ntpc limited - rites of the tenderer under seal of the firm 1 ntpc limited (a government of india...

242
Signature of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013 Dated 17.09.2013. Tender and contract document for Construction of Boundary wall including earth work in filling upto formation level in connection with Project Management and construction of Railway Siding and S&T System Package for Barh STPP, Stage-II (2 X660 M.W) at Barh, Dist. Patna, Bihar. PART-1 TECHNICAL BID CONTENTS Section-1 : Notice Inviting Tender and Instructions to Tenderers Section-2 : Tender and Contract Form Section-3 : Special Conditions of Contract Section-4 : Amendment / Errata to GCC Section-5: General Conditions of Contract for NTPC Ltd. Section-6: Technical Specifications Section-7: Drawings Issued to (Name of Tenderer):________________________________________________ Address of tenderer: ________________________________________________________ Signature of officer issuing the documents_______________________________________ Designation ________________________________________________________________ Date of Issue________________________________________________________________ RITES Ltd. (A Govt. of India Enterprise) Kolkata Project Office 56, C.R. Avenue, 2 nd Floor Kolkata-700 012 e. mail: [email protected] Phone No.: 033-22367118/7146/7162/7143(Fax)

Upload: lenhan

Post on 17-Mar-2018

217 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

1

NTPC LIMITED (A Government of India Enterprise)

Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013 Dated 17.09.2013. Tender and contract document for Construction of Boundary wall including earth work in filling upto formation level in connection with Project Management and construction of Railway Siding and S&T System Package for Barh STPP, Stage-II (2 X660 M.W) at Barh, Dist. Patna, Bihar.

PART-1 TECHNICAL BID

CONTENTS

Section-1 : Notice Inviting Tender and Instructions to Tenderers Section-2 : Tender and Contract Form Section-3 : Special Conditions of Contract

Section-4 : Amendment / Errata to GCC Section-5: General Conditions of Contract for NTPC Ltd.

Section-6: Technical Specifications Section-7: Drawings

Issued to (Name of Tenderer):________________________________________________ Address of tenderer: ________________________________________________________ Signature of officer issuing the documents_______________________________________ Designation ________________________________________________________________ Date of Issue________________________________________________________________

RITES Ltd. (A Govt. of India Enterprise)

Kolkata Project Office 56, C.R. Avenue, 2nd Floor Kolkata-700 012

e. mail: [email protected] Phone No.: 033-22367118/7146/7162/7143(Fax)

Page 2: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

2

RITES LTD (A Govt. of India Enterprise)

REGIONAL PROJECT OFFICE, 56, C.R. Ave. (2ndfl), Kolkata-700 012

Phone No. 033-2236 7118/46/62 FAX-033 2236 7143 NOTICE INVITING TENDER

NIT NO:43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013 Dated 17.09.2013.

G.G.M (Projects) RITES Ltd, Kolkata for & on behalf of NTPC Ltd. invites sealed tenders from contractors who fulfill Qualifying Criteria stipulated in Tender Documents for the following work: Name of work: Construction of boundary wall including earthwork in filling upto formation level in connection with Project Management and construction of Railway Siding and S&T System Package for Barh – STPP, Stage-II, (2x660 MW) at Barh, Dist. Patna, Bihar. Estimated Cost: Rs 146.24 Lakhs (Approx), EMD: Rs.1,46,300/-, Completion period: 3 (Three) months. Sale of Tender Documents: 19.09.2013 to 01.10.2013. Last date of Submission of Tender: 03.10.2013. Complete Tender Documents including Qualifying Criteria can be purchased from the above address at a cost of Rs.5,000/- or downloaded from websites :(www.rites.com) or (www.ntpc.co.in). Amendment/corrigendum, if any, would be hosted on the websites only.

Page 3: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

3

PART 1

TECHNICAL BID

Section – 1

NOTICE INVITING TENDER & INSTRUCTIONS TO TENDERERS

Page 4: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

4

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

Open Tender No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKGIIA//2013 Dated 17.09.2013. GENERAL 1.1 Tender Notice Sealed Tenders are invited by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, acting for and on behalf of NTPC Ltd. (Employer) as an Agent/Power of Attorney Holder, from working contractors (including contractors who have executed works within the last five years reckoned from the date of opening of tenders) of Railways, CPWD, MES, DOT, RITES, State PWD or any other Central / State Government Undertaking Municipal Body, Autonomous Body or Public Ltd., Co. listed on BSE/NSE for the work of Construction of boundary wall including earthwork in filling upto formation level in connection with Project Management and construction of Railway Siding and S&T System Package for Barh – STPP, Stage-II, (2x660 MW) at Barh, Dist. Patna, Bihar. (Note : Throughout these bidding documents, the terms „bid‟ and „tenders‟ and their derivatives are synonymous.) 1.2 Estimated Cost of Work

The work is estimated to cost Rs.146.24 Lakhs. (Approx.). This Estimate, however, is given merely as a rough guide. 1.3 Time for Completion

The time allowed for completion of the work will be 03(Three) months from the 15th day after the date of issue of Letter of Acceptance or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the Tender Documents. 1.4 Brief Scope of Work

a) Earth work in filling upto formation level. b) Construction of Boundary wall including supply of all materials.

1.5 Availability of Site

The site for the work is available/ shall be made available in parts, as specified below: Site of the work is available

1.0 QUALIFICATION CRITERIA TO BE SATISFIED

2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed.

2.2 The Qualification Criteria to be satisfied will depend on the category of works, whether Normal or Large. Normal Works are those costing upto Rs.30 Crores each and Large Works are those costing more than Rs.30 Crores. The work for which the Tender is being invited falls under the category of Normal.

Page 5: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

5

2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls in Normal area or Difficult area. Difficult area includes North East States, Jammu & Kashmir, Jharkhand, Chattisgarh and Andaman & Nicobar Islands. Normal area covers all areas other than Difficult area. The work for which this Tender has been invited falls under Normal area.

2.4 In this Tender Joint Venture is not allowed.

2.5 The documents to be furnished by the Bidder to prove that he is satisfying the

Qualification Criteria laid down should all be in the Bidder‟s name, except in cases where though the name has changed, the owners continued to remain the same and in cases of amalgamation of entities.

2.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON

QUALIFICATION CRITERIA 3.1 Other than Joint Ventures

The Tenderer shall furnish a Letter of Transmittal as given in Annexure II A enclosing the documents mentioned therein/listed in para 1(a) of Annexure IA.

3.2 Joint Ventures (For Large Works) : Not Applicable. 3.3 Joint ventures (For Normal Works) Not Applicable 3.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise the Documents listed below

and addenda issued in accordance with Para 7 : PART – 1 :- Technical Bid Packet

SECTION No. CONTENTS

(1) Notice Inviting Tender and Instructions to Tenderers (2) Tender and Contract Form. (3) Special Conditions of Contract (4) Amendment /Errata to GCC (5) General Conditions of Contract for NTPC Ltd. (6) Technical Specifications (7) Drawings

PART – 2:- Financial Bid Packet

Schedule of Quantities (Bill of Quantities) 5.0 ISSUE OF TENDER DOCUMENT 5.1 A complete set of Tender Document (Technical and Financial Bid) described in Para

4.1 above can be seen in the office of the Group General Manager (Projects),

Page 6: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

6

RITES Ltd., 56, C.R. Avenue, 2nd Floor, Kolkata – 700 012 between hours of 11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public Holidays.

5.2 One set of Tender Document may be purchased from the office of the Group General

Manager (Projects), RITES Ltd., 56, C.R. Avenue, 2nd floor, Kolkata – 700 012 from 19.09.2013 to 01.10.2013 for a non refundable fee per set of Rs.5,000/- (Rupees five thousand only) in the form of Demand Draft/ Pay Order/ Banker‟s cheque drawn on any Scheduled Bank payable at Kolkata in favour of RITES Ltd., on submission of an application.

5.3 Tender Documents including drawings can also be downloaded from RITES Website

(www.rites.com) or (www.ntpc.co.in) and in such a case, the Tenderer shall deposit the cost of tender documents along with submission of tender, failing which his tender shall not be opened. The cost of tender documents shall be deposited in the form of a separate Banker‟s cheque / Demand Draft / Pay Order and enclosed in the envelope containing the Earnest Money Deposit. The amendments / clarifications to the Tender documents will also be available on the above website.

5.4 Tender Documents downloaded from the above websites shall be considered valid for

participating in the tender process. During the scrutiny of downloaded tender document, if any modification / correction etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a Tenderer is liable to be rejected. In case the bid of a Tenderer who has downloaded the document from website is accepted the contract shall be executed in the original / manual tender document issued by the concerned RITES officer.

5.5 Clarifications on Tender Documents

A prospective tenderer requiring any clarification on the Tender Document may notify Sri K. Haldar/Jt.GM (Civil) (The official nominated for this purpose) in writing or by telefax/cable at the address RITES Ltd, Regional Project Office,56 CR Avenue, Kolkata -700012/FAX NO. 033-2236-7143/E-mail to [email protected] In cases where Pre-Bid Meeting is not proposed to be held, request for clarifications including request for Extension of Time for submission of Bid, if any, must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Details of such questions raised and clarifications furnished will be uploaded in RITES website without identifying the names of the Bidders who had raised the questions. Any modification of the Tender Document arising out of such clarifications will also be uploaded on RITES website only. In cases where Pre-Bid Meeting is proposed to be held, provisions in para 6.0 below may be referred to.

6.0 PRE-BID MEETING: Not Applicable 7.0 AMENDMENT OF TENDER DOCUMENT 7.1 Before the deadline for submission of tenders, the Tender Document may be modified

by RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will

Page 7: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

7

however be stopped 7 days prior to the deadline for submission of tenders as finally stipulated.

7.2 Addendum/corrigendum, if any, will be hosted on website only and shall become a

part of the tender document. All Tenderers are advised to see the website for addendum/ corrigendum to the tender document which may be uploaded upto 7 days prior to the deadline for submission of Tender as finally stipulated.

7.3 To give prospective Tenderers reasonable time in which to take the addenda/

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

8.0 TENDER VALIDITY 8.1 The Tender shall be valid for a period of 180 days from the due date for submission

of Tender or any extended date as indicated in sub para below. 8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to

the expiry of the original time limit for Tender Validity, the Employer may request that the Tenderers may extend the period of validity for a specified additional period. The request and the tenderer‟s response shall be made in writing. A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Financial Bid to a higher amount but will be required to extend the validity of the Earnest Money for the period of the extension.

9.0 EARNEST MONEY 9.1 The Tender should be accompanied by Earnest Money of Rs1,46,300.00(Rupees one

lakh forty six thousand three hundred only) in any of the forms given below:- Banker‟s Cheque / Pay Order/ Demand Draft payable at Kolkata , drawn in favour of

RITES Ltd. 9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be

rejected by the Employer as non-responsive. 9.3 Refund of Earnest Money a) Two Packet System: Applicable

The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be returned without interest soon after scrutiny of Technical Bid has been completed by the Employer subject to provisions of Para 9.4 (b). The Earnest Money of the Tenderers whose Technical Bid is found acceptable but Financial Bid is rejected will be returned without interest within 28 days of the end of Tender Validity Period subject to provisions of Para 9.4 (b). Single Packet System

Page 8: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

8

After evaluation of the Financial Bids, the Earnest Money of unsuccessful Tenderers will be returned without interest within 28 days of the end of Tender Validity Period subject to provisions of Para 9.4 (b). c) In case of both Two Packet and Single Packet System, the Earnest Money of the successful Tenderer, without any interest, will be adjusted as a part of the Security Deposit payable in terms of provisions in the General Conditions of Contract. The Earnest Money is liable to be forfeited

a) if after bid opening, but before expiry of bid validity or issue of Letter of

Acceptance, whichever is earlier, any Tenderer

i) withdraws his tender or ii) makes any modification in the terms and conditions of the tender

which are not acceptable to the Employer. b) in case any statement/information/document furnished by the Tenderer is

found to be incorrect or false. c) in the case of a successful Tenderer, if the Tenderer

i) fails to furnish the Performance Guarantee within the period specified

under “Clauses of Contract”. or

ii) fails to commence the work without valid reasons within the period as specified in the tender document after the date of issue of Letter of Acceptance or from the first date of handing over of the site, whichever is later.

In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be allowed to participate in the retendering process of the work.

10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document as amended from time to time as indicated in Para 7.0 above. Alternatives or any modifications shall render the Tender invalid.

11.0 SUBMISSION OF TENDER 11.1 Two Packet System and Single Packet System (a) Two Packet System Applicable The tenderer shall submit the Tender in original in two packets as under:- PACKET A :- TECHNICAL BID

Page 9: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

9

Envelope 1 Earnest Money & Cost of Tender Document if the bid is submitted on the document downloaded from RITES/NTPC website

Envelope 2 “Authority to Sign”, „Integrity Pact‟ (when applicable) and Qualification Information along with all enclosures / documents as per Letter of Transmittal/ Checklist given in Annexure II A. As regards “Authority to Sign” Para 11.2 below may be referred to. As regards „Integrity Pact‟, para 11.7 below may be referred to.

Technical Bid (Part 1 and Part 3) (Refer Para 4.1) including signature on Tender Form (Section 2) duly witnessed after filling up blanks therein. Each page of the above documents including all Drawings should bear the dated initials of the Tenderer along with the seal of the Company, in token of confirmation of having understood the Contents.

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

Each page of the Financial Bid (Part 2 – Refer Para 4.1) should be signed by the Tenderer along with the seal of the company. In the last page of Financial Bid, at the end, the Tenderer should sign in full with the name of the Company, Seal of the Company and Date. All rates and amounts, both in figures and words, must be written in indelible ink. Each Correction, Cutting, Addition and overwriting should be initialed by the Tenderer. The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and less and considering more than fifty paise as rupee one. If the same item figures in more than one section/part of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections/parts. If different rates are quoted for the same item, the least of the different rates quoted only shall be considered for evaluation of that item in all sections/parts of the Schedule of Quantities. Instructions contained in subsequent Para 17.6 (a) on “Item rate tender” and 17.6 (b) on “Percentage rate tender” may be carefully studied and complied with.

b) Single Packet System : Both Technical Bid (including signature on Tender Form in

Section 2 duly witnessed) and Financial Bid Documents will be submitted in one Packet. Precautions as described above for Two Packet System shall be observed by the tenderers. – Not Applicable

Page 10: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

10

11.2 Authority to Sign

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

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

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by the person holding Power of Attorney for the firm in the Format at Annexure IV.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure IV.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure V. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure IV.

11.3 Items to be kept in mind while furnishing details

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

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

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in

the Financial offer will however be accepted. iii) The Employer reserves the right to accept or reject any conditional

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

11.4 Sealing and Marking of Tenders 11.4.1 Two Packet System – Applicable

(a) PACKET A – TECHNICAL BID

Envelopes 1 & 2 as described in Para 11.1 (a) above should be sealed separately superscribing “Technical Bid” with Envelope Number, Name of the work and Name of the tenderer. In addition, the following should also be superscribed on the respective envelopes. Envelope 1 i) Earnest Money ii) Cost of Tender Document if the Bid is

submitted on the document downloaded from RITES/NTPC website.

Page 11: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

11

Envelope 2 i) Authority to Sign, „Integrity Pact‟ (when

applicable as per para 11.7 below) and Qualification Information/ documents as per checklist in Annexure IIA / IIB(L)/ II B (N).

ii) Technical Bid including Drawings Both the envelopes should be put in a packet which should be sealed. The following should be superscribed on the packet: i) Packet A – Technical Bid ii) Name of the Work iii) Name of the Tenderer

(b) PACKET B – FINANCIAL BID

Envelope 3 – Financial Bid should be put in Packet B which should be sealed. The following should be superscribed on the packet. i) Packet B - Financial Bid ii) Name of the work iii) Name of the tenderer

(c) Both packets A and B should be put inside an outer envelope and sealed. This

envelope should be superscribed with the following details:

i) Tender for (Name of work) ii) Tender number iii) Date and time of opening of Tender iv) From (Name of Tenderer) v) Addressed to ---- (RITES Officer inviting the Tender)

11.4.2 Single Packet System : Not Applicable

Two envelopes of Technical Bid and one of Financial Bid shall be made out as stipulated in Para 11.4.1 (a) and (b) above with the Name of the work and Name of the Tenderer superscribed on each of the envelopes. All the three envelopes shall be put in a Single Packet which shall be superscribed in the same manner as given in Para 11.4.1 (c) above.

11.4.3 If the envelopes and packets are not superscribed and sealed as indicated in Paras 11.4.1/ 11.4.2 above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender.

11.5 Deadline for submission of Tender 11.5.1 Tenders must be received by the Employer at the following address not later than

14.00 Hrs. on 03.10.2013. In the event of the specified date for the submission of the Tender being declared a holiday due to Strike/Bandh or on any account by the

Page 12: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

12

Employer, the Tenders will be received up to the appointed time on the next working day. Address for submission of Tender: Office of the Group General Manager (Projects), RITES Ltd., 56, C.R. Avenue, 2nd Floor, Kolkata – 700 012.

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

11.6 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of Tender will be returned unopened to the Tenderer.

11.7 Integrity Pact

(i) The Bidder/Contractor is required to enter into an Integrity Pact with the Employer, in the Format at Annexure VIII. The Integrity Pact enclosed as Annexure VIII will be signed by RITES for and on behalf of Employer as its Agent/Power of Attorney Holder at the time of execution of Agreement with the successful Bidder. While submitting the Bid, the Integrity Pact shall be signed by the duly authorized signatory of the Bidder/Lead Member of JV. In case of failure to submit the Integrity Pact duly signed and witnessed, along with the Bid, the Bid is likely to be rejected.

(ii) In case of any contradiction between the Terms and Conditions of the Bid

Document and the Integrity Pact, the former will prevail. Provided always that provision of this para 11.7 – Integrity Pact, shall be

applicable only when so provided in para 11.7A below which will also stipulate the name and address of the Independent External Monitor as well as the Name, designation and address of the official nominated by the Employer to act as the Liaison Officer between the Independent External Monitor and the Engineer-in-Charge as well as the Contractor.

11.7A Whether para 11.7 (Integrity Pact) shall be applicable YES Name, Designation and Address of RITES‟ Liaison Sri Y. K. Sharma Officer GGM/Airport

1st Floor, RITES Ltd., Plot No.-144, Sec-44, Gurgaon-122003

11.8 Modification and Withdrawal of Bids 11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the

deadline prescribed in para 11.5 for submission of Bids.

Page 13: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

13

11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with paras 11.1, 11.2 and 11.4 with the outer envelopes additionally marked „Modification‟ or „Withdrawal‟ as appropriate.

The envelopes for modifications on „Technical Bid‟ and „Financial Bid‟ shall be submitted in separate sealed envelopes and marked as „Modifications of Technical Bid‟ or „Modifications of Financial Bid‟ as the case may be.

11.8.3 No bid may be modified after the deadline for submission of Bids except as indicated

below. If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid after the deadline for submission of Bids, such offer will not be considered for Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on his original offer without considering the suo moto offer, the rebate / discount offered will be taken into account for incorporation in the Contract Agreement.

11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above, after

the deadline for submission of Bids shall result in forfeiture of the Earnest Money. 12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF APPLICATIONS 12.1 The Employer will open all the Tenders received (except those received late or

delayed)as described in para 12.2/12.3 below, in the presence of the Tenderers or their representatives who choose to attend at 14.30 Hrs. on 03.10.2013 in the office of the Group General Manager (Projects), RITES Ltd., 56, C.R. Avenue, 2nd Floor, Kolkata – 700 012. In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day.

12.2 Two Packet System (a) (i) The PACKET A will be opened and Envelope 1 containing Earnest Money and

Cost of Tender Document (where Bid is submitted in the document downloaded from RITES/NTPC website) of all the Tenderers will be opened first and checked. If the Earnest Money furnished is not for the stipulated amount or is not in an acceptable form and where applicable, the cost of Tender Document has not been enclosed for the correct amount and in an acceptable form, the Envelope 2 of PACKET A (TECHNICAL BID) and PACKET B will be returned to the Tenderer concerned unopened at the time of opening of the Tender itself. The Envelopes 2 of PACKET A (TECHNICAL BID) of other Tenderers who have furnished Earnest Money of correct amount in acceptable form and where applicable the cost of Tender Document for the correct amount and in an acceptable form will then be opened. The Tenderer‟s name, the presence of Earnest Money and Authority to sign and such other details as the Employer may consider appropriate will be announced by the Employer at the time of opening of Packet A. PACKET B (FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted for evaluation will be checked to see if the seals are intact. All such PACKETS B will be put in an envelope and sealed. The Employer‟s official opening the Tender will sign on this envelope and will also

Page 14: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

14

take the signatures of preferably atleast two Tenderers or their representatives present. This envelope will be kept in safe custody by the Employer.

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

whether each Tenderer

(i) has submitted `Authority to sign‟ as per para 11.2 above and Integrity Pact (where applicable) duly signed and witnessed as per para 11.7 above;

(ii) meets the Qualification Criteria stipulated in Para 2.0; and (iii) conforms to all terms, conditions and specifications of the Tender Document

without any modifications or conditions. (c) If required, the Employer may ask any such Tenderer for clarifications on his

Technical Bid. The request for clarification and the response from the Tenderer will be in writing. If a Tenderer does not submit the clarification/document requested, by the date and time set in the Employer‟s request for clarification, the bid of such Tenderer is likely to be rejected. Tenderers whose Technical Bids are not found acceptable will be advised of the same and their Earnest Money and PACKET B (FINANCIAL BID) will be returned unopened. Tenderers whose Technical Bids are found acceptable will be advised accordingly and will also be intimated in writing of the time and date and place where and when the PACKET B (Financial Bid) will be opened.

(d) At the appointed place, time and date, in the presence of the Tenderers or their

representatives who choose to be present, the Employer will open the envelopes containing the PACKET B (FINANCIAL BID). The Tenderer‟s name, the tender amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer.

12.3 Single Packet System (a) Envelope 1 of all the Tenders will be opened first and checked. If the Earnest Money

furnished is not for the stipulated amount or is not in an acceptable form and where applicable the Cost of Tender Document has not been furnished for the correct amount and in an acceptable form, the remaining envelopes will be returned to the tenderer concerned unopened at the time of opening of the Tender itself. The Envelopes no. 2 of Technical Bid and no. 3 of Financial Bid of other Tenderers who have furnished Earnest Money and where applicable the Cost of Tender Document, in acceptable form will then be opened. The Tenderer‟s name, the presence of Earnest Money, the Authority to Sign the Tender, amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer.

13.0 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their Tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which

Page 15: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

15

may influence or affect their Tender. A Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The Tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a Tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work.

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

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

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

accept the lowest or any other Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of any reason. All Tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITED

Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection.

16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS 17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted

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

SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the Tenderer would render his Tender to be rejected.

No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a contractor for a period of one year after his

Page 16: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

16

retirement from the Employer‟s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor‟s service.

17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful Tenderers shall return all the drawings given to them.

