1/4
To
The Chief Track Engineer,
N.F. Railway, GM’s Office Maligaon
Guwahati – 781 011
Dated 8.10.87
Sub:- Alumino thermit welding of 52 Kg. MM Rail joints by short preheating
process developed by RDSO, M/s. ITC/CNB and M/s. Harshad Thermit
Industries, Raipur.
The following guidelines are issued for information of all Zonal Railways while
undertaking welding of 52 Kg. MM rails joints by short preheating technique.
1.
Gap between rails
24 + 1 mm
2.
Preheating time
10 to 12 minutes
3.
Reaction time
20 + 5 second
4.
Mould waiting time
4.0 to 4.5 minutes
5.
Chipping time
4.0 to 5.0 minutes
6.
Type of mould used
Prefabricated CO2
7.
Approximate weight of thermit portion
RDSO
ITC
Harshad
14 Kg.
12.3 Kg
13 Kg.
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.
-52Tender No. Dy.CE/CON/BB/Welding/SB/06
8.
Pattern and mould Box
As developed by RDSO/Firm
9.
Type of heating/Burner
Top heating system with air
petrol
Vapouriser
type
burner. Air pressure in petrol
tank 100 to 110 lbs/Sq. Inch.
10
Welding supervisor
Welding supervisors of M/s. ITC & Harshad should have a
competency certificate for the above technique from RDSO.
11
Rail end preparation
Rail end should be thoroughly cleaned applying kerosene oil
and vigorously brushing with wire brush to remove all dirt,
grease and rust.
12
Alignment of rails
As given in the manual for “Welding of rail joints by A T
process”.
13
Test requirement
a) Hardness test: The test weld joint shall be subjected for
Brinel Hardness test at welded zone heat affected zone and
parent metal on top and side of rail head. The hardness value
of weld metal should be + 20 of the parent metal and the
hardness of the heat affected zone should be + 20 of the
average hardness of parent metal.
b) Transverse Test: Test weld joint should be subjected for
transverse load and deflection test on one meter span with
cylindrical supports and mandrel of 30 to 50 mm dia putting
weld portion in the centre. Minimum breaking load and
deflections should be 75 tonnes and 15mm respectively.
Sd/(for D.K. Mitra)
For Director General M & C
Signature of tenderer(s)
Contractor(s)
Dy.Chief Engineer (Con)
N.F.Railway, Dibrugarh.