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

17.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the Tenderer in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the Tenderer shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the Tenderer or it does not correspond with the rates written either in figures or in words then the rates quoted by the Tenderer in words shall be taken as correct. Where the rates quoted by the Tenderer in figures and in words tally but the amount is not worked out correctly, the rates quoted by the Tenderer will, unless otherwise provided, be taken as correct and not the amount. In the event that no rate has been quoted for any item(s), leaving space both in figure (s) or word(s) and the amount blank, it will be presumed that the Tenderer has included the cost of this/ these item (s) in other items and rate for such item (s) will be considered as zero and work will be required to be executed accordingly.

b) In case of percentage Rate Tender only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the Tenderer in percentage rate tender shall be accurately filled in figures and words so that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount has been indicated by the Tenderer and if discrepancy is noticed in the percentages quoted in words and figures, then the percentage which corresponds with the total amount, shall, unless otherwise proved be taken as correct. If the total amount is not worked out or if worked out, it does not correspond with the percentages written either in figures or in words, then the percentage quoted by Tenderer in words shall be taken as correct. When the percentages quoted by the Tenderer in figures and in words tally but the total amount is not worked out correctly, the percentage quoted by the Tenderes shall be taken as correct, unless proved otherwise and the total amount worked out accordingly.

17.5 In the case of any Item rate tender where unit rate of any item/items appears unrealistic, such tender will be considered as unbalanced and in case the Tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

17.6 (a) In Item rate Tender, all rates shall be quoted on the tender form. The amount for

each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount in each Schedule

Page 17: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

17

should be written both in figures and in words. In case of figures, the word „Rs.‟ should be written before the figure of rupees and word „P‟ after the decimal figures, e.g. Rs.2.15 P and in case of words, the word, „Rupees‟ should precede and the word „Paise‟ should be written at the end. Unless the rate is in whole rupees and followed by the word „only‟ it should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the word „only‟ should be written closely following the amount and it should not be written in the next line.

(b) In Percentage Rate Tender, the Tenderer shall quote percentage below / above (in

figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word “Rs” should be written before the figure rupees and word „P‟ after the decimal figures (eg.) Rs.2.15 P and in case of words the word “Rupees” should precede and the word “Paisa” should be written at the end.

17.7 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess

on material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same. However, in respect of Service Tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the Contractor.

17.8 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a

Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such Tenders submitted as a Bidder and / or as a witness, liable to summary rejection.

17.9 The Contractor shall be fully responsible for all matters arising out of the

Performance of the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of India, State Government, Local Body and any Statutory Authority.

18.0 SIGNING OF CONTRACT AGREEMENT 18.1 The Tenderer whose tender has been accepted will be notified of the award by the

Employer by issue of a `Letter of Acceptance‟ „ prior to expiration of the Bid Validity period, in the form at Annexure VI. The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

18.2 Within the period as specified in `Clause of Contract‟, of the date of issue of Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance Guarantee and Additional Performance Guarantee (where applicable) in the format prescribed.

Page 18: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

18

18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp

papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance.

18.4 At the same time the Employer notifies the successful Tenderer that his Tender has been accepted, the Employer will direct him to attend the Employer‟s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure VII. The Agreement will however be signed only after the Contractor furnishes Performance Guarantee and Additional Performance Guarantee (where applicable) and hence, where justified, the period of 28 days stipulated above will be extended suitably.

Page 19: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

19

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS 1. Annual Financial Turnover

The bidder should have achieved a minimum annual financial turnover of Rs. 146.24 Lakhs in any one of the last 5 Financial Years.

Notes :

i) The financial turnover will be taken as given under the head “Income” in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit.

ii) Closing stocks in whatsoever manner should not form part of turnover. iii) Weightage of 5% (compounded annually) shall be given for equating the financial

turnover of the previous years to the current year.

iv) For considering the Financial Years, for example for a work for which the Tender is being opened in Financial Year 2011-12, the last five Financial Years shall be 2010-11, 2009-10, 2008-09, 2007-08 and 2006-07. For a Tender opened on (say) 06.06.11 (F.Y. 2011-12), with weightage of 5% compounded annually, the weightages to be applied on the Turnover of the previous five Financial Years will be : F.Y. 2010-11 = 1.050; F.Y. 2009-10 = 1.103; F.Y. 2008-09 = 1.158; F.Y. 2007-08 = 1.216; F.Y. 2006-07 = 1.276.

v) The Bidder should furnish Annual Financial Turnover for each of the last 5 Financial Years in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criterion.

vi) The Bidder should submit self attested copy of Auditor‟s Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant Financial Year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted.

vii) If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the five Financial Years immediately preceding the previous Financial Year may be adopted for evaluating the credentials of the Bidder.

2. WORK EXPERIENCE a) Similar Works Experience

The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs.116.99 Lac OR at least two similar works each of minimum value of Rs.73.12 Lac (weighted cost) OR at least three similar works each of minimum value of Rs.58.50 Lac during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered.

Page 20: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

20

Similar Works Similar Works shall mean the work of Construction of building/ Brick Boundary Wall or any Civil Works.

Notes : i) A weightage of 5% (compounded annually from the date of completion of the work

to the submission of the Bid) shall be given for equating the value of works of the previous years to the current year.

ii) Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

iii) The Bidder should submit the details of such similar completed works as per the format at Proforma-1 enclosed.

iv) Works carried out by another Contractor on behalf of the Bidder on a back to back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.

v) Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations/ Public Sector Undertakings/ Autonomous bodies of Central/State Governments / Municipal bodies/ Public Ltd. Cos. listed on BSE/NSE shall only be accepted for assessing the eligibility of a Tenderer.

vi) The cut off date shall be calculated backwards from the last stipulated date for submission/ opening of Tender i.e. for a Tender which is being opened on 06.08.2011, the cut off date shall be 07.08.06.

b. Construction Experience in key activities/specified components

Not Applicable 3. SOLVENCY CERTIFICATE

A Solvency Certificate of minimum solvency of Rs.58.50 Lac (suggested format at Proforma 2) from a Scheduled Bank issued not earlier than 6 months from the last date for submission of tender is required to be submitted by the bidder.

Notes: The certificate so produced by the Bidder may be got verified from the issuing Bank.

4. PROFITABILITY The applicant firm shall be a profit (net) making firm and shall have made profit in

each of the last two Financial Years and in atleast one out of the three Financial Years immediately preceding the last two Financial Years.

The Bidder should furnish figures of net profit of last 5 years in a tabular form and submit attested copies of Auditor‟s Reports along with audited Balance Sheets and Profit and Loss Statements for the last Five Financial Years. In case the firm is profit making for the last three Financial Years continuously, the Bidder may submit the above documents for last three Financial Years only. Specific reference with page no. of document which proves satisfaction of this Qualifying Criterion should be indicated in the tabular statement.

Page 21: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

21

5. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN CASE OF BOTH LARGE AND NORMAL WORKS

a) Sub-Contractor’s Experiences and Resources Sub-Contractors‟ Experiences and Resources will not be taken into account in

determining the Bidder‟s compliance with the qualifying criteria. a. Experiences and Resources of the Parent Company and other subsidiary

companies

If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, the Experience and Resources of its subsidiaries will be taken into consideration.

6. DECLARATION BY THE BIDDER

Even though the Bidders may meet the above qualifying criteria, they are subject to be disqualified if they have

a) Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. In such a case, besides Tenderer‟s liability to action under para 9.4 of Instructions to Tenderers, the Tenderer is liable to face the penalty of banning of business dealings with him by RITES.

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

c) Their business banned or suspended by any Central/State Government

Department/ Public Undertaking or Enterprise of Central/State Government and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Proforma 3 enclosed.

Page 22: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

22

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED DURING THE LAST 5 YEARS

S.

No. Client's Name and

Address

Name of the Work &

Location

Scope of work

carried out by

the Bidder

Agreement / Letter of Award No.

and date

Contract Value Date of start Date of Completion Reasons for delay in

completion if any

Ref. of document (with page

no.) in support of meeting

Qualification Criterion

Awarded Actual on completion

As per LOA/ Agreement

Actual

SEAL AND SIGNATURE OF THE BIDDER

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

completion certificate from the owner/client or Executing Agency / Consultant appointed by owner / Client indicating the name of work, the description of work done by the Bidder, date of start, date of completion (contractual & actual) and contract value as awarded and as executed by the Bidder . “Contract Value” shall mean gross value of the completed work including cost of materials supplied by the owner/client but excluding those supplied free of cost.

2. Such Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations / Public Sector Undertakings / Autonomous bodies of Central or State Government / Municipal Bodies / Public Ltd. Co. listed on BSE/NSE shall only be accepted for assessing the eligibility of a Tenderer. In case of a Certificate from a Public Limited Co., the Bidder should also submit documentary proof that the Public Ltd. Co., was listed on BSE or NSE when the work was executed for it.

3. Information must be furnished for works carried out by the Bidder in his own name or proportionate share as member of a Joint Venture. In the latter case details of contract value including extent of financial participation by partners in that work should be furnished.

Page 23: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

23

4. If a Bidder has got a work executed through a Subcontractor on a back to back basis,

the Bidder cannot include such a work for his satisfying the Qualification Criterion even if the Client has issued a Completion Certificate in favour of that Bidder.

5. Use a separate sheet for each partner in case of a Joint Venture. 6. Only similar works completed during the last 5 years prior to the last stipulated date

for submission of Bid, which meet the Qualification Criterion need be included in this list.

Page 24: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

24

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s ____________________, having their registered office at _____________, a customer of our Bank, is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. ___________. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers.

Signature with date Senior Bank Manager (Name of Officer issuing the

Certificate) Name, address & Seal of the Bank/ Branch

Note: Banker‟s Certificate should be on letter head of the Bank.

Page 25: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

25

Proforma 3

DECLARATION BY THE BIDDER

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

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

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

properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

iii) No Central / State Government Department/ Public Sector Undertaking or Enterprise

of Central / State Government has banned/suspended business dealings with us as on date.

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

per prescribed format. v) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does

not include any work which has been carried out by us through a Subcontractor on a back to back basis.

vi) The information and documents submitted with the Tender and those to be submitted

subsequently by way of clarifications / making good deficient documents are correct and we are fully responsible for the correctness of the information and documents submitted by us.

vii) We understand that in case any statement/information/document furnished by us or to

be furnished by us in connection with this offer, is found to be incorrect or false, our EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

signing this document

Page 26: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

26

Proforma- 4

SITE FAMILIARIZATION CERTIFICATE

Certificate that I/we have visited the site of the work tendered and get acquainted with the site conditions regarding availability of materials, lead of materials, access roads etc before submission of this tender.

SEAL AND SIGNATURE & NAME OF THE BIDDER

Signing this document

Page 27: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

27

ANNEXURE I A

CHECK LIST OF DOCUMENTS TO BE SUBMITTED 1. a) BY BIDDERS OTHER THAN JOINT VENTURES

i) Annual Financial Turnover

- Annual financial turnover for each of the last 5 Financial Years in

tabular form. - Self attested copies of Auditor‟s Report along with the Balance Sheet

and Profit and Loss Statement for the relevant Financial Year in which the minimum criterion is met (Refer Notes under Para 1 of Annexure I).

ii) Work Experience

- Similar Work Experience : Proforma 1 of Annexure I with details of

1, 2 or 3 works as the case may be, which satisfy requisite qualification criterion with self attested copies of supporting document (Refer Para 2a of Annexure I).

- Construction Experience in Key Activities/Specialised Components: Tabular Statement giving contract-wise quantities executed in last 5 years along with documentary proof in support of having met the criterion (Refer Para 2b of Annexure I).

iii) Solvency Certificate.

Suggested format at Proforma 2 of Annexure I (Refer Para 3 of Annexure I)

iv) Profitability

- Net profit of last 5 Financial Years in tabular form. ii) Self attested copies of Auditor‟s Report along with the Balance Sheets

and Profit and Loss Statements for last 5 or 3 Financial Years, as the case may be (Refer Para 4 of Annexure I).

v) Declaration by Bidder Proforma 3 (Refer Para 6 of Annexure I)

vi) Integrity Pact (where applicable) : duly signed and witnessed in the format at

Annexure VIII (Refer para 11.7 of NIT & Instructions to Tenderers)

Page 28: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

28

ANNEXURE II A

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

(on letter head of the Applicant) From To _____________ RITES Ltd._________ (Authority Inviting Tender) Sir,

Sub: Submission of Qualification information /documents as per Checklist. 1. I/We hereby submit the following documents in support of my/our satisfying the

Qualification Criteria laid down for the work:- a) Self attested copy of a certificate, confirming that the applicant is a working

contractor or has executed any work within the last five years reckoned from the date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking, Municipal Body, Autonomous Body of Central or State Government or Public Limited Company listed on NSE/BSE.

b) Annual Financial Turnover

(i) Annual financial turnover for each of the last 5 Financial Years in a tabular form.

(ii) Self attested copy of Auditor‟s Report along with the Balance Sheet and Profit and Loss Statement and Schedules for the relevant Financial Year in which the minimum criterion is met, with calculations in support of the same.

c) Work Experience i) Similar Work Experience :- In Proforma 1 with details of 1 / 2 / 3

works as applicable and self attested copies of supporting documents as mentioned therein.

ii) Construction experience in key activities / specialised components: Tabular Statement giving contract wise quantities executed in last 5

years with documentary proof. d) Solvency Certificate - Proforma 2. e) Profitability - Net profit of last 5 Financial years in tabular form with self

attested copies of Profit and Loss Statements for the last 5 or 3 Financial Years as applicable.

2. In addition the following supporting documents are also enclosed.

a) Self attested copy of Partnership Deed/Memorandum and Articles of

Association of the Firm. b) Self attested copies of PAN/TAN issued by the Income Tax Department.

c) Declaration – Proforma 3

Page 29: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

29

d) Self attested copy of Sales Tax, Works Contract Tax, Service Tax Registration Certificate (as applicable).

e) Self attested copy of Registration under Labour Laws, like PF, ESI etc. f) Self attested copy of ISO 9000 Certificate ( if any) g) Integrity Pact (where applicable) : duly signed and witnessed.

3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation,

whether mentioned in the enclosed documents or not, to verify our competence and general reputation.

4. I also enclose written Power of Attorney of the signatory of the Tender on behalf of

the Tenderer.

Yours faithfully, Encl: As in Paras 1, 2 & 4

Signature of Applicant with Name _________________

Date with seal

Page 30: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

30

ANNEXURE II B (L)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS – LETTER OF TRANSMITTAL BY JOINT VENTURE

Deleted

Page 31: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

31

ANNEXURE II B (N)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS

- LETTER OF TRANSMITTAL BY JOINT VENTURE

Deleted

Page 32: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

32

ANNEXURE III

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE

(On each firm’s Letter Head)

Deleted

Page 33: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

33

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently employed with us and holding the position of ______ and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work _____ (name of work), including signing and submission of application / proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding, till the Contract Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us. (Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of ___________, _________ and ___________. Dated this the _____ day of ______ 20 (Signature and name of authorized signatory being given Power of Attorney) ___________ (Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for the Company) (* Strike out whichever is not applicable)

Seal of firm/ Company Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation: Notes: - In case the Firm / Company is a Member of a Consortium/ JV, the authorized

signatory has to be the one employed by the Lead Member. - The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 34: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

34

ANNEXURE V

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM /

JOINT VENTURE

Deleted

Page 35: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

35

ANNEXURE VI

(FORM OF LETTER OF ACCEPTANCE)

(By REGD POST / ACK.DUE)

(On the letter head of RITES)

NO. : RITES/ Dated :

To

_________________aggregate

(Name & Address of the Contractor)

Dear Sirs,

Sub: TENDER No. FOR THE WORK OF

Ref: Your Tender dated _________________ and letters dated _____________

and this office letter Nos. ___________ dated___________ in reply to the same.

This is to notify you that your Tender for the work under reference has been accepted by the Competent Authority of RITES LIMITED for a total Contract Price of Rs. _______ (Rupees _____________only) in its capacity as an Agent /Power of Attorney Holder acting for and on behalf of ______ (the Employer). Pursuant to Special Conditions of the Contract, you are required to furnish financial guarantee for due and faithful performance of the contract for a sum equal to 05% (Five percent) of the Tendered Value and an Additional Performance Guarantee for an amount of Rs. ------------ (if applicable). Such guarantee from a Schedule Bank or the State Bank of India. The Bank Guarantee shall be furnished within ___ days of issue of this Letter of Acceptance.

The time allowed for completion of the work will be 03(Three) months from the 15th day after the date of issue of Letter of Acceptance or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the Tender Documents. You are requested to contact _________ (complete designation and address of the Project Coordinator) for carrying out the contract. You are also requested to attend this office within Twenty Eight days from the date of issue of this letter for execution of the formal agreement. It may be noted that no payment shall be made for any work carried out by you till the Agreement is executed and till such time the Performance Guarantee and Additional Performance Guarantee (where applicable) has/have been submitted by you.

Page 36: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

36

This Letter of Acceptance is being sent to you in duplicate and you are requested to return without delay one copy of the letter duly signed and stamped, as a token of your acknowledgement. Kindly note that this Letter of Acceptance thereof shall constitute a binding Contract between us pending execution of formal Agreement. Your letters as well as this office letters referred to above shall form part of the Contract.

Yours faithfully,

RITES LIMITED

Agent / Power of Attorney Holder

For and on behalf of______ (The Employer)

Copy to :

1. ___________ (The Employer) for information.

(To be included on the Original sent to the Contractor)

2. Project Coordinator (Complete designation and address)

3. Associated Finance (Not in original)

Page 37: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

37

ANNEXURE VII

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between RITES Ltd. a Government of India Enterprise and a Company registered under Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing through ____________, RITES LIMITED acting for and on behalf of and as an Agent /Power of Attorney Holder of _____ hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s.______ hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz.___________ (brief description of the work) and has by Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ______ (Rupees ______________ only) NOW THIS AGREEMENT WITNESSETH as follows:- 1. In this agreement words and expressions shall have the same meaning as are

respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents in conjunction with addenda/ corrigenda to Tender

Documents shall be deemed to form and be read and construed as part of this agreement viz. a) The Letter of Acceptance dated______. b) Priced Schedule (Bill) of Quantities c) Notice Inviting Tender and Instructions to Tenderers. d) Tender and Contract Form e) Special Conditions f) Amendment/Errata to GCC. g) General Conditions of Contract of NTPC Ltd. h) Technical Specifications i) Amendments to Tender Documents if any j) Drawings if any

3. In consideration of the payment to be made by the Employer to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

Page 38: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

38

4. The Employer hereby covenants to pay to the Contractor in consideration of the execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED BY

____________________________ In the capacity of _____ On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name & Designation) 1. 2.

______________________________ representing RITES LIMITED In the capacity of Agent / Power of of Attorney Holder For and on behalf of _________

(The Employer) In the presence of Witnesses (Signature, Name & Designation) 1. 2.

Page 39: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

39

ANNEXURE VIII INTEGRITY PACT

Between RITES LTD. acting for and on behalf of and as an Agent / Power of Attorney Holder of

____________hereinafter called the “Employer” AND ____________ hereinafter referred to as "The Bidder/Contractor" Preamble The Employer intends to award, under laid down organizational procedures, contract/s for ______________. The Employer values full compliance with all relevant laws and regulations, and economic use of resources, and of fairness and transparency in his relations with the Bidder/s and/or contractor/s. In order to achieve these goals, the Employer will appoint an Independent External Monitor (IEM) who will monitor the Tender process and execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Employer

(1) The Employer commits himself to take all measures necessary to prevent corruption and to observe the following principles:-

1. No employee of the Employer, personally or through family members, will in

connection with the tender or for the execution of the contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

2. The Employer will, during the tender process, treat all Bidders with equity and

reason. The Employer will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.

3. The Employer will exclude from the process all known prejudiced persons.

(2) If the Employer obtains information on the conduct of any of his employees which is

a criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption) Act, or if there be a substantive suspicion in this regard, the Employer will inform its Chief Vigilance Officer and in addition can initiate disciplinary action.

Section 2 – Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits himself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

1. The Bidder/Contractor will not directly or through any other person or firm,

offer, promise or give to any of the Employer‟s employees involved in the tender process or the execution of the contract or to any third person any

Page 40: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

40

material or other benefit which he is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions, to restrict competitiveness or to introduce cartelization in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant IPC/PC

Act; further the Bidder/ Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Employer as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and all

payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder/ Contractor will not instigate third persons to commit offences outlined

above or be an accessory to such offences.

Section 3-Disqualification from tender process and exclusion from future contracts

If the Bidder/Contractor, before award or during execution has committed a transgression through a violation of Section 2 above, or in any other form such as to put his reliability or credibility in question, the Employer is entitled to disqualify the Bidder/Contractor from the tender process or take action as per the procedure mentioned in the "Guideline on banning of business dealing" annexed and marked as Annexure "A".

Section 4- Compensation for Damages

(1) If the Employer has disqualified in terms of the provisions in Section 3, the Bidder/Contractor from the tender process prior to the award of contract, the Employer is entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid Security.

(2) If the Employer has terminated the contract during execution in terms of the

provisions under Section 3, the Employer shall be entitled to demand and recover from the Contractor the damages equivalent to Earnest Money Deposit, Security Deposits already recovered and Performance Guarantee, which shall be absolutely at the disposal of the Employer.

Section -5 Previous transgression

(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3

years with any other Company in any country conforming to the Anti-Corruption

Page 41: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

41

approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder/Contractor makes incorrect statement on this subject, he can be

disqualified from the tender process or action can be taken as per the procedure mentioned in "Guideline on banning of business dealing".

Section -6 Equal treatment of all Bidders/Contractors/Sub-Contractors

(1) The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if

permitted under the conditions/ clauses of the contract) a commitment to act in conformity with this Integrity Pact and to submit it to the Employer before signing the contract.

(2) The Bidder/ Contractor confirms that any violation by any of his partners/sub-

contractors to act in conformity with the provisions of this Integrity Pact can be construed as a violation by the Bidder/Contractor himself, leading to possible Termination of Contract in terms of Section 4.

(3) The Employer will disqualify from the tender process all bidders who do not sign this

Pact or violate its provisions.

Section 7- Criminal charges against violating Bidders/Contractors/Sub-Contractors

If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/Sub-Contractor, or of an employee or a representative or an associate of a Bidder, Contractor or Sub-Contractor, which constitutes corruption, or if the Employer has substantive suspicion in this regard, the Employer will inform the same to its Chief Vigilance Officer.

Section -8 Independent External Monitor/Monitors

(1) The Employer shall appoint competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and will perform his functions neutrally and independently. He will report to the MD/RITES Ltd.

(3) The Bidder/Contractor accepts that the Monitor has the right of access without restriction to all Project documentation of the Employer including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Partners/Sub-Contractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Partners/Sub-Contractor with confidentiality.

(4) The Employer will provide to the Monitor sufficient information about all meetings

among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Employer and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

Page 42: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

42

(5) As soon as the Monitor notices or has reason to believe that violation of the agreement by the Employer or the Bidder/ Contractor, has taken place, he will request the Party concerned to discontinue or take corrective action , or to take any other relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner or refrain from action or tolerate action.

(6) The Monitor will submit a written report to the MD/RITES Ltd. within 8-10 weeks

from the date of reference or intimation to him by the Employer and should the occasion arise, submit proposal for correcting problematic situations.

(7) If the Monitor has reported to the MD/RITES Ltd. of a substantiated suspicion of an

offence under relevant IPC/PC Act, and the MD/RITES Ltd. has not, within reasonable time, taken visible action to proceed against such offender or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

(8) The word Monitor would include both singular and plural.

Section – 9 Pact Duration This pact begins when both parties have legally signed it. It expires for the Contractor when his Security Deposit is released on completion of the Maintenance Period and for all other Tenderers six months after the Contract has been awarded. If any claim is made/lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact specified above, unless it is discharged/determined by MD/RITES Ltd.

Section 10 Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall

be as stated in the Contract Agreement. (2) Changes and supplements as well as termination notices need to be made in writing. (3) If the Contractor is a partnership or a consortium, this agreement must be signed by

the Partner in charge/ Lead Member nominated as being incharge and who holds the Power of Attorney signed by legally authorised signatories of all the partners/Members. The Memorandum of Understanding /Joint Venture Agreement will incorporate a provision to the effect that all Members of the Consortium will comply with the provisions in the Integrity Pact to be signed by the Lead Member on behalf of the Consortium. Any violation of Section 2 above by any of the Partners/Members will be construed as a violation by the consortium leading to possible Termination of Contract in terms of Section 3

(4) Should one or several provisions of this agreement turn out to be invalid, the

remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

Page 43: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

43

RITES Ltd. Agent / Power of Attorney Holder _________________________ _________________________ (For & on behalf of the Employer) (For the Bidder/Contractor) (Office Seal) (Office Seal) Place:………………………… Date:………………………. Witness 1: (Name & Address) ----------------------------- ----------------------------- ----------------------------- ----------------------------- Witness 2 (Name & Address) ----------------------------- ----------------------------- ----------------------------- -----------------------------

Page 44: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

44

ANNEX-A

Guidelines on Banning of Business Dealings 1. Introduction 1.1 RITES, being a Public Sector Enterprise and „State‟, within the meaning of Article 12

of Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the Constitution. RITES has also to safeguard its commercial interests. It is not in the interest of RITES to deal with Agencies who commit deception, fraud or other misconduct in the execution of contracts awarded / orders issued to them. In order to ensure compliance with the constitutional mandate, it is incumbent on RITES to observe principles of natural justice before banning the business dealings with any Agency.

1.2 Since banning of business dealings involves civil consequences for an Agency

concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case.

2. Scope 2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies,

has been laid down in these guidelines. 2.2 It is clarified that these guidelines do not deal with the decision of the Management

not to entertain any particular Agency due to its poor / inadequate performance or for any other reason.

2.3 The banning shall be with prospective effect, i.e., future business dealings. 3. Definitions

In these Guidelines, unless the context otherwise requires: i) `Bidder / Contractor / Supplier' in the context of these guidelines is indicated

as „Agency‟.

ii) „Competent Authority‟ and „Appellate Authority‟ shall mean the following: a) The Director shall be the „Competent Authority‟ for the purpose of

these guidelines. MD, RITES shall be the „Appellate Authority‟ in respect of such cases.

b) MD, RITES shall have overall power to take suo-moto action on any

information available or received by him and pass such order(s) as he may think appropriate, including modifying the order(s) passed by any authority under these guidelines.

Page 45: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

45

iii) „Investigating Department‟ shall mean any Department, Division or Unit investigating into the conduct of the Agency and shall include the Vigilance Department, Central Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate.

4. Initiation of Banning / Suspension:

Action for banning / suspension business dealings with any Agency should be initiated by the department/ unit having business dealings with them after noticing the irregularities or misconduct on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by any

department, the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department/Unit, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department.

The Investigating Department/Unit may ensure that their investigation is completed and whole process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be continued unless

the Competent Authority, having regard to the circumstances of the case, decides otherwise.

5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be

informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency

before issuing the order of suspension. However, if investigations are not complete in six months time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to the State,

so warrants; 6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted

by a Court of Law for offences involving moral turpitude in relation to its business

Page 46: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

46

dealings with the Government or any other public sector enterprises or RITES, during the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors, Partners,

owner of the Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolations, etc;

6.4 If the Agency employs a public servant dismissed / removed or employs a person

convicted for an offence involving corruption or abetment of such offence; 6.5 If business dealings with the Agency have been banned by the Govt. or any other

public sector enterprise; 6.6 If the Agency has resorted to Corrupt, fraudulent practices including

misrepresentation of facts; 6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on the

Company (RITES) or its official in acceptance / performances of the job under the contract;

6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in

complying with contractual stipulations; 6.9 Based on the findings of the investigation report of CBI / Police against the Agency

for malafide / unlawful acts or improper conduct on his part in matters relating to the Company (RITES) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit; 6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

7. Banning of Business Dealings 7.1 A decision to ban business dealings with any Agency shall apply throughout the

Company. 7.2 If the Competent Authority is prima-facie of view that action for banning business

dealings with the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice 8.1 In case where the Competent Authority decides that action against an Agency is

called for, a show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behaviour may be appended to the show-cause

Page 47: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

47

notice and the Agency should be asked to submit within 30 days a written statement in its defence. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession of

RITES, necessary facility for inspection of documents may be provided. 8.3 After considering the reply of the Agency and other circumstances and facts of the

case, a final decision for Company-wide banning shall be taken by the Competent Authority. The Competent Authority may consider and pass an appropriate speaking order: a) For exonerating the Agency if the charges are not established; b) For banning the business dealing with the Agency.

8.4 The decision should be communicated to the Agency concerned along with a reasoned

order. If it decided to ban business dealings, the period for which the ban would be operative may be mentioned.

9. Appeal against the Decision of the Competent Authority 9.1 The Agency may file an appeal against the order of the Competent Authority banning

business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which shall

be communicated to the Agency as well as the Competent Authority. 10. Review of the Decision by the Competent Authority

Any petition / application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or subsequent development necessitating such review.

11. Circulation of the names of Agencies with whom Business Dealings have been banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of RITES may circulate the names of Agency with whom business dealings have been banned, to the Ministry of Railways and PSUs of Railways, for such action as they deem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more

information about the Agency with whom business dealings have been banned a copy of the report of Inquiring Authority together with a copy of the order of the Competent Authority/ Appellate Authority may be supplied.

Page 48: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

48

12. Restoration 12.1 The validity of the banning order shall be for a specific time & on expiry of the same,

the banning order shall be considered as "withdrawn". 12.2 In case any agency applies for restoration of business prior to the expiry of the ban

order, depending upon merits of each case, the Competent Authority which had passed the original banning orders may consider revocation of order of suspension of business/lifting the ban on business dealings at an appropriate time. Copies of the restoration orders shall be sent to all those offices where copies of Ban Orders had been sent.

Page 49: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

49

Annexure – B

Form of Performance Security Bank Guarantee Bond In consideration of the Employer having agreed under the terms and conditions of agreement No…………………………………… dated ………………. made between ………………………….( the employer ) represented by RITES Ltd for and on behalf of the employer as an agent/Power of Attorney Holder and ……………………………… (hereinafter called “the said Contractor(s)”) ………. for the work ……………………………(herein after called the said agreement”) the Contractor having agreed to production of a irrevocable bank guarantee for Rs. …………………. (Rupees ……………………. Only) as a Security/Guarantee for compliance of his obligations in accordance with the terms and conditions in the said agreement,

1. We …..……………………………………………. (hereinafter referred to as “ the

(indicate the Name of the Bank) Bank”) hereby undertake to pay to the RITES LTD for and on behalf of the employer as an agent/ Power of Attorney Holder an amount not exceeding Rs. ……………………………… (Rupees …………………………………………only) on demand by RITES Ltd for and on behalf of the employer as an agent/ Power of Attorney Holder.

2. We …………………….……… do hereby undertake to pay the (indicate the Name of

the Bank) amounts due and payable under this guarantee without any demur, merely on a demand from by RITES Ltd for and on behalf of the employer as an agent/ Power of Attorney Holder stating that the amount claimed is required to meet the recoveries due or likely to be due from the said Contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs………….. (Rupees …………………………………… only).

3. We, the said Bank further under take to pay to the employer represented by RITES Ltd.

for and on behalf of the employer as an agent/ Power of Attorney Holder any money so demanded not withstanding any dispute or disputes raised by the Contractor(s) in any suit or proceeding pending before any court or Tribunal relating there to our liabilities under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the Contractor(s) shall have no claim against us for making such payment.

4. We …………….……………………….. further agree that the guarantee herein

(indicate the Name of the Bank) contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all dues of the employer represented by RITES Ltd for and on behalf of the employer as an agent/ Power of Attorney Holder under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-charge on behalf of the employer represented by RITES Ltd for and on behalf of the employer as an agent/ Power of Attorney Holder certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor (s) accordingly discharges this guarantee.

Page 50: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

50

5 We …………………..……… further agree with the employer (indicate the Name of the Bank) represented by RITES Ltd for and on behalf of the employer as an agent/ Power of Attorney Holder that the employer shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor (s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Employer against the said Contractor (s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor (s) or for any forbearance, act of omission on the part of the Employer or any indulgence by the Employer to the said Contractor (s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the

Bank or the Contractor (s). 7. This guarantee will neither be cancelled nor revoked by the bank without the written

authorization of the beneficiary (RITES Ltd.). For this purpose the beneficiary would inform the Bank of their authorized signatories together with the specimen signatures.

8. This guarantee shall be valid up to ………………………… unless extended on

demand by the employer represented by RITES Ltd for and on behalf of the employer as an agent/ Power of Attorney Holder. Not withstanding anything mentioned above, our liability against this guarantee is restricted to Rs…………………….(Rupees ……………………………………. Only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee, all our liabilities under this guarantee shall stand discharged.

Dated the …………………….. day of ……………………….. for ……………………… (indicate the name of the Bank)”.

Page 51: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

51

ANNEXURE `C’ PROFORMA FOR BANK GUARANTEE FOR MOBILIZATION ADVANCE

(On Non-Judicial Stamp Paper of Appropriate Value) To, RITES LTD. ________ 1. In consideration of, RITES Ltd. acting for and on behalf of as Agent/ Power of

Attorney Holder of _____ (hereinafter called “the Employer”) (which expression shall unless repugnant to the subject or context include its successors and assigns having agreed under the terms and conditions of the Contract Agreement No. _______ dated ___________ with * ______ in connection with the work of “____________________________” (hereinafter called “the said Contract”) to make at the request of the Contractor a lumpsum advance of Rs.______/- (Rupees ____________ only) for utilizing it for the purpose of the Contract on his furnishing a guarantee acceptable to the Employer, we, ______ Bank incorporated under _________ and having one of our branches at ___________________ (hereinafter referred to as “the said Bank”) do hereby guarantee the due recovery by the Employer of this said advance with interest thereon as provided according to the terms and conditions of the Contract. If the said Contractor fails to utilize the said advance for the purpose of the Contract and / or the said advance together with Interest thereon as aforesaid is not fully recovered by the Employer, we, ___________ Bank hereby unconditionally and irrevocably undertake to pay to RITES Ltd. on demand and without demur to the extent of the said sum of Rs. ________/- (Rupees ____________ only), any claim made by the Employer on us for the loss or damage caused to or suffered by the Employer by reason of the Employer not being able to recover in full the said sum of Rs. _____/- (Rupees ________________ only) with interest as aforesaid.

2. We, ___________ Bank further agree that the Employer shall be the sole judge of and

as to whether the said Contractor has not utilized the said advance or any part thereof for the purpose of the Contract and the extent of loss or damage caused to or suffered by the Employer on account of the said advance together with interest not being recovered in full and the decision of the Employer that the said Contractor has not utilized the said advance or any part thereof for the purpose of the Contract and as to the amount or amounts of loss or damage caused to or suffered by the Employer shall be final and binding on us.

3. We, the said Bank, further agree that the Guarantee herein contained shall remain in

force and effect during the period that would be taken for the performance of the said Contract and till the said advance with interest has been fully recovered and its claims satisfied or discharged and till the Employer certifies that the said advance with interest has been fully recovered from the said Contractor, and accordingly shall have no claim under this Guarantee after 30 (thirty) days from the date of satisfactory completion of the said Contract (as per the mutually agreed Work Schedule) i.e. upto and inclusive of _______ (date) unless a notice of the claim under this Guarantee has been served on the Bank before the expiry of the said period i.e. _______ (date) in which case the same shall be enforceable against the Bank notwithstanding the fact, that the same is enforced after the expiry of the said period.

Page 52: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

52

4. The Employer shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee or Indemnity, from time to time, to vary any of the terms and conditions of the said Contract or the advance or to extend time of performance by the said Contractor or to postpone for any time and from time to time any of the powers exercisable by it against the said Contractor and either to enforce or forbear from enforcing any of the terms and conditions governing the said Contract or the advance available to the Employer and the said Bank shall not be released from its liability under these presents by any exercise by the Employer of the liberty with reference to the matters aforesaid or by reasons of time being given to the said Contractor or any other forbearance, act or omission on the part of the Employer or any indulgence by the Employer to the said Contractor on any other matter or thing whatsoever which under the law relating to sureties would, but for this provision, have the effect of so releasing the Bank from its such liability.

5. It shall not be necessary for the Employer to proceed against the Contractor before

proceeding against the Bank and the Guarantee herein contained shall be enforceable against the Bank notwithstanding any security, which the Employer may have obtained or obtain from the Contractor shall at the time when proceedings are taken against the Bank hereunder, be outstanding or unrealized.

6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency

except with the previous consent of the Employer in writing and agree that any change in the Constitution of the said Contractor or the said Bank shall not discharge our liability hereunder.

If any further extension of this Guarantee is required the same shall be extended to such required periods on receiving instructions from M/s.________________ on whose behalf this Guarantee is issued.

Notwithstanding anything contained herein before our liability under this Guarantee is restricted to Rs._____ (Rupees ___________ only) together with interest ____. Our undertaking shall commence from the date of execution and shall remain in force upto ______ Dated this __________ day of _________ In presence of For and on behalf of (the Bank) WITNESS Signature ____________________________ 1.______________________ Name________________________________ 2.______________________ Designation ___________________________ Authorization No._______________________ Seal of the Bank ________________________ The above guarantee is accepted by the Employer

For RITES Ltd.________________ For and on behalf of ______________ (the Employer)

Page 53: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

53

---NOTES *For Proprietary Concerns Shri _____________ son of ______________ resident of _____________________ _________________________ carrying on business under the name and style of _________ at _____________ (hereinafter called ”the said Contractor” which expression shall unless the context requires otherwise include his heirs, executors, administrators and legal representatives). For Partnership Concerns *M/s. ________________ a partnership firm with its office __________ (hereinafter called “the said Contractor” which expression shall unless the context requires otherwise include their heirs, executors, administrators and legal representatives); the names of their partners being i) Shri ______________________ S/o__________________________ ii) Shri ______________________ S/o _________________________ etc. For Companies * M/s. ______________ a company under the Companies Act, 1956 and having its registered office at ____ in the State of _______ (hereinafter called “the said Contractor” which expression shall unless the context requires otherwise include its administrators, successors and assigns).

Page 54: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

54

PART -1

TECHNICAL BID Section - 2

TENDER & CONTRACT FORM

Page 55: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

55

SECTION 2

TENDER AND CONTRACT FOR WORKS To The Accepting Authority.

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

Tenderers, Special Conditions, Technical Specifications, Drawings, Schedule / Bill of Quantities, Amendments/Errata no.to GCC and General Conditions of Contract as well as other documents and rules referred to in GCC and all the details contained in the Tender Document for the work.

2. I/We hereby tender for the execution and completion of the work and remedy any

defects therein, specified in the Schedule of Quantities within the time specified in, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers and in Clause of the Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

3. We agree that our tender shall remain valid for a period of 180 days from the due

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

4. A sum of Rs. __________ is hereby forwarded in the form of Banker‟s

cheque/Demand Draft drawn on any Schedule Bank issued in favour of RITES Ltd.,payable at Kolkata as the Earnest Money.

5. If I/We withdraw my/our tender during the period of tender validity or before issue of

Letter of Acceptance which ever is earlier or make modifications in the Terms and Conditions of the Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely.

6. If I/We fail to furnish the prescribed Performance Guarantee within prescribed period,

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

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

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

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

Money & Performance Guarantee as aforesaid in Paras 5 to 7, I/We shall be debarred for participation in re-tendering process of the work.

9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest Money shall be retained by the Employer towards Security Deposit, to execute all the works referred to in the Tender document upon the Terms and Conditions contained

Page 56: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

56

or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in the document, and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clause 12.2 and 12.3 of the tender form.

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

within 28 days from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is signed.

11. I/We hereby declare that I/We shall treat the tender documents, drawings and other

records connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the Employer/State.

12. I/We hereby declare that I/We have not laid down any condition/deviation to any

content of Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected.

13. I/We understand that the Employer is not bound to accept the lowest or any tender he

may receive. I/We also understand that the Employer reserves the right to accept the whole or any part of the tender and I/We shall be bound to perform the same at the rates quoted.

14. Until a formal agreement is prepared and executed, this bid together with our written

acceptance thereof shall constitute a binding contract between us and RITES. 15. I am/We are signing this Tender offer in my / our capacity as one/those authorized to

sign on behalf of my/our company/as one holding the Power of Attorney issued in my favour as Lead Member by the Members of the Joint Venture.

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

Page 57: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

57

PART -1

TECHNICAL BID

Section - 3

SPECIAL CONDITIONS OF CONTRACT

Page 58: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

58

Section - 3 SPECIAL CONDITIONS OF CONTRACT (SCC)

FOR

CONSTRUCTION OF BOUNDARY WALL INCLUDING EARTH WORK IN FILLING UPTO FORMATION LEVEL IN CONNECTION WITH THE PROJECT MANAGEMENT AND CONSTRUCTION OF RAILWAY SIDING AND S&T SYSTEM PACKAGE FOR BARH STPP, STAGE-II (2 X660 M.W) AT BARH, DIST. PATNA, BIHAR 1 DESCRIPTION OF SITE. 1.1 The National Thermal Power Corporation (NTPC) is India‟s premier institution in the field of thermal power generation. Putting up new power plants and augmenting the capacity of its existing ones is a continuous process in NTPC. One mega project planed is a Super Thermal Power Plant of 3 x 660 MW capacities near Barh town in Patna district of Bihar. The Project site is located east of Barh town near village Bariyapur at latitude 16° 28‟ North and longitude 85° 47‟ east. The power plant is bound by villages Purani Barh on the West, Bariyapur on the North, Punarakh on the East and East Central Railway main line in the South. It is approachable by Mokama-Bakhtiapur National Highway, No 31 running at about 160m to its north. The City of Patna which is the nearest airport is about 67km from the site. East Central Railway‟s main line from Mokama to Mughalsarai runs at about 100m to its south. Barh and Punarakh are the nearest railway stations on this line. 1.2 The Permanent Way works are to be carried out in accordance with the provision of the specifications and agreement along with the schedules attached. The relevant Codes, Manuals and Specifications applicable for such works.

2 SCOPE OF WORK. a) Earth work in filling upto formation level. b) Construction of Boundary wall including supply of all materials.

As per the provisions of the bidding documents, Contractor will be responsible for the entire scope of work for construction of Boundary wall, earth work in filling including supply of materials in connection with the project management and construction of railway siding system package for Barh STPP, Stage-II (2 x 600 M.W) at Barh, dist. Patna, Bihar. 2.1 The contractor in accordance with the design, technical specifications and

drawings prepared by the consultant M/s. VCC shall execute all the above works.

2.3 The detailed scope of work covered under this package has been specified in relevant clauses of Technical Specification.

2.4 Contractor shall obtain license for storage of blasting material and conducting controlled blasting through an authorized expert.- Not Applicable

2.5 The contractor shall provide a site office for RITES Personal with a size of minimum 21 sqm. including Office Furniture, Toilet and Internal electrical fittings. - Not Applicable

2.6 In case of any conflict between General Conditions of Contract and Special Conditions of Contract, provisions of Special Conditions of Contract shall prevail.

Page 59: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

59

3 GENERAL INSTRUCTIONS 3.1 Contractor is advised to visit the site to familiarize him with the site conditions

before quoting the rates.

3.2 Before starting the work contractor/s has to prepare an execution chart (BAR CHART) and PERT CHART and get it approved from the competent authority and the same shall be displayed in office. This chart shall be reviewed after every 15 days.

3.3 The contractor/s will remove dismantled materials/bushes, trees, branches and leaves of trees etc. immediately from the site of work to avoid hindrance or inconvenience to the agencies working in adjoining site/road vehicles/traveling public as per instructions of the Engineer and useful materials released will be the property of the NTPC. Contractor will lead and hand over the same at NTPC‟s store/godown at Barh. The dismantled materials which are classified by Engineer as not useful will be disposed off by The Contractor irrespective of any lead as per instructions of the Engineer-in-charge. Nothing extra on account of leading, loading, unloading etc. of such materials will be paid. This aspect while quoting rates may be kept in view by the contractor/s.

3.4 Dismantled track structure (P. Way materials) shall be kept in safe custody of the Contractor. Any shortages/losses will have to be made up by the contractor at his own cost. The dismantled material shall be lead and handed over to NTPC store godown at Barh by the contractor at own cost.

3.5 In case any material is rejected at site due to its not conforming to the Specification, the contractor shall arrange to remove all such material from site of work at his own cost within 7 days of the receipt of the notice. Safe custody of the materials at site is the responsibility for the contractor.

3.6 The work will be carried out in some cases under traffic conditions; therefore contractor is required to follow the road/railways traffic rules. He is advised that this aspect may be kept in view by the contractor/s while quoting rates.

3.7 The materials to be supplied by the contractor shall comply with relevant IS/IRS Specifications.

3.8 Samples of the materials, which the contractor would be intending to supply/shall, are got approved in advance from the Engineer before commencing the supply of the same.

3.9 The land and place where materials are to be stacked shall be made fit for stacking of materials by the contractor at own cost; nothing extra will be paid for this purpose.

3.10 The contractor will also himself/themselves arrange and pay for the cost of land use for such working facilities as he/they need (i.e. land for labour camps, contractor‟s office, approach road to site(s) of work etc.) the contractor will be deemed to have included this element of compensation in their through tendered rates and will not be entitled to any extra payment. They are advised to see the site of work before tendering.

3.11 The rate quoted by contractor/s shall be inclusive through rate. No leads, lifts, loading, unloading, handling, re-handling, stacking at site, toll tax, octroi, sale tax

Page 60: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

60

and royalty or any other charges levied or leviable by the State Government or by Local bodies will be paid by the NTPC.

3.12 The contractor will be responsible for the security of the staff and the labour deployed by him.

4 SETTING UP OF FIELD LABORATORY 4.1 The contractor shall set up field laboratory at his own cost at work site which

should be open for use and inspection by the NTPC Engineer at any time, the laboratory shall be equipped with necessary equipments to carry out the various tests for classification of soils and compaction, sieve analysis, compression tests on cubes, slump test, workability test etc. on aggregates, cement, water and concrete required for ensuring the required quality and standard conforming to codal provision and special specifications. The tenederer shall render all reasonable assistance and help in making the check and test.

4.2 All the equipments, machineries etc. shall be kept in good working condition. The cost of setting up the laboratory, equipping and maintaining the same, conducting all tests on materials and cubes etc. shall be borne by the contractor.

4.3 As part of the Contract the contractor shall provide and maintain a site laboratory for the testing of construction materials under the direction and general supervision of the Engineer-in-charge.

4.4 The laboratory building shall be constructed and installed with the appropriate facilities. Temperature and humidity controls shall be available wherever necessary during testing of samples.

4.5 All equipments shall be provided by the Contractor so as to be compatible with the testing requirements specified. The Contractor shall maintain the equipment in good working condition for the duration of the Contract.

4.6 The Contractor shall provide approved qualified personnel to run the laboratory for the duration of the Contract. The number of staff and equipment available must at all times be sufficient to keep pace with the sampling and testing programme as required by the Engineer-in-Charge.

4.7 The Contractor shall fully service the site laboratory and shall supply everything necessary for its proper functioning, including all transport needed to move equipment and samples to and from sampling points on the site, etc.

4.8 The Contractor shall re-calibrate all measuring devices whenever so required by the Engineer-in-Charge and shall submit the results of such measurements without delay.

5 MACHINERY AND PLANT 5.1 The contractor will be entirely responsible to arrange all necessary machinery including

inches, gauges, dredgers, derricks, cranes, staging materials, vehicles, trailers, tools and plant and their spare parts required for efficient and methodical execution of the work and transport them to the site of work. Delay in procurement of such items due to their non-availability as excuse for import difficulties or any other cause whatsoever will not be taken as excuse for slow or non-performance of the work. Safety of plants and machinery will be the responsibilities of the contractor and for any loss in cases of wash way any type of contractor‟s materials, tools & plants in floods, or otherwise no claim will be entertained on this account, whatsoever.

Page 61: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

61

5.2 The minimum equipment and machinery to be deployed by the Contractor for the execution of work shall be as given in Part-C of Technical Specification.

6 AS BUILT DRAWING 6.1 After completion of the works contractor should submit dimensional completion / as

built drawings – 3sets and soft copy (CD).

7 SECURITY DEPOSIT 7.1 The existing condition 9 of General conditions of contract shall be treated as deleted

and substituted with the following sub clauses of Special Conditions of Contract.

7.2 The total security deposit to be furnished by the Contractor whose tender(s) may be accepted (hereinafter called the contractor) including the amount of Earnest money deposited with the tender shall be 5% (Five Percent) of the contract value.

7.3 Recovery of Security Deposit The person/persons whose tender(s) may be accepted (hereinafter called the Contractor) shall permit the Employer at the time of making any payment to him for work done under the Contract to deduct a sum at the rate of 5% of the gross amount of each running bill till the sum along with the sum already deposited as earnest money will amount to Security Deposit of 5% of the tendered value of the work. Earnest money shall be adjusted first in the Security Deposit and further recovery of Security Deposit shall commence only when the up-to-date amount of Security Deposit starts exceeding the Earnest Money. Such deductions will be made and held by the RITES for & on behalf of Employer by way of Security Deposit unless he/ they has/ have deposited the amount of Security at the rate mentioned above in cash or fixed deposit receipts. In case a fixed deposit receipt of any Bank is furnished by the Contractor to the RITES as part of the security deposit and the Bank is unable to make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the Contractor and the Contractor shall forthwith on demand furnish additional security to the Employer to make good the deficit.

All compensations or the other sums of money payable by the Contractor under the terms of this Contract may be deducted from, or paid by the sale of a sufficient part of his security deposit or from the interest arising there from, or from any sums which may be due to or may become due to the Contractor by the RITES for & on behalf of Employer on any account whatsoever and in the event of his Security Deposit being reduced by reason of any such deductions or sale as aforesaid, the Contractor shall within 10 days make good in cash or fixed deposit receipt tendered by the State Bank of India or by Scheduled banks endorsed in favour of the Engineer-in-Charge, any sum or sums which may have been deducted from, or raised by sale of his security deposit or any part thereof. The security deposit shall be collected from the running bills of the Contractor at the rates mentioned above and the Earnest Money deposited at the time of tenders will be treated as part of the Security Deposit.

Page 62: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

62

7.4 Security Deposit shall be released to the contractor as per scheduled given below:

1 50% (fifty percent) of total security deposit (release of security deposit in the form of BG and EMD).

After satisfactory completion of the work as certified by the Engineer-in-charge.

2. Balance 50% (fifty percent) of total security deposit (release of security deposit in the form of cash).

After successful completion of defect liability/maintenance period.

7.5 No interest will be payable on the Earnest Money or the Security Deposit or the amount payable to the contractor under the contract.

7.6 Security Deposit shall not be released/refunded to the contractor till the contractor obtains clearance certificate from the Labour office.

8 PERFORMANCE GUARANTEE 8.1 The contractor shall provide RITES with a financial guarantee for the due and

faithful performance of the contract for a sum equal to 05% (five per cent) of the Tendered Value. Such guarantee shall be in the form of a bank guarantee from a Schedule Bank or the State Bank of India located in India, on the format already agreed upon. The Bank guarantee shall be furnished within 21 days from the date of issue of Letter of Acceptance. This period can be further extended by the Engineer-in-Charge up to a maximum period 10 day on written request of the Contractor stating the reason for delays in procuring the Bank Guarantee, to the satisfaction of the Engineer-in-Charge.

8.2 In case the performance of the contractor is not found satisfactory at any stage in the opinion of Engineer-in-charge, the performance guarantee of the contractor shall be forfeited after giving due notice to the contractor. The decision of the Engineer-in-chare shall be final and binding on the contractor in this regard.

8.3 The Performance Guarantee shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case the time for completion of work gets enlarged, the Contractor shall get the validity of Performance Guarantee extended to cover such enlarged time for completion of work. The Performance Guarantee shall be released after satisfactory completion of defect liability period.

(i) The Engineer-in-charge shall not make a claim under the Performance Guarantee except for amounts to which the Employer is entitled under the Contract (notwithstanding and/or without prejudice to any other provisions in the Contract agreement) in the event of :

a) Failure by the Contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer-in-charge may claim the full amount of the Performance Guarantee.

b) Failure by the Contractor to pay the Employer any amount due, either as agreed by the Contractor or determined under any of the Clauses/ Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer-in-charge.

Page 63: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

63

ii) In the event of the Contract being determined or rescinded under provisions of any of the clause/condition of the agreement, the performance guarantee shall stand forfeited in full and shall be absolutely at the disposal of the Employer.

8.4 The Contractor‟s All Risk Policy (C.A.R) shall be incorporated by the Contractor up

to completion of the work.

9 SALES TAX ON WORKS CONTRACT, SERVICE TAX, OTHER TAXES, DUTIES, & LEVIES ETC.

9.1 The award of work under this Contract shall be on “Works Contract Basis”. The Contractor shall be responsible for payment of any tax levied on the transfer of property or goods involved in the “Works Contract” under Bihar State Government Sales Tax Act and the rules made hereunder including amendments if any. This liability shall be to the Contractor‟s account and it shall not be reimbursed by RITES Ltd., Tax deductions at source shall be made as per laws prevalent in the country.

It will be incumbent upon the Contractor to obtain a registration certificate as a dealer under the Local Sales Tax Act and the Central Sales Tax Act and necessary evidence to this effect shall be furnished by the Contractor to RITES Ltd., Sales Tax on the transactions between the Contractor and his Sub contractors/Vendors etc shall not be reimbursed by RITES Ltd.

9.2 The Contractor shall be responsible for any taxes that may be levied hereinafter on the transaction between Contractor and RITES Ltd.,

9.3 The Contractor, shall be liable and responsible for the payment wherever payable, of the taxes, import duties, tolls, octroi duties, excise duty, levies, entry tax, (except service tax), Cess, Royalty, Seinorage charges etc. on all services, material and articles‟ that he may use for this work. Service Tax shall be payable extra as applicable and shall be reimbursed on submission of documentary evidence. Any increase in the aforesaid taxes, import duties, tolls, octroi duties, excise duty, levies, entry tax, Cess, Royalty, Seinorage charges etc that may arise during the currency of the contract shall be entirely on the Contractor‟s accounts.

9.4 NTPC will provide form C and way bill to the contractor for availing of Sales Tax rebate wherever applicable. In case RITES/NTPC fails to provide form „C‟ and way bill additional sales tax as paid by the contractor on account of non issue of Form „C‟, will be reimbursed to the contractor on production of proof of payment of Sales Tax by the Contractor.- NOT APPLICABLE

9.5 The item rates quoted shall be inclusive of all taxes such as Sales Tax (against issue of Form „C‟) Excise Duty, Entry Tax, Toll Tax, Turnover Tax on works contract, Octroi, Royalty and any other tax of levy etc. as applicable. However sales tax on work contract, if paid by RITES/NTPC directly, the same amount shall be recovered from the contractor‟s on account bills and no exemption claims on this account shall be entertained by RITES Ltd.

10 CONTRACT PRICE ADJUSTMENT. (REFER CLAUSE 53 OF GCC) - NOT APPLICABLE

10.1 Price adjustment against this contract shall be available to the contractor only on “Fuel component of the work elements, this Price adjustment shall not be available to the contractor on any other components as defined in clause 10.3”

Page 64: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

64

10.2 The Contractor shall be required to produce necessary "Price List" for H.S. Diesel Oil and "Monthly Bulletins" issued by office of Economic Adviser/labour Bureau, Simla for receiving payments from, RITES/Refund to be made to RITES as required in the Price Adjustment formula mentioned above.

10.3 The percentage of various components in contract price on which variation in prices shall be admissible are indicated below. However, for the contract price adjustment shall be available only on Fuel Component.

a. Labour Component - 30 %

b. Fuel Component - 15 %

c. Materials Component - 40 %

d. Fixed Component - 15% (will not be considered for any price variation)

11 PAYMENT ON ACCOUNT 11.1 Add the following in clause 51.1 (b) of GCC.

11.2 For the purpose of this clause, the material component is defined as follows:

"The sum of all the percentages for various factors, stipulated in price adjustment Clause except the percentage stipulated for the labour component and fixed component".

12 TIME SCHEDULE 12.1 The condition no. 13 under Schedule-A (i.e. Reference to General Conditions of

Contract) “The time allowed for execution of work or time schedule” may be read as deleted and modified as under.

The entire scope of work covered under this contract shall be completed within 3(Three) months from the date of commencement of work. The date of commence of work shall be reckoned from the 15th day of issue of Letter of Award The work shall be performed in time and to achieve the targets, the Contractor shall have to plan adequate mobilization of all resources. List of equipment, construction methodology, Site Organization Set-up and a detailed Work Schedule shall be discussed with the successful tenderer before award of the Contract and agreed to and such agreed Work Schedule shall form a part of the Letter of Award. All the Contractor's activities shall be performed and completed strictly in accordance with agreed Work Schedule. The Engineer-in-charge, shall however, have the right to review the progress and modify the Work Schedule suiting the site conditions and the Contractor shall be required to complete his activities in accordance thereof without any extra cost to the Owner.

13 WATER & POWER SUPPLY 13.1 Clause No. 46 and 48 of Section-III of General Conditions of Contracts (GCC):

13.2 Water Supply 13.2.1 Replace the existing clause 46 (a), (b), (c) of Section-III of GCC by the following:

13.2.2 No water will be supplied by RITES/NTPC for any purpose. The Contractor shall make his own arrangement at his own cost. No claim will be entertained on this account.

Page 65: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

65

13.3 Power Supply 13.3.1 Delete the GCC clause: 48.

13.3.1.1No power will be supplied by RITES/NTPC for any purpose. The Contractor shall make his own arrangement at his own cost. No claim will be entertained on this account.

14 QUALITY ASSURANCE PROGRAMME – Followed by RITES Specifications for Railway Track and Bridge Works September-2010

14.1 All costs associated with testing of materials required as per technical specifications shall be borne by Contractor.

15 TEMPORARY & ENABLING WORKS AND DELAYING WORKS 15.1 The sitting and nature of all offices, huts, access road to the work - areas, access tracks

to work areas, bunds, sumps, channels and all other temporary works as may be required for the proper execution of the works shall be subject to the' approval of the Engineer-in-Charge. These works shall be executed by the Contractor at his own cost. Hard crusting for pre-assembly/fabrication yard shall be in line with Part-A of Technical Specification.

15.2 All the equipments, labour, materials required for the enabling works associated with the entire Contract-shall have to be arranged by the Contractor only. Nothing extra shall be paid to the Contractor on this account and the unit rates quoted by the Contractor for various items in the Schedule of Items shall be deemed to include the cost of enabling works.

15.3 The Contractor shall make his own arrangement at his own cost for approach to the work site including borrow I disposal area and for movement of men, machinery, other requirement etc. required for carrying out the work included under this Contract.

16 SHIFT WORK 16.1 To achieve the required progress, two or more shifts a day may be necessary for

executing the work. The period of completion and number of working days shall not be affected by the number of shifts each day. No extra amount on account of any shift work is payable to the Contractor.

16.2 Wherever, the work is carried out at night, adequate lighting of working areas and access paths should be provided by the Contractor at his own cost. Sufficient notice should be given by the Contractor to the Engineer-in-Charge regarding the details of works in shifts so that necessary supervision could be provided.

17 OBSERVANCE OF LABOUR LAWS 17.1 In addition to the observance of provision in clauses 16.0 and 34-A, of Section III of

General Conditions of Contract, the following provisions will also hold good:

17.2 The Contractor shall be liable to make payment to all the employees and make compliance with labour laws. If the OWNER, is held liable as 'PRINCIPAL EMPLOYER' to pay contribution etc- under ESI Act or any other legislation of Government or Court decision, in respect of the employees of the Contractor, then the-latter would reimburse, the amount of such contributions so paid by RITES/NTPC.

Page 66: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

66

18 COOPERATION WITH OTHER AGENCIES 18.1 The Contractor shall attend at his cost, all the meetings with the Engineer-in Charge,

other Contractors and the Consultants of the Owner for the Contract. The Contractor shall attend such meetings as and when required and fully cooperate with such persons and agencies involved.

19 DEFECT LIABILITY /MAINTENANCE PERIOD

19.1 The Defect Liability/Maintenance period shall be 12 months reckoned from the date of issue of handing over of works to RITES/NTPC on completion. Also through out the defect liability period of 12 months sufficient staff and materials/equipments etc. will be arranged by the contractor to enable to carry out the repairs/rectification immediately whenever pointed out by RITES/NTPC.

19.2 In case the defect liability are such that can not be rectified or the contractor fails to rectify completely to the satisfaction of Engineer-in-charge, then RITES/NTPC reserves the right to accept the work at reduced rates or to get the rectification work done at the risk and cost of the contractor. The decision of RITES/NTPC in this regard shall be final and binding on the contractor and shall be beyond purview of the “Settlement of disputes and Arbitration” clause of General Conditions of Contract.

19.3 The contractor shall be responsible for rectification of defects arising out of defective workmanship / defective materials for this period of twelve months and shall be responsible for replacement of all defective materials and for rectification of all defects at his own cost. The assets shall be handed over to Engineer-in-Charge / NTPC at the end of the maintenance period as per stipulations given in Technical Specifications.

20 CONTRACT COORDINATION PROCEDURES, MEETINGS & PROGRESS REPORTING COORDINATION

20.1 The Contractor shall prepare and finalize in consultation with RITES Ltd /NTPC, a detailed Contract coordination procedure within 21 days from the date of issue of Letter of Award for the purpose of execution of the Contract.

20.2 During the execution of the work, Contractor shall submit at his own cost a detailed monthly progress report to the Engineer-in-Charge in three copies by 7th of every month.

21 QUANTITY VARIATION LIMIT 21.1 The quantity variation shall be as per Clause 10 (iv) of Schedule-A enclosed with the

GCC.

22 HANDING OVER OF SITE 22.1 Efforts will be made by the Owner to hand over the site to the Contractor free of

encumbrance. However, in case of any delay in handing over of the site to the Contractor, the Owner shall only consider suitable extension of time for the execution of the work. It should be clearly understood that the Owner shall not consider any other compensation whatsoever viz. towards idleness of contractor‟s labour, equipment etc.

Page 67: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

67

22.2 The Contractor shall make his own arrangement at his own cost for approach to the work site including borrow / disposal area and for movement of men, machinery, other equipment etc. required for carrying out the work included under this Contract.

22.3 The Owner reserves the right to hand over the site in parts progressively to the Contractor. The Contractor will be required to do the work on such released-fronts in parts without -any reservation whatsoever.

22.4 The access roads near to the work site may not be available at the time of Mobilisation of the Contractor. The Contractor shall plan his work within the plant area as per available roads at site. All drainage of works area and all other weather truckable/haulage roads as required by the Contractor shall be constructed and maintained during the construction period by the Contractor at his own cost.

23 STAFF QUARTER 23.1 Staff quarters & labour hutment at Barh STPP, RITES/NTPC, if available, may be

provided to the contractor on chargeable basis at the discretion of the Engineer-in-Charge on mutually agreed terms & conditions.

24 SITE ORGANISATION 24.1 The contractor shall depute well qualified and experienced personnel for administration

and execution of the Contract at site in the area of planning, procurement & contracts/construction, electrical, mechanical, quality assurance, personnel, finance, safety etc.

25 PREVENTION OF POLLUTION. 25.1 Contractor shall make necessary arrangement to prevent pollution of the water in any

stream, springs, nallah, river and lakes.' The Contractor shall be solely responsible and liable for all damage caused by any pollution that may take place during the execution of the work.

26 EXPLOSIVES 26.1 Permission for the use of explosives shall be obtained from the Engineer-in-Charge

and shall be used only under close supervision.

26.2 It shall be responsibility of the Contractor to seek and obtain any necessary permits and to ensure that the requirements of the authorities are complied with in all respects. Failure to do so may result in the Engineer-in-Charge withdrawing permission to use explosives.

26.3 Under no circumstances shall blasting be permitted at night. The indemnification provided for under the General Condition of Contract shall include indemnification against all claims in respect of any incident arising from the use of explosives.

26.4 The Owner reserves the right to award the work to a single Party or to Split the work amongst two or more parties as deemed necessary without assigning any reason.

27 PROCUREMENT OF P.WAY MATERIALS AND INSPECTION – NOT

APPLICABLE 27.1 All the materials and equipments received for track construction shall be procured

from the suppliers/manufacturers approved by RDSO/Railway/RITES.

Page 68: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

68

27.2 Any materials for which approved manufacturers or suppliers are not available shall be procured from sources after getting approved from RITES prior to procurement.

27.3 All the materials shall be got inspected and passed from Railway authorized inspecting agencies such as RDSO/Railway/RITES/DGS&D and certificates obtained to this effect shall be submitted to RITES before acceptance of that material.

27.4 Procurement of Rails:- i) 52 Kg (90 UTS) IU/1st quality rails (required for tracks only) are available at NTPC

stock yards inside plant at Barh.

ii) Depending upon the requirements of work, the contractor shall give his requirement schedule of rails to RITES sufficiently in advance of the date of requirement of rails (at least one (1) month in advance of the requirement), so that necessary arrangements are made by RITES for issue of rails to the contractor in time. Any failure on this account resulting in stoppage/delay in execution of work shall be solely on contractor‟s account. The decision of the Engineer in charge of the work, in this regard, shall be final and binding on the contractor.

iii) Upon receipt of requirement of rails from the contractors, RITES shall issue authorization letter to the contractor to draw rails (IU/1st quality only) as required for the work. However, before issue of authorization letter by RITES to the contractor, the contractor will have to furnish a Indemnity bond to cover cost of these rails on the proforma placed as Proforma-XIII. Such indemnity bond shall be available for the period upto payment of „Final Bill‟ to the contractor. However, the Indemnity bond shall be released by RITES on measurement, reconciliation and finalisation of the quantity of rails issued to the contractor against the concerned Indemnity bond, in addition the contractor shall also provide insurance cover for the rails covering cost of rails.

iv) On receipt of the authorization letter from RITES, the contractor to collect rails from Rail stock yard of NTPC/Barh. Thereafter, the contractor shall be solely and fully responsible for the safe custody of rails.

v) Handling and leading of Rails.

The contractor shall as explained above, collect the rails from Rail stock yard of NTPC/Barh and then lead them to site of work where they are required to be used. All costs towards handling, loading, leading, unloading, lifting, crossing of rivers, nalah etc, including spreading, pairing etc of the rails as required for the work shall be solely borne by the contractor which will be considered included in the relevant item of work of the Schedule of Quantities and nothing extra shall be payable to the contractor on any account.

vi) Use of Rails The rails so collected by the contractor against the authorization letter of RITES (as

stipulated above) shall be used only in laying of plain tracks, in accordance with the Technical Specifications. The contractor shall not use these rails for Points & Crossing, Derailing Switches, making guard rails for bridges, check rails for level crossings, manufacture of various types of posts etc. for which rails as required as per specifications shall be arranged and procured by the contractor at his level and cost and then used.

Page 69: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

69

vii) Account of Rails: a) The rails will be issued to contractor from Rail Stock yard of NTPC/Barh in

Metric Tones. b) One meter rail shall be considered to weigh 52 Kg. c) Scale of consumption: For each track meter laid, 52x2= 104 Kg. rail shall be considered consumed. NOTE: - No allowance shall be provided for wastage.

viii) Calculation of consumption of rails: The quantity of rails used on the works shall be calculated as follows:-

Sl. No. Item of work

done and measured

Unit Quantity of

work done

Quantity of Rails consumed (in Kg)

Rate of usage unit (Kg)

Quantity (Kg)

1 2 3 4 5 6

1

Linking of track as per item in Schedule of Quantity

Track Metre 104 = Col 4 x 104

ix) Reconciliation of quantities: a) As detailed above, the total quantity of rails consumed by the contractor for the work

shall be calculated without making any allowance for wastage. b) The aforesaid quantity of rails as worked out above, shall be taken as consumed on

work and shall be issued to the contractor free of cost. c) If the quantity of consumption of rails so worked above, falls short of the quantity

issued to the contractor from Rail Stock Yard, the excess quantity issued shall have to be returned back by the contractor to RITES in rail lengths not less than (4) four meters. Rails lesser in length than Four (4) meters shall not be accepted. Such surplus rails will have to be handed over by the Contractor to Engineer-in-Charge of the work at his store at Barh. All cost of handling, leading, lifting etc on this account shall be fully borne by the contractor and no payment, whatsoever, shall be payable to the contractor on this account

d) If the contractor fails to return the excess quantity of Rails as calculated above, a

recovery at the rate of Rs.50,000/- (Rupees fifty thousand) only per metric tone for IU/1st quality rails shall be made for the excess quantity not returned back by the contractor from his bills.

27.5 Procurement of PSC Sleepers:

i) PSC Sleepers as per the schedule is to be procured by the agency.

Page 70: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

70

ii) Depending upon the requirements of work, the contractor shall give his requirement schedule of sleepers to RITES sufficiently in advance of the date of requirement of sleepers (at least one (1) month in advance of the requirement), so that necessary arrangements are made by RITES for issue of sleepers to the contractor in time. Any failure on this account resulting in stoppage/delay in execution of work shall be solely on contractor‟s account. The decision of the Engineer in charge of the work, in this regard, shall be final and binding on the contractor.

iii) Upon receipt of requirement of sleepers from the contractors, RITES shall issue

authorization letter to the contractor to draw sleepers as required for the work. However, before issue of authorization letter by RITES to the contractor, the contractor will have to furnish an Indemnity bond to cover cost of these sleepers on the proforma placed as Proforma-11. Such indemnity bond shall be available for the period upto payment of „Final Bill‟ to the contractor. However, the Indemnity bond shall be released by RITES on measurement, reconciliation and finalisation of the quantity of sleepers issued to the contractor against the concerned Indemnity bond, in addition the contractor shall also provide insurance cover for the sleepers covering cost of sleepers.

iv) On receipt of the authorization letter from RITES, the contractor to collect sleepers

from stock yard of NTPC/Barh and transport them to the site at his own cost. Thereafter, the contractor shall be solely and fully responsible for the safe custody of sleeper.

v) Handling and leading of Sleepers. The contractor shall as explained above, collect the sleepers from stock yard of

NTPC/Barh and then lead them to site of work where they are required to be used. All costs towards handling, loading, leading, unloading, lifting, crossing of rivers, nalah etc, as required for the work shall be solely borne by the contractor which will be considered included in the relevant item of work of the Schedule of Quantities and nothing extra shall be payable to the contractor on any account.

28 PAYMENT TOWARDS SUPPLY OF PSC SLEEPERS AND POINTS &

CROSSINGS: NOT APPLICABLE a) 70% payment will be made on receipt of materials at site and balance 30% payment

will be made after laying the track. Actual quantity of materials received at site will be considered for the purpose of effecting payment.

b) No payment will be made unless current and valid STCC (wherever applicable) is

submitted prior or along with the bills and also without obtaining insurance policies for the work such as CAR policy, Workmen compensation policy, Plant & Equipment policy etc.

29 RETURN OF UN-USED SURPLUS MATERIALS 29.1 In case the materials issued by RITES/NTPC are left surplus then the surplus material

should be returned by the contractor in good condition to the representative of RITES/NTPC at specified depot at the time of completion of determination of contract.

Page 71: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

71

29.2 In case the contractor fails to return the un-used excess materials (over the actual requirement plus 3% for wastage of consumed quantity) as indicated above, the cost of surplus materials will be recovered from the contractor at the rate to be arrived at as per relevant para below.

29.3 The rate at which the material is procured by RITES/NTPC through supplier/contractor (±) 25% overhead charges approximately.

29.4 The contractor shall not be entitled for any cartage and incidental charges for returning the surplus materials to the specified stores.

30 Following Specifications, Drawings and Codes with latest corrections/revisions are

required to be followed:

(i) Authorized drawings and plans if issued for this work from time to time by RITES.

(ii) Other standard RDSO drawings and specifications for item as quoted in schedule of Rates or otherwise applicable.

(iii) IS Codes and Specifications as applicable.

(iv) IRS Codes and Specifications as applicable.

(v) IRC Codes and Specifications as applicable.

(vi) RDSO Guidelines for Track Ballast

(vii) Indian Railway Manuals including Permanent Way Manual, Bridge Manual,

Works Manual etc.

(viii) Eastern Railway Specifications as applicable.

(ix) Rites reserve the right to issue any drawing/instructions progressively.

(x) RITES Specifications for Railway Track & Bridge Works, September-2010

31 COMPLETION CERTIFICATE 31.1 The Contractor shall maintain a logbook at site incorporating therein the progress of

work during the execution of contract. During execution of the work, Contractor shall submit monthly progress reports and on completion shall intimate the Engineer-in-charge in writing. Within 21 days of receipt of such information the Engineer-in-charge shall physically inspect the works and logbook and shall furnish Contractor with a certificate of completion indicating

31.1.i Date of completion.

31.1.ii Defects to be rectified by Contractor. The Contractor shall remain liable for rectifying defects etc. in the work executed by him and his sub-contractor upto 12 months after issue of completion certificates.

31.1.iii Part of work completed for which payment may be authorized towards the charges claimed by them.

31.2 For the purpose of this clause the work shall be considered completed in full on the day when the contractor has completely removed from the premises, all sheds surplus material, rubbish etc.

Page 72: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

72

32 TERMINATION

32.1 TERMINATION FOR DEFAULT 32.1.i The owner may without prejudice to any other remedy for breach of Contracts, by

written notice of default sent to the contractor, terminate the contract in whole or in part.

32.1.ia If the Contractor fails to deliver any or all of the services within the time period(s) specified in the contract or any extension thereof granted by the owner in writing.

32.1.ib If the Contractor fails to perform any other obligation(s) under the contract or.

32.1.ic If the contractor, in either of the above circumstances, does not cure its failure within a period of twenty one (21) days after receipt of the default notice from the owner.

32.1.id In the event the Owner terminates the Contract in whole or in part, pursuant to para 32.1.i, the owner may get the works done, upon such terms and in such manners as it deems appropriate, similar to those not carried out by the Contractor, and the Contractor shall be liable to the Owner for any excess costs for such similar works. However, the Contractor shall continue performance of the Contractor to the extent not terminated.

32.2 TERMINATION FOR CONVENIENCE 32.2.i The owner may be written notice sent to the Contractor terminate the contract, in

whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for owner‟s convenience, the extent to which performance of work under the contract is terminated and the date upon which such termination becomes effective.

32.2.ii The items of work those are completed and ready for final inspection within twenty one (21) days after the contractor‟s receipt of notice of termination shall be accepted by the Owner at the Contract terms and price. For the remaining items of works the Owner may elect.

32.2.iia To have any portion completed and delivered at the contract terms and prices and/or.

32.2.iib To cancel the reminder and pay to the Contractor an agreed amount for partially completed works.

32.3 TERMINATION FOR INSOLVENCY 32.3.i The owner may any time terminated the Contract by giving written notice to the

Contractor, without compensation to the Contractor, if the Contractor becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right action or remedy which has occurred or will accrue thereafter to the Owner.

32.4 Upon termination of the contract at any time for whatever reason by RITES/NTPC compensation shall be payable to the Contractor for all items of works performed satisfactorily until the date of termination. In addition the Contractor will be paid for such of those items of work, which have been partially completed as conditions stipulated under clause 30.2.ii. The contractor shall provide available documentary evidence to this effect, acceptance to RITES/NTPC.

32.5 Following issuance by RITES/NTPC of a notice of termination and prior to the effective date of such termination, the Contract shall:

Page 73: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

73

32.5.i Terminate performance of work in progress under the contract on the date and to the extent specified in the notice of termination.

32.5.ii Incur no further costs for services except as necessary to complete performance of any portion of the work under the contract not terminated by the said notice.

32.5.iii Terminate all outstanding order, service contracts and sub-contracts to the extent that they relate to the performance of work terminated by the notice.

32.5.iv Transfer title and deliver to RITES/NTPC in the manner, at the times and to the extent, if any, as directed, by RITES/NTPC in the completed or partially completed items of work which, if the contract has been continued, would have been required to be furnished to RITES/NTPC.

32.6 The termination of the contract shall not relieve the contractor of its responsibilities and liabilities as per the contract for the portion of the work performed prior to the effective date of termination.

33 ARBITRATION 33.1 Except where otherwise provided for in the contract all questions and disputes relating

to the meaning of the specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship or material used on the works or as to any other question, claim, right matter or thing whatsoever in any way arising out of or relating to the contract, designs drawings, specifications, estimates, instructions orders or these conditions or otherwise concerning the works, or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof shall be referred to the sole arbitration of the General Manager of NTPC Ltd. (Barh, STPP) and if General Manager of NTPC Ltd. (Barh, STPP) is unable or unwilling to act, some other person appointed by the Chairman & Managing Director, NTPC Ltd., will act as such arbitrator. There will be no objection if the arbitrator so appointed is an employee of NTPC Ltd., and that he had to deal with the matters to which the contract relates and that in the course of his duties as such he had expressed views on all or any of the matters in dispute or difference. The arbitrator to whom the matter is originally referred being transferred or vacating his office or being unable to act for any reasons as aforesaid at the time of such transfer, vacation of office or inability to act, Chairman & Managing Director, NTPC Ltd., shall appoint another person to act as arbitrator in accordance with the terms of the Contract. It is also a term of this contract that no person other than a person appointed by Chairman & Managing Director, NTPC Ltd., shall appoint another person to act as arbitrator in accordance with the terms of the Contract. It is also a terms of this Contract that no person other than a person appointed by Chairman & Managing Director, NTPC Ltd., as aforesaid should act as arbitrator and if for any reason, that is not possible the matter is not to be referred to arbitrator at all. Subject as aforesaid the provision of Indian Arbitration and Conciliation Act, 1996, the rules framed there under and any statutory modifications thereof shall apply to the arbitration proceeding under this clause.

33.1.1 It is a term of the contract that the party invoking arbitration shall specify the dispute or disputes to be referred to arbitration under this clause together with the amount or amounts claimed in respect of each such dispute.

The arbitrator (s) may from time to time with consent of the parties enlarge the time for making and publishing the award.

Page 74: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

74

The work under the Contract shall, if reasonably possible, continue during the arbitration proceedings and no payment due or payable to the Contractor shall be withheld on account of such proceedings.

The Arbitrator shall be deemed to have entered on the references on the date he issue notice to both the parties fixing the date of the first hearing. The Arbitrator shall give a separate award in respect of each dispute or difference referred to him.

The venue of arbitration shall place as may be fixed by the Arbitrator in his sole discretion.

The cost of arbitration shall be borne by the parties to the dispute, as may be decided by the arbitrator(s).

In the event of disputes or differences arising between one Public Sector Enterprise and a Govt. Department or between two Public Sector Enterprise the above stipulation shall not apply and the provisions of BPE office memorandum No. BPE/GL-0017/MAN/2/110-75-BPE/GMI dated 01.01.1976 or its amendments for arbitration shall be applicable.

33.1.2 Notwithstanding the existence of any dispute or difference and/or reference for the arbitration the Contractor shall proceed with and continue without hindrance with the performance of the work under the contract with due diligence and expedition in a professional manner and the payment due to the contractor shall not be withheld by the Owner on account of such difference or arbitration proceedings unless such payment is subject matter of the arbitration.

34 LAWS GOVERNING THE CONTRACT 34.1 This Contract shall be governed by the Indian Laws for the time being in force.

35 APPOINTMENT OF SAFETY OFFICER. 35.1 The Contractor or Contractor‟s Engineer or Contractor‟s Supervisor who is directly

engaged in supervision of the work should go through General Safety awareness training programme at least for two days at any reputed organization or Training by NTPC before the start of the work. A certificate in this respect has to be obtained and submitted to Engineer-in-Charge. The EIC should not allow the work to start without this training as well as training to his workmen. Such designated safety officer can discharge the responsibility of ensuring safety at work site. Besides above daily PEP talks to be conducted at workplace for refreshing awareness.

36 ACCIDENTS 36.1 If any accident occurs in the project area under the charge of the contractor during

the period of construction or during the defect liability / maintenance period of 12 months after the commissioning of works, causing damage to the works / assets, an inquiry shall be conducted by RITES / NTPC and if it is found in the inquiry that the accident was caused due to any negligence / failure on the part of the contractor / his staff /defective workmanship /defective material etc. attributable to the contractor, he shall be responsible to carry out all required repairs / replacement / works to the assets being maintained by him, solely at his cost. The decision of the inquiry committee in this regard, shall be final and binding. In addition, the contractor shall compensate the Railway/RITES/NTPC by payment of Rs. 5 Lacs (Rs. Five lacs) per accident in cases

Page 75: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

75

where the contractor / his staff / defective workmanship /defective material etc. are found responsible for the accident.

36.2 If, however, it is found in the inquiry that the contractor was not responsible in any

way for the accident and the accident occurred due to any fault on the part of Railway/RITES/NTPC any other cause, the contractor shall not be responsible for carrying out the require repairs / replacements/ works at his cost.

36.3 Not withstanding as to who is responsible for the accident, the contractor, if required

by RITES / NTPC shall immediately carry out all the required repairs / replacements / works to the assets being maintained by him, at accident site and in case he is not found responsible for the accident as indicated in para (ii) above, he shall be paid for the works / replacements/repairs as per schedule of rates as accepted in Schedule of Quantities. For additional items if any, the payment shall be governed by provisions of para – 39 of General Conditions of Contract. In any case, the contractor shall not delay the restoration work at accident site and shall carry them out immediately on instructions from RITES. Any failure in this regard (delay in restoration work) shall be treated as breach of contract and the contractor shall be liable to pay a penalty of Rs. 16000/- per day for the days the restoration work is not taken up by the contractor to the satisfaction of the Engineer-in- Charge.

37. EXECUTION OF EXTRA ITEMS Any other item, which has not been covered under items mentioned in BOQ,

shall be executed on SOR of E.C. Rly. 2012 / DSR 2012 rates.

(Signature} ..................

(Printed Name} ..........................................................

(Designation) ................... .......

(Firm Seal} ... ....

The person having Power of Attorney of the bidder, is required to sign and stamp at each and every page including Annexures.

Page 76: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

76

List of Minimum Plants, Equipments and Machinery required to be deployed by Contractor at Site. Sl.No Descriptions Nos

1. Lab. Equipment for testing of cement, Concrete etc As per Contract Requirement

2. Mixer 2 3. Vibrators Needle Type 5 4. De-Water Pumps

(i) 5 HP (ii) 10 HP to 50 HP

2 nil

5. Weigh Batcher 4

NOTES:-

a) These requirements and capacity of the equipment are indicative only and not exhaustive and deployment of the equipment, machinery and labour shall be suitably augmented to achieve the timely completion of the work as per the programme and directions of the Engineer. Without any additional cost to owner.

b) Other equipment through required for timely completion of the job, but not listed

above shall be deployed by the contractor, as per the job requirement and as directed by the Engineer.

c) The contractor shall make suitable provisions for repairs and maintenance of the

equipment mobilized and always keep them in good working conditions, as the repair facilities for such equipment are not available at the project site.

Page 77: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

77

PART-1

SECTION-4

TECHNICAL BID

AMENDMENT/ERRATA TO GCC

Page 78: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

78

AMMENDMENT/ERRATA NO.

Sl.No Page No

Clause No Line of Reference

Fill/Add/Delete

1. -- All Clauses in GCC.

-- Replace the word “National Thermal Power Corporation Ltd.” or “NTPC” or “Corporation” by “NTPC/RITES”.

2. 2. NIT 3. Fill “NTPC/BARH”.

3. 2. 1. -- Delete the entire existing clause and Replace by: Tenders are invited by RITES Ltd. on behalf of the National Thermal Power Corporation Ltd. for Construction of new power plants and augmenting the capacity of its existing ones is a continuous process in NTPC. One mega project planed is a Super Thermal Power Plant of 3 x 660 MW capacity near Barh town in Patna district of Bihar. for NTPC Barh Super Thermal Power Project.

4. 2. 4. 1 Replace “free of charge, two” by “one”.

5. 2. 5. 1 Replace the word “The CMD, NTPC Ltd.” by “The Competent Authority of RITES”.

6. 2. 9 -- Fill: RITES Limited, Office of the Group General Manager (P)/General Manager (P) 56, C.R.Avenue, 2nd Floor, Kolkata- 70 012

7. 4 20 3 Replace the line “of contract services … been returned” by “for refund of EMD by tender cell”.

8. 6 3.a -- Delete the entire Clause. Replace by as “Owner” or “NTPC” or “Client” shall mean the “National Thermal Power Corporation Ltd., New Delhi, India (A Government of India Enterprises) and shall include their legal representative, successor and permitted assigns”. “RITES Ltd.” (RITES) has been engaged as “Construction Agency” to supervise the above project by the owner (NTPC). RITES, shall, therefore be signing the contract and working on the project, for and on behalf of its Principal

Page 79: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

79

(NTPC) who is the owner & employer of the Project to be constructed, under a Redeemable Power of Attorney. The Contract signed by RITES Ltd., is to be treated as the Contract signed by “NTPC”.

9. 6 3.c -- Delete the entire Clause. Replace by “Contract” shall mean the Contract agreement entered into between RITES and the Contractor, together with the Contract Documents referred to therein, they shall constitute the Contract and the term Contract shall in all such documents be construed accordingly.

10. 6 3.d -- Delete the entire Clause. Replace by “Contractor” shall mean the Bidder whose bid has been accepted by RITES for the award of the work and shall include his legal representatives, successors and permitted assigns.

11. 7 3.g -- Delete the entire Clause. Replace by “Engineer–In – Charge” or “EIC” shall mean the Officer appointed in writing by RITES to act as Coordinator from time to time on behalf of NTPC in all matters pertaining to this Contract. RITES shall authorize “Engineer–in–Charge for direction, supervision, inspection, security and approval of sum or all of the services rendered by the Contractor under this Contract.

12. 7 3.j -- Delete the entire Clause. Replace by Schedule(s) refer to in these condition shall mean the relevant Schedule annexed to the tender papers issued by RITES.

13. 7 3.k -- Delete the entire Clause. Replace by “The „Project‟ or “Site” or Barh Super Thermal Power Project shall mean and include the Land and other places on or over or into or through which the Railway Siding System and it‟s associated Sub – System between Barh and Punarakh including the proposed Railway Line and In plant yard such as Signaling and Telecommunication System etc. are to be constructed by the RITES through Contractor on behalf of NTPC as specified in the Scope of work. It shall also include any adjacent land, path street, river or a reservoir which may be allocated or used by the RITES or Contractor in performance of the Contract”.

Page 80: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

80

14. 7 3.n -- Delete the entire Clause. Replace by “A Week shall mean continuous period of seven (7) days”.

15. 3.p Add new Clause: “Specification” shall mean the terms and conditions of contract and detail project report for mean a part of bid documents and contract such other schedules and drawings as may be mutually agreed upon.

16. 3.q Add new Clause: “Notice of Award of Contract”/”Letter of Award” shall mean the official intimation from the RITES notifying the successful bidder that it‟s proposal has been accepted and that the bidder is required to sign the contract agreement”.

17. 3.r Add new Clause: “Date of Contract” shall mean the date on which both parties have signed the contract agreement or any other date mentioned in Contract/Letter of Award, as the effective date of Contract, whichever is earlier.

18. 3.s Add new Clause: Add new Clause “Indian Rupees” or the sign “Rs.” shall mean the currency of the Government of India.

19. 3.t Add new Clause: “The Government” shall mean the “Government of India” or “Government of State of Bihar” or an authorized representative / agency / department of the Government of India or an authorized representative / agency / department of the Government of State of Bihar”.

20. 3.u Add new Clause: “Starting Date” shall mean the date from which the period specified for various activities are measured and set forth in completion schedule. The stating date for each schedule, unless otherwise agreed, shall be as indicated in the respective schedule.”

21. 3.v Add new Clause: “Month” shall mean calendar month, “day” or “days” unless herein otherwise expressly defined shall mean calendar day or day of 24 hours each.

Page 81: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

81

22. 3.w Add new Clause: The “Title” or “Heading” shall not alter or affected the indent or scope of the clause or articles of the documents.

23. 3.x Add new Clause: The “Date of Completion of Contract” – unless otherwise terminated under the provisions of any other relevant Clause of the document, the Contract shall be deemed to have been completed after issuance of the certification from Engineer – In – Charge that there is no demand out standing against the Contractor and all liabilities under the Contract have been satisfactorily fulfilled by the Contractor.”

24. 3.y Add new Clause: Word pertaining “Person” shall include firms, companies, corporations and association or bodies of individuals, whether incorporated or not.

25. 3.z Add new Clause: “Consultant to NTPC” – NTPC have appointed M/S Vouge Construction and Consultancy Services Pvt Ltd. New Delhi (VCC) as the Engineering Consultant for doing the Design and Engineering, preparing technical specifications and drawings for the work of Construction of Railway Siding System and it‟s associated Sub–Systems. The Contractor in accordance with the design, technical specifications and drawings prepared by VCC shall execute all the works.

26. 3.aa Add new Clause: BOQ or SOQ or SOR shall be read as “Schedule of Quantities”.

27. 10 9 --

Delete the entire clause. Refer, Clause 7 of SCC

28. 15 12.b.i 21 Add: Subject to the approval of Engineer-In-Charge.

29. 21 15.b Delete the Entire Clause.

30. 25 16.7.1 and 16.7.2

-- Add the following as Clause No.:16.7.1(i) after the Clause No.:16.7.1 “Failure to comply with model rules for Labour Welfare and/or provisions relating to report on accidents and/ or to grant of maternity benefits to female workers shall make the Contractor liable to pay to the RITES as

Page 82: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

82

Liquidated Damages an amount of Rs. 1000/- ( Rs. One Thousand only) for each default or materially incorrect statement. The decision of the Engineer-in-Charge in such matters based on reports from the Inspecting Officers as defined in the Contractors Labour Regulations as appended to these conditions shall be final and binding and deductions for recovery of such liquidated damages will be made from any amount payable to the Sub-Contractor.

31. 25 16.7.2 -- Delete the entire existing Clause 16.7.2 and Add the SAFETY PROVISIONS Clause:16.7.2 as SAFETY PROVISIONS A Contractor employing more than 250 workmen whether temporary, casual, probationer, regular or permanent or on contract, shall employ atleast one full time officer exclusively as safety officer to supervise safely aspects of the equipment and workmen, who will co-ordinate with project safety officer. In case of work being carried out through agency„s employees/workmen will also be considered as the Sub-Contractor‟s employees/workmen for the above purpose. The name and address of such safety officer of Contractor will be promptly informed, in writing to Engineer-in-Charge with a copy to safety officer-in-charge of NTPC/RITES before he starts work or immediately after any change of incumbent is made during currency of the contract. In case any accident occurs during the construction/erection or other associated activities undertaken by the Contractor thereby causing any minor or major or fatal injury to his employee due to any reason, whatsoever, it shall be the responsibility of the Contractor to promptly inform the same to NTPC/RITES Engineer-in-Charge in prescribed form and also to all the authorities envisaged under the applicable laws. The Engineer-in-Charge shall have the right at his sole discretion to stop the work, if in his opinion the work is being carried out in such a way that it may cause accidents and endanger the safety of the persons and/or property and/or equipment. In such cases, the Contractor shall be informed in writing about the nature of hazards and possible injury/accident and he shall comply to remove shortcomings promptly. The Contractor after stopping the specific work can, if felt necessary,

Page 83: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

83

appeal against the order of stoppage of work to the Engineer-in-Charge within 3 days of such stoppage of work and the decision of Engineer-in-Charge in this respect shall be conclusive and binding on the Sub-Contractor. The Contractor shall not be entitled for any damages/compensation for stoppage of work due to safety reasons as provided in para 16.7.2 (iii) above and the period of such stoppage of work will not be taken as an extension of time for completion of work and will not be the ground for waiver of levy of liquidated damages. The Contractor shall follow and comply with all NTPC and RITES safety rules, relevant provision of applicable law pertaining to the safety of workmen, employees, plant and equipment as may be prescribed from time to time without any demur, protest or contest or reservation. In case of any non-conformity between statutory requirement and NTPC and RITES safety rules referred to above, the latter shall be binding on the Contractor unless the statutory provisions are stringent. If the Contractor fails in providing safe working environment as per NTPC and RITES Safety rules or continues the work even after being instructed to stop work by the Engineer-in-Charge as provided in para 16.7.2 (iii) above, the Contractor shall promptly pay to NTPC/RITES, on demand by the owner, compensation @Rs.5000/- per day or part thereof till the instruction are complied with and so certified by the Engineer-in-Charge. However, in case of accident taking place causing injury, to any individual, the provisions contained in para 16.7.2 (vii) below shall also apply in addition to compensation mentioned in this para. If the Contractor does not take all safety precautions and/or fails to comply with the safety rules as prescribed by NTPC and RITES or under the applicable law for the safety of equipment and plant and for the safety of personnel and the Contractor does not prevent hazardous conditions which cause injury to his own employees or employees of other Sub-Contractor, or NTPC/RITES employees or any other person who are at site or adjacent thereto, the Contractor shall be responsible for payment of compensation to NTPC/RITES as per the following schedule: Fatal injury or accident causing death

Page 84: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

84

compensation 2 two percent (2%) of contract value or Rs.100, 000/-(Rupees one lakh only) whichever is less, per person. Major injury or accident causing 25% or more permanent disablement To workmen or employees: Compensation@ one half of one percent (1/2 %) of contract value or Rs. 20,000/- (Rupees twenty thousand only) whichever is less, per person. Note: This compensation is applicable for death/ injury to any person whatsoever. Permanent disablement shall have the same meaning as indicated in workmen Penalty Act. The compensation mentioned above shall be in addition to the compensation payable to the workmen/ employees under the relevant provisions of workmen‟s compensation act and rules framed thereunder or any other applicable laws as applicable from time to time. In case the owner is made to pay such compensation then Contractor is liable to reimburse the owner such amount in addition to the penalty/ compensation indicated above. If the Contractor observes all the safety rules and codes, statutory laws and Rules during the currency of the contract awarded by the owner and no accident occurs then NTPC may consider the performance of the Contractor and award suitable “ACCIDENT FREE SAFETY MERITORIOUS AWARD” as per scheme as may be announced separately from time to time.

32. 31 to 34

34 to 34.10 -- Delete the entire existing Clause.

33. 39 40 -- Add: This will also be applicable for individual partnership of JV.

34. 43 44 1 Replace “partnership” by “partnership or joint-venture”.

35. 44 46.a to 46.c

Delete the entire existing Clause. Add: Also Refer clause 13 of SCC

36. 44 46.e 1 Delete the word “Where”.

37. 45 48 -- Add: Also Refer clause 13 of SCC

Page 85: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

85

38. 47 51.1.b -- Replace “75% of the cost, as assessed by Engineer-in-charge of” by “75% of the cost, as assessed by Engineer-in-charge or 75% of the material component of the item rate or 75% of the item rate whichever is lowest for”.

39. 50 56 -- Delete the entire existing clause.

40. 77 Schedule – “B” and “C”

-- Delete the entire existing Schedule.

41. 79 to 93.

-- -- Delete the entire existing Proforma.

Page 86: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

86

PART- 1

SECTION-5

TECHNICAL BID

GENERAL CONDITIONS OF CONTRACT (G.C.C.)

Page 87: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

87

Page 88: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

88

Page 89: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

89

Page 90: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

90

Page 91: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

91

Page 92: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

92

Page 93: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

93

Page 94: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

94

Page 95: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

95

Page 96: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

96

Page 97: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

97

Page 98: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

98

Page 99: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

99

Page 100: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

100

Page 101: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

101

Page 102: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

102

Page 103: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

103

Page 104: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

104

Page 105: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

105

Page 106: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

106

Page 107: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

107

Page 108: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

108

Page 109: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

109

Page 110: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

110

Page 111: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

111

Page 112: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

112

Page 113: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

113

Page 114: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

114

Page 115: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

115

Page 116: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

116

Page 117: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

117

Page 118: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

118

Page 119: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

119

Page 120: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

120

Page 121: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

121

Page 122: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

122

Page 123: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

123

Page 124: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

124

Page 125: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

125

Page 126: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

126

Page 127: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

127

Page 128: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

128

Page 129: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

129

Page 130: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

130

Page 131: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

131

Page 132: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

132

Page 133: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

133

Page 134: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

134

Page 135: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

135

Page 136: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

136

Page 137: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

137

Page 138: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

138

Page 139: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

139

Page 140: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

140

Page 141: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

141

Page 142: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

142

Page 143: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

143

Page 144: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

144

Page 145: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

145

Page 146: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

146

Page 147: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

147

Page 148: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

148

Page 149: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

149

Page 150: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

150

Page 151: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

151

Page 152: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

152

Page 153: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

153

Page 154: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

154

Page 155: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

155

Page 156: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

156

Page 157: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

157

Page 158: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

158

Page 159: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

159

Page 160: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

160

Page 161: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

161

Page 162: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

162

Page 163: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

163

Page 164: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

164

Page 165: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

165

Page 166: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

166

Page 167: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

167

Page 168: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

168

Page 169: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

169

Page 170: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

170

Page 171: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

171

Page 172: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

172

Page 173: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

173

Page 174: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

174

Page 175: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer

Under seal of the firm

175

Page 176: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

176 Signature of the tenderer

Under seal of the firm

Page 177: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

177 Signature of the tenderer

Under seal of the firm

Page 178: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

178 Signature of the tenderer

Under seal of the firm

Page 179: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

179 Signature of the tenderer

Under seal of the firm

Page 180: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

180 Signature of the tenderer

Under seal of the firm

Page 181: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

181 Signature of the tenderer

Under seal of the firm

Page 182: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

182 Signature of the tenderer

Under seal of the firm

Page 183: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

183 Signature of the tenderer

Under seal of the firm

Page 184: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

184 Signature of the tenderer

Under seal of the firm

Page 185: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

185 Signature of the tenderer

Under seal of the firm

Page 186: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

186 Signature of the tenderer

Under seal of the firm

Page 187: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

187 Signature of the tenderer

Under seal of the firm

SCHEDULE ‘A’

REFERENCE TO GENERAL CONDITIONS OF CONTRACT

This schedule will be applicable instead of Schedule – A (Page No. 74 to 75) of GCC. Condition No. 3(b) Accepting Authority Competent Authority of RITES Ltd 3(i) Market Rate-percentage addition to cover

overheads and profit 10% (Ten percent)

9.1 Earnest Money/Security Deposit Rs 1,46,300/- (a) Estimated cost of the Works Rs 146.24 Lakhs (Approx.) 10(iii) Schedule of Rates applicable SOR EC Rly-2012/ CPWD-DSR-2012 10(iv) DEVIATION LIMIT FOR ITEMS OF

WORK OTHER THAN THOSE BELOW GROUND SURFACE

10(vi)A (a) Permissible deviation limit for any contract item, substituted item or contract-cum-substituted item in excess of the original Value of item

20% (twenty percent)

(b) Permissible deviation limit for items of work not already included in the Contract

20% (twenty percent)

DEVIATION LIMIT FOR ITEM OF WORK BELOW GROUND SURFACE

10(vi)B Permissible deviation limit for an individual trade item

100% (Hundred percent)

12 Suspension of Work (b)(ii) Percentage payable to cover Contractor‟s

indirect expenses for suspension exceeding thirty days and not exceeding 3 months

5% (five percent)

(c) Percentage payable to cover Contractor‟s indirect expenses for suspension exceeding 3 months

5% (five percent)

13. Time allowed for execution for execution of work or Time Schedule

03 months

13(h) Authority competent to decide if “ any other cause” of delay is beyond Contractor‟s control

Competent Authority of RITES Ltd

16. Distribution return of number and description by trades of workmen employed on Works to be submitted to Engineer-in-Charge

FORTNIGHTLY

32. Authority competent to reduce compensation amount

Competent Authority of RITES Ltd

33. Defects Liability Periods 12 months 51. Interim bills Monthly 54. Loans –

(a) Interest per annum on sum advanced for purchase of Plant & Equipment

(b) Ditto-as lumpsum advance Recovery of Loans to be effected

12% (twelve percent) 12% (twelve percent ) monthly

56. i) Authority for appointing Arbitrator ii) Authority for nominating the name of Arbitrator

Competent Authority of RITES Ltd Competent Authority of NTPC Ltd

Page 188: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

188 Signature of the tenderer

Under seal of the firm

Section - 6

TECHNICAL SPECIFICATIONS

Page 189: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

189 Signature of the tenderer

Under seal of the firm

TECHNICAL SPECIFICATION

1.0 GENERAL

1.1 Specifications 1.1 All materials and works shall conform to the latest edition of IRS specification, codes

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

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

1.2 Sampling and Testing All materials used in the woks shall be subjected to inspection and test. Samples of all

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

1.3 Storage of Materials

All materials used Indian Standard the works shall be stored on racks, stored Indian Standard bins, under cover etc. as appropriate, to prevent deterioration or damages from any cause whatsoever, to the entire satisfaction of the Engineer.

1.4 Setting out 1.4 The Contractor shall be responsible for the true and proper setting out of the works

Indian Standard relation to the original points, lines and levels of reference given by the Engineer in writing and for the correctness, subject as above mentioned of all the parts of the works and for the provision of all necessary instruments, appliances and labour etc. at his own cost Indian Standard connection therewith. If at any time, during the progress of the works and error shall appear or arise Indian Standard the position, levels, dimensions and alignments of any part of the works, the Contractor, on being required to do so by the Engineer shall at his own cost rectify such error to the satisfaction of the Engineer, unless such error is based on the incorrect data supplied by the Engineer Indian Standard which case the expense of rectifying the same shall be borne by the Employer. The checking of any setting out of any line or level b the Engineer shall not Indian Standard anyway relieve the Contractor shall carefully protect and preserve all benchmarks, sight-rails, peg and other things used Indian Standard setting out the work.

1.5 Blasting Blasting is prohibited Indian Standard the works area.

Page 190: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

190 Signature of the tenderer

Under seal of the firm

TECHNICAL SPECIFICATIONS FOR EARTHWORK IN FORMATION

1.0 EARTHWORK 1.1 Specifications

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

1.1.1 Earthwork in filling on the approaches of Road over bridges will be carried out as per Indian Roads Congress Publication 58” Guideline for use of Fly Ash in road Embankments.

1.2 Introduction The following IS codes shall be followed for classification of soils, and for conducting

various test s on soils where required. (i) IS-2720 Part-II 1973

Method of tests for soil determination of water contents (II Editon). (ii) IS-2720 Part-III Section – I of 1980

Method of test for soil determination of specific gravity. (iii) IS-2720 Part-IV 1975

Method of test for soil grain size analysis. (iv) IS-2720 Part-V 1974

Determination of liquid and plastic limit. (v) IS-2720 Part-VIII 1983

Determination of moisture contents dry density using heavy compaction. (vi) IS-2720 Part-XIV 1985

Determination of density index (relative density) of as cohensiveless soil. (vii) IS-2720 Part-XVIII 1964 (reprint in Jan, 1980)

Method of test for soil determination of field moisture equivalent. (viii) IS-2720 Part-XXXIX

Determination of dry density of soil in place by Core cutter methods. (ix) IS-1798 - 1970

Classification and identification of soils for General Engineering purpose. (x) IS-1037 - 1982

Method of field test for soil being taken from the borrow piles.

1.2.1 The earthwork in formation will be done with contractor‟s own earth as per approved profile by borrowing the earth from outside the NTPC premises and the rate quoted will be deemed to be inclusive of all taxes, royalty, loading, unloading, leading, handling and re-handling of earth, lifts, ascents, descents, crossing of nallahs, streams, tracks, leveling, dressing spreading in layers as a complete work in all respect as per specifications indicated in succeeding paras. The surplus earth available from bridge opening will be lead and spread in nearby bank.

1.2.2 Widening of Embankment Before taking up widening of existing embankment for doubling: (i) All vegetation shall be uprooted and taken away from the site of work. (ii) Starting from the toe, benching on the slope at every 30 cm height shall be provide

on the slope, surface as in Sketch-E in RDSO Guidelines, so as to provide proper

Page 191: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

191 Signature of the tenderer

Under seal of the firm

(iii) Earthwork shall be carried out in layers, each layer sloping out 1:30 and compacting it mechanically using vibratory rollers to provide the compaction to the specified level.

(iv) The width of each layer of earthwork shall be in excess by 500 mm o n either side of the designed profile to enable compaction near the edges. The excess width, thereafter, cut and dressed, so as to achieve the required bank profile.

(v) Earthwork shall be completed upto designed formation level keeping due allowance for the blanket; if need be.

1.3 The earth filling shall be compacted mechanically using heavy roller to 98% MDD at OMC layer by layer as per specification. Compaction of earth filling to be paid under respective items.

1.4 The soil has to conform to specifications as mentioned under para 3.14 “Suitability of soils for Railway Formations”. The Engineer-in-charge may ask the contractors to get the soils samples tested as per specifications. It may please be noted that under no circumstances, the contractors will be allowed to form the bank with unapproved earth. Such tests may be repeated by the Engineer, during the execution of the work. If the soil samples are found not conforming to the required specifications the contractors may have to bring earth from other approved sources. The cost of all tests will have to be borne by the contractor/s.

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

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

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

1.7 Any extra earth deposited on the top and slopes of the formation shall be removed within 48 hrs. after a written notice. If not complied, the same shall be removed by other means at contractor cost. The payment shall be made as per designed cross section only.

Page 192: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

192 Signature of the tenderer

Under seal of the firm

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

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

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

1.8.2 The item rate quote by the contractor shall include the provision of benching in the side long ground or side slopes in the existing bank where the earthwork joins old embankments. This aspect should be taken into consideration while quoting the rates.

1.8.3 The breaking of all clods shall be strictly insisted upon for all earthwork in embankment and the contractors must take special care to ensure this.

1.9 Extra bank width of 500mm on either side shall be rolled to ensure proper compaction at the edges. The extra soil would be cut and dressed to avoid any loose earth at the slopes. This should preferably be done with help of grade cutter.

1.9.1 The top of the formation shall be finished with 60cm thick blanketing material to a slope of 1 in 40 as per approved profile as per guide line for “Earthwork in Railway project, as per latest Guideline.

1.9.2 Both the up stream & down stream side slope of the bank shall be protected by providing stone pitching up to 30 cm above HFL as per Railway Standard specification. The same shall be required to be done by the contractor/s under this contract for which extra payment shall be made under respective item.

1.10 SPECIFICATION FOR MECHANICAL COMPACTION OF EARTHWORK 1.10.1 After site clearance all pockets and depression left in the soil, if any, shall be made good

and compacted. 1.10.2 Earthwork shall be done in layers not exceeding 300mm thick.

(i) Earthwork shall be compacted with suitable rollers to obtain the density specified as per IS 10379-1982 and RDSO‟s guidelines for “Earthwork in Railway Project with upto date amendments.

(ii) Cohensionless soils and pond ashes shall be compacted to get a minimum density index (related to density of 70 percent as obtained in accordance with IS 2720 (Pt. XIV) 1985.

Page 193: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

193 Signature of the tenderer

Under seal of the firm

(iii) All other types of soils if dry density as found out from the random samples works out to less than 98% of the maximum dry density at optimum moisture content further rolling shall have to be done by the contractor till such time the required density is obtained as confirmed from subsequent tests.

(iv) Each layer shall be compacted to the specified density over its entire width commencing from the two sides, before another layer is started.

(v) While compacting, it shall be ensured that there is a minimum overlap of 150 mm between each run of the rollers.

(vi) Care should be taken during the compaction operation to slope the surface of the bank to facilitate the shedding and to minimize the absorption of rain water, particular attention being given to the prevention of ponding.

(vii) The density of each layer of compacted soil shall be ascertained by the Engineer by testing of adequate number of soil samples at the site lab provided by contractor.

(viii) The contractor shall be allowed to lay a further layer of soil/pond ash only after the compaction of particular layer has been found satisfactory.

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

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

(xi) The site tests data and results shall be maintained in a Register as per the flowing Proforma:

1) Serial No. 2) Location. 3) Layer No. 4) Laboratory Test Results. 5) a) Maximum dry density in gms./CC or Relative Density (%). b) Optimum moisture content expressed as percentage of the dry weight of

the soil. 6) Field Test Results: a) Dry density in Grams, CC or Relative Density (%) Field moisture content

expressed as the percentage of the dry weight of the soil. 7) Degree of compaction expressed as percentage of the density. 8) Remarks.

Page 194: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

194 Signature of the tenderer

Under seal of the firm

1.11 The payment for the quantity of earthwork will be made on cross sectional measurement. The existing ground/bank profile will be taken and plotted by the Engineers representative in the presence of the contractor or his authorised agent before commencement of the work. The profile of the bank required to be provide will also be plotted on the same sheets. The levels and cross sections shall be singed by both the Engineers representative and the contractor/s or his/their authorized agent. The profiles of the bank as required to be provide are for the guidance of the contractor and not for the purpose of measurement/payment.

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

1.13 Final measurements will be taken only after the bank has been completed to the required profile irrespective of the prolongation of period of completion and number of monsoon that may pass during execution.

1.14 SUITABILITY OF SOILS FOR RAILWAY FOMRATIONS Source of soil for embankments.

1.14.1 No borrow pits shall be allowed with in right of way and contractor shall bring the embankment material from his own resources outside the right of way.

The characteristics of soils to be used and prohibited are: a) Soil having following characteristics should be used: Soils with fine particles (i.e. particles finer than 75 microns) not more than

50%. Soil with liquid limits less than 35% and plasticity index less than 15%. Soils having uniformity co-efficient preferably above 7. b) Following soils should not be used” Soils having 10 to 15% clay and silt greater than 50% exhibiting dispersive

nature. Soils having maximum dry density less than 1.5 gm/cc by light compaction. Peat and organic soils. Soils likely to disintegrate early, like chalk with maximum dry density less

than 1.7 gm/cc. Poorly graded sand with co-efficient of uniformity less than 2.

1.14.2 However, in practice it is seldom that exclusively coarse grained soils are available at

site for use in embankments, and for practical reasons, and consideration of cost, other than good soils may have also to be used in embankments. In such cases, the Railway embankments should desirably have a top layer of about 450 mm to 1000 mm thickness, as mentioned in para 2.1 (b,c,d) known as blanket to be provided with coarse grained material. In any case, unsuitable material as indicated in para 1.14.1 (b) above should not be used in embankment. For Barh formation, 600 mm thick blanket shall be used.

Page 195: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

195 Signature of the tenderer

Under seal of the firm

1.14.3 Expansive clay like black cotton soils exhibiting marked swell and shrinkage properties shall be avoided. Clays that have a “Free swelling index” exceeding 50% when tested as per IS 2720-Part 40 shall not be used as a fill material.

2.0 SPECIFICATION FOR BALNKETING MATERIAL not applicable

Page 196: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

196 Signature of the tenderer

Under seal of the firm

TECHNICAL SPECIFICATIONS FOR CIVIL WORKS 2.0 EARTH WORK

2.1.0 Site Preparation

2.1.1 The Contractor shall remove all vegetation and foreign materials from the area as

instructed by the Engineer. The removed materials shall be burnt and taken to the approved disposal area on or near the job site at his own cost as directed by the Engineer. Employer shall give one reference benchmark Indian Standard the near vicinity. The Contractor shall maintain and project all benchmarks from reference point.

2.2 Excavation

2.2.1 This section of the specification covers excavation for foundations, or bridges, drains, culverts and underground facilities as shown on the drawings and as directed. The Contractor shall furnish all labour, plant and equipment to complete the work indicated or specified herein.

2.2.2 Site Clearance

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

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

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

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

Page 197: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

197 Signature of the tenderer

Under seal of the firm

2.2.6 Every precaution shall be taken against slips and falls of earth, clay, sand or other materials Indian Standard the excavations, but in the event of any such occurring, the Contractor shall make it good at his own expense. The Contractor shall be held responsible for any damage to any part of the work by the collapse of sides of excavation and this shall be made good by the Contractor at his own cost.

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

2.2.8 The Contractor shall control the grading Indian Standard the vicinity of the excavation so that the surface of the ground is properly sloped or dike to prevent surface water form running in to the excavated areas during construction.

Wherever water table is met with during excavation the Contractor shall immediately inform the Engineer. As per the directions of the Engineer, Engineer, the Contractor shall dewater and maintain the water table below the bottom of the excavation level during excavation, concreting and back filling. All water which gets accumulated Indian Standard the excavated trenches during the progress of the works, from whatsoever cause or source shall be pumped out as directed by the Engineer at no extra cost to the Employer.

2.3 Returning, Filling and Ramming

After completion of foundations, footings and walls and other construction below the elevation of the final grades, and prior to back filling all forms of temporary shoring, timber, cement bags etc. shall be removed and the excavation cleaned off all trash, debris and perishable materials. Back fill shall being only after the approval of the Engineer.

Back filing shall be placed in horizontal layers not exceeding 200 mm Indian Standard thickness and rammed, watered as required to consolidate properly. Before a new layer is laid, existing ruts or other unevenness Indian Standard the surface of the layer shall be removed and the surface shall be roughened by harrowing or ploughing to obtain good bond with the material to uniform thickness. Each layer shall be compacted to proper moisture content and with such equipment as may be required to obtain a density equal to or grater than 94% of the dry density of the soil as determined by the laboratory tests. Only consolidated earth volume shall be consider ed for payment and no allowance shall be made for bulking of earth etc.

Page 198: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

198 Signature of the tenderer

Under seal of the firm

The filling under the floor shall be Indian Standard layers not exceeding 200 mm Indian Standard thickness. Each layer shall be thoroughly consolidated by watering and ramming. When the filling has reached an appropriate level, the filled area shall be flooded with water and the fill shall be allowed to settle. When the water has been absorbed by the soil, the whole area shall be finally rammed and dressed to the required level. Back fill adjacent to the pipes shall be hand placed, free of stones, concrete etc. compacted uniformly on both sides of the pipes. If sufficient quantity of suitable material is not available at the site, the same shall be brought to site from outside and the same shall be used after approval by the Engineer. Stone/boulders, if obtained from excavation, will not be used in backfill.

On compaction of the Bridge, the surrounding earth shall be accurately finished to the line and grade as shown on the drawings.

The Contractor shall arrange to transport surplus excavated materials and stack at a place as directed by the Engineer.

3.0 CONCRETE: PLAIN AND REINFORCED

3.1.0 Cement

The cement used shall be any of the following types with the prior approval of the Engineer.

a) Ordinary Portland Cement grade 43/53 as per relevant IS Code. Unless otherwise specifically permitted ordinary Portland cement shall only be used.

Cement shall be used Indian Standard the order Indian Standard which it is received. Cement bags in storage for more than 3 months shall be re-tested before use.

3.1.1 Testing

If the cement is not supplied by the Employer, a sample shall be taken once for every 1000 bags received at site. Tests shall be carried out for fineness, initial and final setting time and compressive strength as per IS 4031. The results shall be submitted ot the Engineer for approval. The methods and the procedure of sampling shall be Indian Standard accordance with IS 3535. The Engineer may specify any other form of sampling and testing including chemical analysis as per IS4302, if the quality of the cement is found to be unacceptable. The cost of the these tests shall be borne by the Contractor. The additional tests like the chemical analysis of the cement etc. shall be borne by the Employer, if required , Indian Standard case cement is found conforming to the specifications.

3.2.0 Fine Aggregate

3.2.1 It shall pass through IS sieve no. 4.75 mm test sieve, leaving a residue of not more than 5%. The sand shall consist of natural sand, crushed stone sand or combination. The sand shall be hard, durable, chemically inert, clean and free from harmful impurities. It shall be washed, if required. The sand is graded into four zones as under:-

Page 199: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

199 Signature of the tenderer

Under seal of the firm

I.S. Sieve Designation Zone I Zone II Zone III Zone IV

10 mm 100 100 100 100 4.75 mm 90-100 90-100 90-100 95-100 2.36 mm 60-95 75-100 85-100 95-100 1.18 mm 30.70 55-80 75-100 90-100 600 micron 15-34 35-59 35-60 80-100 300 micron 5-20 8-30 8-30 20-65 150 micron 0-10 0-10 0-10 0-15 Note:

Fine Aggregate conforming to grading zone IV shall not be used Indian Standard RCC works.

3.2.2 Fine Sand

Fine sand shall be Indian Standard Grading Zone IV and its fineness modulus shall not be less than 1.0.

3.2.3 Coarse Sand

It shall fall Indian Standard Grading Zone I to III and its fineness modulus shall not be less 2.5.

3.2.4 Testing

Fine aggregate shall be tested as per IS-2386 (1963)

3.3.0 Coarse Aggregate

3.3.1 It shall consist of natural gravels, broken stone or other suitable materials. It shall b e hard, strong and durable and shall be clean and free from clay and other deleterious materials. The aggregate shall be washed, if necessary. Graded coarse aggregate of nominal size shall be used conforming to requirements given below.

I.S. Sieve Designation % passing 40 mm % passing 20 mm

% passing 12.5 mm

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

Page 200: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

200 Signature of the tenderer

Under seal of the firm

3.4.0 Water

Water from approved source shall be used for the works. It shall be clean and free from any deleterious matter in solution or in suspension and be obtained from an approved source. The quality of water shall conform to IS-456. The water shall be stored in drums and tanks or cisterns to the approval of the Engineer. Care shall be exercised to see that water is not contaminated in any way.

3.5.0 Mixers and Vibrators

3.5.1 For major structural concerting work, the Contractor shall provide automatic weigh batching plant of suitable capacity. The weight-batch plant shall conform to IS 4925.

3.5.2 The Contractor shall provide concrete mixers, batch type concrete mixer (IS 1791) and roller pan type mixers (IS 2439) as may be instructed by the Engineer.

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

(IS 4656).

3.6.0 Concrete Mixes

3.6.1 The concrete shall be of grade M-20 with characteristic strength of 20 N/Sqmm, unless otherwise specified.

3.7.0 Design of Mixes

3.7.1 The Contractor is entirely responsible for the design of the Concrete mixes. The design is however to be approved by Engineer at least 7 weeks before commencing any concreting works. The Contractor shall make trial mixes using samples of coarse aggregates, sand, water and cement, typical of those to be used Indian Standard the works and which have been tested in an approved laboratory. A clean dry mixer shall be used and the first batch shall be discarded. The required average strengths at 28 days for which various mixes shall be designed are specified below:

Grades of Concrete

Characteristic Strength (fck) at 28 days

(N/Sqmm)

Target or mean crushing at 7 days

(N/Sqmm)

f’cm at 28 days (N/Sqmm)

M-15 15 18 M-20 20 22 24 M-30 30 32 29 40

Page 201: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

201 Signature of the tenderer

Under seal of the firm

3.7.2 The mixers are designed to yield mean strength (f’ck) greater than the corresponding specified characteristic strengths (f’ck) as indicated Indian Standard the table above. The difference between f’ck and f’cm is called the current margin. The value of the current margin has been set at 9 N/Sqmm for all grades of concrete. The concrete mixes shall be designed on the basis of required strength, desired workability, the maximum size of the aggregate and also upon the various grades of cement. Accordingly the required quantity of cement shall be ascertained. The Contractor may be allowed to use either approved plasticizers or increased cement content to achieve the required strengths at his own cost. Minimum quantity of cement to be used in a specific grade of mix shall not be les than as specified Indian Standard IS:456.

Wherever in the BOQ, control concrete mix as well as nominal mix is defined, control mix is to be adopted unless otherwise permitted by Engineer. However consumption of cement Indian Standard control mix shall not be more than nominal mix. If so, theoretical consumption shall be accounted for by adopting factor of cement consumption as per nominal mix.

3.7.3 For each grade, a total no. of 18 cubes shall be made. Of these 18 cubes made, not more than 6 may be made on any day, further of, the 6 cubes made in one day not more than 2 cubes may be made from any single batch. Of these 9 cubes, each representing a batch of concrete shall be tested at the age of 7 days and the remaining 9 cubes shall be tested at the age of 28 days. The making of the cubes, their curing, storing, transporting and testing shall be Indian Standard accordance with IS-516. The test shall be carried out at site laboratory or any designated laboratory approved by the Engineer.

3.7.4 If the average strength of the concrete cube falls below the required strength, fresh preliminary mixes for that grade shall be made as before, until the trial mix yields cubes of compressive strength at 28 days greater than the required average strength at that age.

3.7.5 Whenever there is a significant change Indian Standard the quality of any of the ingredients for concrete, the Engineer may at his discretion order the carrying out of the fresh trial mixes. All costs for trial mixes and tests shall be to the Contractor’s account and held to be included Indian Standard the Contract rates.

3.7.6 Before commencing the works, the Contractor shall submit to the Engineer for approval, full details of all preliminary trial mixes and tests.

3.7.7 When the proportions of a concrete mix have been approved by the Engineer, the Contractor shall not vary the quality or source of the materials or the mix without the written approval of the Engineer.

3.8.0 Concrete Cube Tests

3.8.1 The quality of the hardened concrete will be verified by the following procedure:

Page 202: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

202 Signature of the tenderer

Under seal of the firm

a) The Engineer shall select random batches of concrete for examination without any warning to the Contractor and sampling will generally be done at the point of discharge from the mixer.

b) From the batches thus selected 6 concrete cubes shall be made in accordance with IS codes. However not more than 2 cubes be made from any single batch. Of these 6 cubes thus made, 3 cubes (each cube representing concrete of different batches) shall be tested at 7 days and the remaining 3 cubes shall be tested at 28 days.

c) All cubes shall be made, cured, stored transported and tested in accordance with IS codes. The tests shall be carried out Indian Standard a laboratory approved by the Engineer.

d) At least 6 cubes shall be made on each day‟s concreting until 60 cubes have been made for each grade of concrete. This is Indian Standard the initial period.

e) After the initial period, subject to the acceptance of the Engineer, the frequency at which the cubes shall be made be reduced as follows.

(1 set = 6 cubes, each pair representing concrete from a different batch) At least one set for each day‟s concreting consisting of:

f) If concrete is batched at more than one point simultaneously, the above frequency of making cubes shall be allowed at each point of batching, 3 cubes of each set shall be tested at 7 days and the remaining 3 cubes shall be tested at 28 days from the day of casting the cubes.

3.9.0 Acceptability Criteria

3.9.1 The strength requirement of any particular grade of concrete will be considered satisfactory if the 28 day‟ compressive strength of individual sets (each set consisting of 3 cubes) and of individual cubes satisfy the flowing requirements.

a) For the first five sets, the average average strength determined from any group of three consecutive test cubes exceeds the specified characteristic strength (f’ck) by not less than 0.8 times the current margin, only one individual cube test result in any set may fall below the specified characteristic strength provided that this value is not less than 95% of the specified characteristic strength.

b) Provided that the average strength of any fifteen consecutive cubes exceeds the specified characteristic cube strength by at least 0.9 times the current margin. All the subsequent test results may be considered acceptable if:

The average strength as determined from any group of three consecutive cubes exceeds the specified characteristic strength (f’ck) by not less than 0.6 times the current margin. Only one individual cube test result Indian Standard any set may fall below the specified characteristic strength provided that this fall value is not less than 9% of the specified characteristic strength.

Page 203: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

203 Signature of the tenderer

Under seal of the firm

3.9.2 Whenever a mix is redesigned due to a change Indian Standard the quality of aggregates or cement or for any other reason it shall be considered a new mix and initially subject tot the acceptability criteria in 2.8.1 above.

3.9.3 The above specification is based on an assumed standard deviation of 5.5 N/sqmm, and a probability of concrete strengths falling below the desired minimum strength of 1 Indian Standard 20. In case quality control is very good at the site and the cube test results consistently show a standard deviation better than the standard deviation assumed here the Engineer, may Indian Standard his discretion, reduce the target strength for any particular grade of concrete, and Indian Standard consequence, the current margin.

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

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

3.10 Failure to meet specified requirements

3.10.1 If form the cube test results it appears that some portion of the works has not attained the required strength, the Engineer may order that portion of the structure be subjected to further testing of any kind whatsoever as desired by the Engineer, including, if so desired by him, full load testing of the suspected as well as the adjacent portions of the structures as specified in the Conditions of Contract. Such testing shall be at the Contractor’s cost. The Engineer may also reject the work and order its demotion and reconstruction at the Contractor’s cost.

3.10.2 If the strength of the concrete in any portion of the structure is lower than the required strength, but is considered nevertheless adequate by the Engineer so that demolition is not necessary, the work shall be devalued by the Engineer to that extent and amount of devaluation recovered from Contractor’s RA bills.

3.11 Admixtures

Approved admixtures and air entraining agents may be permitted at no extra cost by the Engineer at his discretion provided that the strength requirements are not affected by their use.

Page 204: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

204 Signature of the tenderer

Under seal of the firm

3.12 Volume batching with Weight control

Where volume batching with weight control is permitted by the Engineer, all measurements of coarse/fine aggregates and water shall be by volume and of cement by the peg, controlled by regular periodic weighing. In order to ensure correct proportioning, following precautions shall be taken:

a) The Contractor so maintain at site a suitable number of platform balances similar to the balances used for weighing luggage at railway platforms, capable of weighing upto 200 kg to the nearest 100 gms; the balance shall be used for weighing cement bags and occasional boxes of sand and coarse aggregate as specified below.

b) The Contractor shall provide the mixer operator with standard measures for measuring the water to be used in the mix.

c) The quantity of water to be added to the mix shall be approved by the The Engineer and may be adjusted as frequently as necessary Indian Standard order to allow for the moisture content of the sand or coarse aggregate and workability desired. On no account shall the Contractor allow more water to be added to the mix than that specified by the Engineer. Concrete containing water in excess of that specified shall be rejected and not allowed for use in the works.

d) Fine and coarse aggregates shall be measured by volume. The size of measuring boxes of the depth to which they are filled or both shall be adjusted to obtain the correct weight of each material specified by the Engineer for that mix.

e) Every tenth measuring box of aggregate shall be weighted on the balance to ensure that tilling of boxes is being uniformly done. Adjustment shall be made form time to time in the amount of each box filled to take into account variations in moisture content and consequent bulking of sand.

f) More frequent weighing of boxes, particularly of sand if found to vary considerably in moisture content and bulking, may be required by the Engineer and shall be done by the Contractor without additional cost.

3.13 Weight Batching All structural concrete shall be weight batched using automatic weigh batching plant.

Alternatively, if permitted, all concrete ingredients except water shall be batched by weight using a weigh batcher conforming to IS-2722 portable swing weigh batchers for concrete. Batching shall be done to an accuracy of not less than 500 gms and the batcher shall be tested for accuracy of calibration before commencement of the works and at least once a week thereafter or more frequently, if so required, by the Engineer. Water shall be batched by weigh or by volume measures as approved by the Engineer. The method of batching shall be such as will ensure an accuracy to 0.5 litres or better.

Page 205: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

205 Signature of the tenderer

Under seal of the firm

3.14 Placing Temperature

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

3.15 Transporting, Placing, Compacting And Curing

3.15.1 Transporting, placing, compacting and curing of concreting of any portion or section of the works shall be carried out in one continuous operation and no interruption of concreting work will be allowed without prior approval of the Engineers.

3.15.2 The concrete shall be compacted with mechanical vibrators and over-vibration shall be discouraged until the air bubbles cease to come to the surface.

3.16 Construction joints

3.16.1 Construction joints in concrete work shall be made as directed by the Engineer. Where vertical joints are required, these shall be shuttered as directed and not allowed to take the natural slope of the concrete.

3.16.2 Before fresh concrete is placed against a vertical join, the old concrete shall be chipped, cleaned and moistened. Where required, suitable expansion joints shall also be provided as directed by the Engineer.

3.16.3 When a horizontal construction join is formed, provision shall be made for interlocking with the succeeding layer by the embedment of saturated wooden blocks or strips beveled on four sides to facilitate their removal. Prior to the next pour the wooden pieces shall be loosened and removed in such a manner as to avoid injury to the concrete.

3.17 Cracks

If any structural crack develops in the concrete construction, the Contractor shall dismantle the construction, carry away the debris, replace the construction and carry out all consequential work thereto at his own cost.

3.18 Defective Concrete

Page 206: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

206 Signature of the tenderer

Under seal of the firm

3.18.1 Should any concrete be found honeycombed or with hair-line shrinkage cracks, or in any way defective, such concrete shall on the instruction of the Engineer, be cut out by the Contractor and made good at his own cost.

3.19 Exposed faces, Holes and Fixtures

On no account shall concrete surfaces be patched or covered up or damaged concrete rectified or replaced until the Engineer has inspected the works and issued written instructions for the rectification. Failure to observe this procedure will render that portions of the works liable to rejection which has failed to meet specified strength requirements. Holes for foundation or other bolts or for any other purposes shall be moulded and steel angles, holds fasts or other fixtures shall be embedded, according to the drawing or as instructed by the Engineer.

3.20 Finishes

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

3.21 Measurement 3.21.1 All concrete and reinforced cement concrete items are excluding cost of from work and

reinforcement which shall be paid for separately unless specified otherwise. The volume of concrete measured shall include that occupied by:

a) Reinforcement and other metal sections. b) Cast-in components each less than 0.01 cum in volume. c) Rebates fillets or internal splays each less than 0.005 Sqm in cross-sectional area. d) Pockets and holes not exceeding 0.01 sum in volume. e) For M10 and below concrete, no payment shall be made for any shuttering used,

if any.

4.0 FORMWORK

4.1.0 From works hall include all forms, moulds, sheeting, shuttering planks, walers, poles, post, shores, struts and strutting, ties, uprights, wallings, steel, bolts wedges and all other temporary supports to the concrete during the process of setting.

4.2.0 Design

Page 207: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

207 Signature of the tenderer

Under seal of the firm

Formwork shall be designed and constructed so that the concrete can be properly placed and thoroughly compacted to obtain the required shade, position and level subject to specified tolerance. It is the responsibility of the Contractor to obtain the results required by the Engineer, whether or not some of the works is sub contracted. Approval of the proposed formwork by the Engineer will not diminish the Contractor’s responsibility for the satisfactory performance of the formwork, nor the safety and the coordination of all operations.

4.4.0 Erection of Form work

4.4.1 The following shall apply to all formwork:

a) To avoid delay and unnecessary rejection of the shuttering, the Contractor shall obtain the approval of the Engineer for the design of forms and the type of material used before fabricating the forms.

b) All shutter planks and plates shall be adequately backed to the satisfaction of the Engineer by a sufficient number and size of walers or form work to ensure rigidity during concreting. All shutters shall be adequately strutted, braced and propped to the satisfaction of the Engineer to prevent deflection under deadweight of concrete and superimposed live load of workmen, materials and plant and to withstand vibrations. In case props are supported on a floor slab underneath, all the floors below the member/slab being laid be supported by designed propping unless otherwise Contractor may establish adequacy of these floors and propping be dispensed with. For any damage on this account, sole responsibility will be of the Contractor. No joints in the props shall be allowed.

4.5.0 Vertical propos shall be supported on wedges or other measures shall be taken where the props can be gently lowered vertically during removal of formwork. Props for an upper lowest prop shall bear on a sufficiently strong area.

a) Care shall be taken that all formwork is set plumb and true to line and level or camber or batter where required and as specified by the Engineer.

b) Formwork shall be so arranged as to permit removal of forms without jarring the concrete. Wedges, clamps and bolts shall be used wherever practicable instead of nails. The formwork for beams and slabs shall be so erected so that forms on the side of the beams and the soffit of slabs can be removed without disturbing the beam bottoms or propos under beams.

c) Surfaces of formwork in contact with concrete shall be oiled with a mould oil of approved quality or clean diesel oil. If required by the Engineer the Contractor shall execute different parts of the work with different mould oil to enable the Engineer to select the most suitable. The use of oil that results in the blemishes to the surface of the concrete shall not be allowed. Oil be applied before reinforcement has been placed and care shall be taken that no oil comes in contact with the reinforcement while it is being placed in position. The formwork shall be kept thoroughly wet during concreting and the whole time that it is left in place.

Page 208: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

208 Signature of the tenderer

Under seal of the firm

d) Formwork shall be continuously watched during the process of concreting. If during concreting, weakness develops and form work shows any distress the work shall be stopped and remedial action taken.

4.6.0 The tolerances and the age of concrete and removal of formwork shall be as per IS:456.

4.7.0 Stripping of Form work

Form work shall be removed carefully without jarring the concrete. Concrete surfaces to be exposed shall be rubbed down with carborundum stone to obtain a smooth and even finish. Where the concrete requires surface treatment, it shall be hacked immediately all over.

4.8.0 The Contractor shall not be permitted reuse of timber facing form work brought new on the works more than 5 times for exposed concrete form work and 8 times for ordinary form work. 5 or 8 uses shall be permitted only if forms are properly cared for, stored and the ones which go bad are repaired after each use. The Engineer may, in his absolute discretion, ask for removal from the site of any forms he considers unfit for use for particular item and other brought on the site will be proportionately allowed fewer uses as decided by the Engineer. Use of different quality boards or the use of old and new boards in the same form work shall not be allowed.

4.9.0 Mode of Measurement

4.9.1 Only where form work is specified to be paid for separately, measurement shall be of the area of shuttering actually in contact with RCC/PCC requiring shuttering including curves, angles, splays, mitres, bevels etc., for which nothing extra shall be allowed. The rates shall be inclusive of all work connected with provision of form work, its erection and removal and treatment of the concrete surface immediately after the removal of the form work.

4.9.2 No extra payment shall be made for holes to be made in form work for inserting electrical conduits, hooks for fans and plumbing work or leaving chases for any work.

4.9.3 Where boxes or pockets are required to be formed in the concrete, they will be paid for separately as specified in the Bill of Quantities, but in measuring the area of concrete surface shuttered, no deduction will be made for opening upto 0.4 sqm. For voids larger than 0.4 sqm the surface of form work forming the voids shall be paid at the rates of form work set out in the schedule and the area of voids deducted from the face area of shuttering.

4.9.4 No deduction shall be made from form work of main beams where the secondary beam intersects it. Form work to secondary beams shall be measured upto the sides of the main beams. No deduction shall be made from the form work to stanchion or column castings at intersections of beams.

Page 209: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

209 Signature of the tenderer

Under seal of the firm

4.9.5 No payment shall be made for temporary from work used in concreting, nor for joints or bulkheads, in floors, or elsewhere, whether such joints are to be covered later with concrete or bitumen mastic or other material as approved by the Architect.

5.0 REINFORCEMENT:

5.1.0 Reinforcement

All MS reinforcement shall conform strictly to latest Indian Standards. They shall be of test quality and the manufacturers test certificate shall be produced by the Contractor. Mild steel shall conform to IS 432 and high yield strength deformed (HYSD) bars shall conform to Is:1786 and testing to be done as per relevant IS codes.

Reinforcement shall be fabricated placed in position all as shown on drawings and specified. All reinforcement shall be bent cold. The laps and splices shall be as specified in the drawings.

All reinforcement shall be free from rust and scales, tied with 16 SWG soft drawn annealed binding wire with suitable chairs, if required. Proper chairs and spacers shall be provided to maintain the cover requirements.

5.1.1 Mode of Measurement

Reinforcement Steel

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

6.0 FLOORING:

6.1.0 Cement Granolithic Floor Finish

Thickness of floor shall be as specified; the concrete mix shall be 1:11/2:3. The sand shall be specially screened off all dust. The coarse aggregated shall be well graded and shall not exceed 10mm size. The surface to be paved shall be thoroughly compacted by heavy wooden rammers.

The surface shall be trowelled smoothly without using any extra cement, either dry or in the form of slurry. The trowelling shall be continued until moisture ceases to exude from the mass. The paving shall be laid in alternate panels of approved size. The paving shall be cured for three weeks and it shall be protected during this period with Hessian or other suitable material which not stain the surface.

Page 210: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

210 Signature of the tenderer

Under seal of the firm

7.0 STONE PITCHING:

Pitching shall be as provided in drawing, unless specified otherwise. Profiles shall first, be put up by means of pegs and strings or by placing stones, at interval of not more than 15 mtr. Stone shall then be laid closely in position in between the profile and firmly embedded with joint staggered and with exposed faces true to line, gradient and in uniform slope throughout.

The cross bands of approx. 22.5 cm width through bond stones equal to the full depth of pitching, shall be provided at an interval of approx. 3m centre to centre both longitudinally and transversely.

The interstices between adjacent stones shall be filled in with stones of proper size, well driven in with crowbars to ensure tight packing and complete filling of all interstices. Such filling shall be carried on simultaneously with the placing in position of the large stones and shall in no case be permitted to fall behind. Final wedging shall be done with the larges sized chip particles, each chip being well driven home with a hammer so that no chip is possible of being picked up or removed by hand. The stones shall be 0 min. 150 mm on any side and not less than 30 kg in weight.

MEASUREMENT:

The exposed finished surface shall be measured after the pitching has been done. The length, width and depth and side slope shall be measured correct to a cm. The volume of pitching for drains shall be calculated in cum. by multiplying the perimeter (bed width plus side slope) by the length & depth of the pitching.

Page 211: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

211 Signature of the tenderer

Under seal of the firm

BRICK MASONRY

1.0 SCOPE

This specification establishes the materials, dressing, laying,

joining, curing, workmanship etc. for brick masonry works. Brick

masonry shall also comply with all the requirements of IS: 2212.

2.0 GENERAL REQUIREMENTS

2.1 Cement Mortar

Cement mortar shall meet the requirements of IS: 2250 and shall

be prepared by mixing cement and sand by volume. Proportion of

cement and sand shall be 1:6 (1 part of cement and 6 parts of

sand), or as directed by the Engineer or as shown on the drawing,

for brick masonry of one brick thickness or more, while 1:4 cement

mortar (1 part of cement and 4 parts of sand) shall be used for

brick masonry of half brick thickness. The sand being used for

mortar shall be sieved. The mortar shall be used as soon as

possible after mixing and before it has begun to set and in any case

within initial setting time of cement after water is added to the dry

mixture. Mortar unused for more than initial setting time of

cement, shall be rejected and removed from the site of work.

2.1.1 Proportioning

The unit of measurement for cement shall be a bag of cement

weighing 50 kgs and this shall be taken as 0.035 cubic metres.

Sand shall be measured in boxes of suitable size on the basis of its

dry volume. In case of damp sand, its quantity shall be increased

suitably to allow for bulkage.

2.1.2 Mixing

The mixing of mortar shall be done in a mechanical mixer operated

manually or by power. The Engineer-in-Charge may, however,

permit hand mixing as a special case, taking into account the

magnitude, nature and location of work. The Contractor shall take

the prior permission of Engineer-in-Charge, in writing, for using

hand-mixing before the commencement of work.

Page 212: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

212 Signature of the tenderer

Under seal of the firm

2.1.2.1 Mixing in Mechanical Mixer

Cement and sand in specified proportions, by volume, shall be

thoroughly mixed dry in a mixer. Water shall then be added

gradually and wet mixing continued for at least one minute. Care

shall be taken not to add more water than that which shall bring

the mortar to the consistency of staff paste. Wet mix from the mixer

shall be unloaded on water-tight masonry platform, made adjacent

to the mixer. Platform shall be at least 150 mm above the leveled

ground to avoid contact of surrounding earth with the mix. Size of

the platform shall be such that it shall extend at least 300mm

alround the loaded wet mix area. Wet mix, so prepared, shall be

utilized within initial setting time (thirty (30) minutes either for

ordinary Portland cement conforming to IS: 269 or for Portland slag

cement conforming to IS: 455) after addition of water. Mixer shall

be cleaned with water each time before suspending the work.

2.1.2.2 Hand Mixing

The measured quantity of sand shall be leveled on a clean

watertight masonry platform and cement bags emptied on top. The

cement and sand shall be thoroughly mixed dry by being turned

over and over, backward and forward, several times till the mixture

is of uniform colour. The quantity of dry mix, which can be

consumed within initial setting time of cement, shall then be mixed

with just sufficient quantity of water to bring the mortar to the

consistency of stiff paste.

3.0 CONSTRUCTION PROCEDURE

3.1 Soaking of Bricks

Bricks shall be soaked in water before use for a period that is

sufficient for the water to just penetrate the whole depth of bricks

as well as to remove dirt, dust and sand. Proper soaking of bricks

shall prevent the suction of water from the wet mortar as otherwise

mortar will dry out soon and crumble before attaining any

strength. The bricks shall not be too wet at the time of use as they

are likely to slip on mortar bed and there will be difficulty in

achieving the plumb ness of wall as well as proper adhesion of

bricks to mortar. The period of soaking shall be determined at site

by a field test by immersing the bricks in water for different periods

and then breaking the bricks to find the extent of water

penetration. The least period that corresponds to complete soaking

will be the one, to be allowed for in the construction work.

Page 213: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

213 Signature of the tenderer

Under seal of the firm

The soaked bricks shall be removed from the tank, sufficient early,

so that at the time of laying, they are skin dry. The soaked bricks

shall be stacked over a clean place, wooden planks or masonry

platforms to avoid earth, dirt being smeared on them.

3.2 Laying

3.2.1 Brick Work (one or more brick thickness)

Brick work (one or more brick thickness) shall be laid in English Bond unless otherwise specified. Half or cut bricks shall not be used except when needed to complete the bond. In no case the defective bricks shall be used.

A layer of average thickness of 10mm of cement mortar shall be

spread on full width over a suitable length of lower course or the

concrete surface. In order to check and achieve uniformity in

masonry, the thickness of bed joints shall be such that four

courses and three joints taken consecutively shall measure equal

to four times the actual thickness of the brick plus 30mm. Each

brick with frog upward shall be properly bedded and set in position

by gently tapping with handle of trowel or wooden mallet. Its inside

faces shall be buttered with mortar before the next brick is laid and

pressed against it. After completion of the course, all vertical joints

shall be filled from top with mortar.

All brick courses shall be taken up truly plumb; if battered, the

batter is to be truly maintained. All courses shall be laid truly

horizontal and vertical joints shall be truly vertical. The level and

vertically of work in walls shall be checked up at every one metre

interval.

The masonry walls of structures shall be carried up progressively,

leaving no part one metre lower than the other. If this cannot be

adhered to, the brick work shall be raked back according to bond

(and not left toothed) at an angle not more than 45 degree but

raking back shall not start within 60 cm of a corner. In all cases

returns, buttresses, counter forts, pillars etc. shall be built up

carefully course by course, and properly bonded with the main

walls. The brickwork shall not be raised more than fourteen (14)

courses per day.

At the junction of any two walls, the bricks shall at each alternate

course, be carried into each of the respective walls so as to

thoroughly unite the work.

Page 214: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

214 Signature of the tenderer

Under seal of the firm

The courses at the top of plinth and sills, at the top of the wall just

below the soffit of the roof slab or roof beam and at the top of the

parapet shall be laid with bricks on edge. Brick on edge course

shall be so arranged as to tightly fit under the soffit of the roof

beam or roof slab, restricting the mortar layer thickness up to

12mm, however, any gap between the finished brick work and soffit

or roof slab/beam shall be suitably sealed with the mortar.

3.2.2 Brick Work (half brick thickness)

For brick walls of half brick thickness, all courses shall be laid with

stretchers. Wall shall be reinforced with 2 nos. – 6 mm diameter

mild steel reinforcement bars, placed at every fourth course. The

reinforcement bars, shall be straightened and thoroughly cleaned.

Half the mortar thickness for the bedding joint shall be laid first

and mild steel reinforcement, one on each fact of the wall, shall be

embedded, keeping a side cover of 12mm mortar. Subsequently,

the other half of the mortar thickness shall be laid over the

reinforcement covering it fully.

The reinforcement bars shall be carried at least 150mm into the

adjoining walls or RCC columns. In case the adjoining wall being of

half brick thickness, the length of bars shall be achieved b y being

the bars in plan. During casting of reinforced concrete columns,

6mm dia, M.S. reinforcing bar shall be placed at every fourth

course of brick masonry. At the junction of two walls, the brick

shall, at each alternate course, be carried into each of the

respective walls so as to thoroughly unite the work. The brick

masonry work shall not be raised more than 14 courses per day.

Brick course under the soffit of beam or slab, shall be laid by

restricting the mortar thickness to 12mm. However, any gap

between the finished brickwork and soffit or slab/beam, shall be

suitably sealed with the mortar.

3.2.3 Cavity Walls

Brick work in cavity walls shall be included with general brickwork.

It shall consist of one wall of one or more brick thickness while the

other wall shall be of half brick thickness at a clear gap of 50mm.

The brick work on either side of cavity shall conform to the

specifications already stated under 5.2.1 and 5.2.2. At the base of

the cavity wall, the walls shall be solidly constructed up to 300 mm

above the ground level. The cavity wall shall be terminated 300 mm

Page 215: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

215 Signature of the tenderer

Under seal of the firm

below the soffit of roof slab/beam and the courses over this shall

be continued in solid brickwork.

Cavity should be continuous and free from obstructions. Mortar

droppings shall be prevented from falling down the cavity by the

use of laths or by hay hands, which shall be drawn up the cavity as

the work proceeds. Any mortar which may unavoidably fall on the

wall-ties shall be removed daily and temporary openings shall be

provided to permit the daily removal of mortar droppings from the

bottom of the cavity.

The outlet and inner leaves shall be tied by means of wall ties. Ties

shall be of mild steel rough bars of 8mm dia. 200 mm long with

hooks at both the ends. These shall be placed not more than

750mm c/c horizontally and not more than 300mm vertically, and

staggered. Additional ties shall be provided near the openings.

There shall at least, be 5 ties per square metre of surface area of

the wall. Ties shall be given a bituminous coat before placement, to

protect them from corrosion.

In order to keep the cavity dry, air slots shall be provided in the

cavity walls at bottom as well as top to the extent of 30 sq.cm area

of vents to very 2.0 sq. metre area of the wall.

3.2.4 Circular Brick Work

The detailed specification for brick work covered under 5.2.1 and

5.2.2 shall apply, in so far as these are applicable. Bricks forming

skewbacks shall be dressed or cut so as to give proper radial

bearing. Defects in dressing of bricks shall not be covered up by

extravagant use of mortar, nor shall the use of chips etc. be

permitted.

The circular brick work shall be carried up from both ends

simultaneously and keyed in the center. The bricks shall be

flushed with mortar and well pressed into their positions so as to

squeeze out a part of their mortar and leave the joints thin and

compact. All joints shall be full of mortar and thickness of joints

shall be between 5mm and 15mm.

3.3 Jointing

Joints shall be restricted to a width of 10mm with brickwork of any

classification. All bed joints shall be normal to the pressure upon

them i.e. horizontal in vertical walls, radial in circular brick

Page 216: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

216 Signature of the tenderer

Under seal of the firm

masonry and at right angles to the face in the battered retaining

walls. The vertical joints in alternate courses shall come directly

one over the other and shall be truly vertical. Care shall be taken

that all the joints are full of mortar, well flushed up. In case no

pointing is to be done, cement mortar shall be neatly struck as the

work proceeds. The joints in faces, which are to be plastered or

pointed, shall be squarely raked out to a depth of 12 mm while the

mortar is still green. The rake joints shall be brushed to remove

loose particles. After the day’s work, the faxes of the brick work

shall be cleaned on the same day with wire brush and all mortar

droppings removed.

3.4 Curing

Green work shall be protected from rain or any other running water

or accumulated water from any source, by suitable means.

Masonry work, as it progresses, shall be kept thoroughly wet by

sprinkling water at regular intervals, on all faces. Curing shall be

done after 24 hours of completion of day’s work and shall be done

for at least 10 days after completion. Proper watering cans with

spray nozzles, rubber or PVC pipes shall be used for this purpose.

3.5 Staging/Scaffolding

3.5.1 Staging/scaffolding shall be properly planned and designed by the

Contractor. Use of only steel tubes is permitted for

staging/scaffolding. Design of staging/scaffolding shall be

submitted for approval of the Engineer, before commencement of

work.

Single scaffolding having one set of vertical support, shall be used

and other end of the horizontal scaffolding member shall rest in a

hole provided in the header course. The support shall be sound

and strongly clamped with the horizontal pieces over which the

scaffolding planks shall be fixed. The holes left in the masonry

work for supporting the scaffolding shall be filled and made good

with plain cement concrete of grade 1:3:6 during plastering.

Suitable access shall be provided to the working platform area. The

scaffolding shall be strong enough to withstand all loads likely to

come upon it and shall also meet the requirements specified in IS:

2750.

Double scaffolding shall be provided for pillars less than one metre

in width or for the first class masonry or for a building having more

than two storeys.

Page 217: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

217 Signature of the tenderer

Under seal of the firm

The following measures shall also be considered during erection of

the scaffolding staging:

a. Sufficient sills or underpinnings, in addition to base plates,

shall be provided, particularly, where scaffoldings are erected

on soft grounds.

b. Adjustable bases to compensate for uneven ground shall be

used.

c. Proper anchoring of the scaffolding/staging at reasonable

intervals shall be provided in each direction with the main

structure wherever available.

d. Horizontal braces shall be provided to prevent the scaffolding

from rocking.

e. Diagonal braces shall be provided continuously from bottom to

top between two adjacent rows of uprights.

f. The scaffolding/staging shall be checked at every stage for

plumb line.

g. Wherever the scaffolding/staging is found to be out of plumb

line, it shall be dismantled and re-erected afresh. Efforts shall

not be made to bring it in line with a physical force.

h. All nuts and bolts shall be properly tightened and care shall

be taken that all the clamps/couplings are firmly tightened to

avoid slippage.

i. Erection work of a scaffolding /staging, under no

circumstance shall be left totally to semiskilled or skilled

workmen and shall be carried out under the supervision of

Contractor’s technically qualified civil engineer.

3.5.2 For smaller works or works in remote areas wooden ballies may be

permitted for scaffolding / staging by the Engineer at his sole

discretion. The Contractor must ensure the safety and suitability

of such works as described under clause 3.5.1 above.

Page 218: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

218 Signature of the tenderer

Under seal of the firm

3.6 Embedment of Fixtures

3.6.1 All fixtures, pipes, conduits, holdfasts of doors and windows etc.,

required to be built in walls, shall be embedded in plain cement

concrete block of grade 1:3:6 at the required positions, as the work

proceeds.

4.0 PAYMENT

This clause shall apply to Item Tender only.

4.1 General

The payment of brick masonry shall be inclusive of all labour,

material, scaffolding / staging sampling and testing, soaking of

bricks, laying of bricks, raking of joints, cutting of bricks, providing

recess and making rectangular or round openings, sealing the gap

between brick masonry platform for unloading the wet mix,

embedding the fittings/fixtures including providing PCC (1:3:6)

etc., all as specified for all heights and depths. Deduction for

rectangular or circular openings shall be done as per relevant BIS

Codes.

4.1.1 Payment of brick masonry works of one or more brick thickness,

including circular brickwork, shall be made on cubic metre basis of

the work done.

4.1.2 Payment for half brick masonry work shall be made on square

metre basis on the area of the work done and shall also include the

cost of supplying and fixing of reinforcement bars in position.

4.1.3 Payment for forming the cavity shall be in square metres and shall

include the cost of laying of bitumen coated MS ties in position,

labour required for keeping the cavity clear, providing air slots etc.

Page 219: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

219 Signature of the tenderer

Under seal of the firm

QUALITY ASSURANCE PLAN

Page 220: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

220 Signature of the tenderer

Under seal of the firm

RITES Ltd An ISO 9001-2000

Company

Client Name QUALITY ASSURANCE PLAN Project Construction of related Rly Siding and S&T System package for Barh STPP Stage-II (2x 660MW) of NTPC Ltd.

NTPC Ltd.

ITEM : Civil Works

QP NO. :

Package - IIA

REV. NO.: 1

Contract No

Construction of Boundary Wall including earthwork in filling upto formation level in connection with Project Management and construction of Railway Siding and S&T package system (Package-IIA) for Barh STPP Stage-II (2x660MW) of NTPC Ltd., Dist. Patna, Bihar.

DATE: Construction Agency

PAGE:

Sl. No Activity and

Operation Characteristics / instruments

Class of check

Type of check

Quantum Of check Reference Documents

Acceptance Norms

Format of Record

Remarks/ Precautions

1 2 3 4 5 6 7 8 9 10 1.0 EARTH

1.1 Fill (Suitability of borrow material & blanketing material) A Borrow

Material (soil)

1.1.1 Grain size analysis and soil classification

set of sieves, Hydrometer etc

B Physical Minimum one test in every 5000 cum or change of strata/soil wherever is earlier.

IS:2720 (Pt.IV) IS:1498 - 1970/ TS

SR/TR The soil should be suitable type Check by RITES.

Page 221: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

221 Signature of the tenderer

Under seal of the firm

1.1.2 Liquid & plastic limit

Mechanical liquid limit device, Grooving tools, Evaporating Disc, Spatula, Palette knives, Balance, Oven, Containers

B Physical Minimum one test in every 5000 cum or change of strata/soil wherever is earlier.

IS:2720 (Pt.V) /TS SR/TR Check by RITES.

1.1.3 Modified proctor Test to determine optimum moisture content and max. dry density of fill

Procter needle appratus

B Physical Minimum one test in every 5000 cum or change of strata/soil wherever is earlier.

IS 2720 (Pt.VIII)/TS SR/TR Check by RITES

B Blanketing Material

1.1.1 Soil classification, Grain size analysis and %fine, Cu, Cc

set of sieves, Hydrometer etc

B Physical Minimum one test in every 500 cum or part thereof

IS:2720 (Pt.IV) IS:1498 - 1970 and para 4.3.4.1 of technical specification

SR/TR Check by RITES

1.1.2 Liquid & plastic limit

Mechanical liquid limit device, Grooving tools, Evaporating Disc, Spatula, Palette knives, Balance, Oven, Containers

B Physical Minimum one test in every 500 cum or part thereof

IS:2720 (Pt.V)/TS SR/TR do

Page 222: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

222 Signature of the tenderer

Under seal of the firm

1.1.3 Modified proctor Test to determine optimum moisture content and max. dry density of blanketing material

Procter needle appratus

B Physical Minimum one test in every 500 cum or part thereof (min. 2 samples initially)

IS 2720 (Pt.VIII)/TS SR/TR Check by RITES

Note: Random checks & lab analysis

1.2 Degree of compaction of fill and blanketing material

A Borrow material (soil)

1.2.1 In situ Dry density

Core cutter or sand replacement apparatus

B Physical i) Min. one test in each compacted layer for every 200 sqm and top 1m of subgrade. ii) Min. one test in each compacted layer for every 500 sqm below top 1m of subgrade.

IS 2720 (Pt. XXVIII & XXIX) / TS

SR/TR 98 % of max dry density ( modified proctor ) for homogeneous embankment Check by RITES

1.2.2 Moisture content Balance, Oven etc B Physical one test for every sample taken as per 1.2.1

IS 2720 /TS (Pt II) SR/TR check by RITES

1.3 Stripping

1.3.1 Check for required level of stripped ground

as required B visual & measurement

100% RITES Tech spec., drawings

SR/TR check by RITES

Page 223: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

223 Signature of the tenderer

Under seal of the firm

1.3.2 In situ Dry density of Natural Ground (sub soil)

Core cutter or sand replacement apparatus

B Physical

min. one test for every 500 sqm

IS 2720 (Pt. XXIX) / TS SR/TR Check by RITES.

2.0 CONCRETING WORK 2.1 Coarse Aggregate for concrete and filters

2.1.1 Particle Size & Shape (Sieve analysis, flakiness index, elongation index including visual inspection.

Sieves (confirming to IS-460-1962) , balance, Oven, Thickness gauge, Length Gauge, Metal Scoop etc

B Physical

one test per 100 cum/ change of source whichever is earlier

IS: 2386 Part-I, (for test procedure), IS:383 (for permissible value)/TS

SR/LB Results should be as per request of design mix subjected to verification within the limits specified in relevant IS code Check by RITES.

2.1.2 Deleterious materials & organic impurities

Balance, Sieve (confirming to IS-460-1962) etc.

B Lab analysis & Physical

To be done twice per source. Once at the starting, another in the middle

IS: 2386 Part-II, (for test procedure), IS:383 (for permissible value)/TS

SR/LB/ Test Report

Experts opinion regarding suitability of the aggregates shall be obtained from any specialist institute, Results will be reported nearest to 0.1% for clay lumps Check by RITES

2.1.3 Determination of specific gravity , water absorbtion, bulk density and voids

Balance, Sieve (confirming to IS-460-1962) etc.

B Physical Once in twelve weeks/ 500 cum or change of source whichever is earlier

IS: 2386 Part-III, (for test procedure), IS:383 (for permissible value)/TS

SR/LB/ Test Report

These tests shall be carried out while establishing design mix & results be intimated. RITES

Page 224: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

224 Signature of the tenderer

Under seal of the firm

2.1.4 Determination of Crushing value, Determination of impact value

Standard Apparatus for these test shall be used

A Physical To be done twice per source. Once at the starting, another in the middle

IS: 2386 Part-IV, (for test procedure), IS:383 (for permissible value)/TS

SR/LB/ Test Report

These tests shall be carried out while establishing design mix & results be intimated. RITES to check

2.1.5 Moisture content Balance, Sieve( confirming to IS-460-1962) and Oven etc.

B Physical Once for each stack of 100 Cu.M. or part there of Except during monsoon when this has to be done every day before start of concreting

IS:2386 Part-III IS : 456 IS : 383/TS

SR/LB Accordingly water content of the concrete will be adjusted. These tests shall be carried out while establishing design mix & results be intimated.RITES to check

2.1.6 Soundness Reagents (sodium Sulphate or Magnesium Sulphate)

B Chemical/ Physical To be done twice per

source. Once at the starting, another in the middle.

IS: 2386 Part-V, (for test procedure), IS:383 (for permissible value)/TS

SR/LB/ Test Report

These tests shall be carried out while establishing design mix & results be intimated. RITES to check

2.2 Fine aggregate

2.2.1 Bulkage, bulk density, surface moisture & water absorption

As per IS Code B Physical Bulkage & surface moisture to be done everyday before starting the work. Bulk density & water absorption to be done once in twelve weeks/ 500 cum or change of source whichever is earlier

IS: 2386 (Part III), IS:383/ TS

SR/LB/TR

Volume of sand and weight of water shall be adjusted as per bulk and moisture content RITES to check

Page 225: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

225 Signature of the tenderer

Under seal of the firm

LEGEND: DOC. NO.: REV-

Legend to be used: Class # : A = Critical, B=Major, C=Minor; SR,TR,MfrTC

Construction Agency Stamp and

Signature

SR = Site Register , TR= Test Report , Mfr TC=Manufacturer's Test Certificate , duly correlated

This document shall be read in conjunction with RITES Tech. Specifications, BOQ & Drawings.

REVIEWED BY APPROVED BY

Approval Seal

2.2.2 Mortar making properties

As per IS Code B Physical Once per source & one for every change of source

IS: 2386 (Part VI), IS:383/ TS

SR/LB/TR

should be as per requirement of design mixRITES to check

2.2.3 Silt, Clay content and organic impurities and deleterious materials

Balance, Sieve (confirming to IS-460-1962) etc.

B Physical To be done twice per source. Once at the starting, another in the middle

IS: 2386 Part-II, (for test procedure), IS:383 (for permissible value)/ TS

SR/LB/ Test Report

should be as per requirement of design mix RITES to check

2.2.4 Sieve Analysis, particle shape & size

set of sieves B Physical one test per 100 cum/ change of source whichever is earlier

IS: 2386 (Part-I), IS:383/ TS

SR/LB/TR

Should be as per requirement of design mix subject to variation specified in relevant IS codes. RITES to check

2.2.5 Soundness Reagents (sodium Sulphate or Magnesium Sulphate)

B Chemical/ Physical

To be done twice per source. Once at the starting, another in the middle

IS: 2386 Part-V, (for test procedure), IS:383 (for permissible value)

SR/LB/ Test Report

These tests shall be carried out while establishing design mix & results be intimated. RITES to check

2.3 Water

Page 226: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

226 Signature of the tenderer

Under seal of the firm

2.3.1 Tests for PH Value

PH meter/ PH paper (to be recorded at site)

B Testing at lab

One per month for each source

IS:3025, IS:456 SR/LB/TR

do

2.4 CEMENT (review of manufacturers test certicate for each consignment brought at site with the information to RITES.

2.4.1 a) Ensure that cement is stored in weather tight covered storage on raised platform.

B Visual 100% covered storage

Refer RITES tech Spec

SR/LB RITES site engineer to check. Manufacturers test certificate to be submitted by the contractor

2.4.2 Fineness As required B Physical One per 200 MT IS: 4031/ 1489/269/455/TS

SR/LB do

2.4.3 Initial & Final Setting time

As required B Physical do IS:4031/TS SR/LB do

2.4.4 Soundness As required B Physical do IS:4031/TS SR/LB do

2.4.5 Specifiv Gravity As required B Physical do IS:4031/TS SR/LB do 2.4.6 Compressive

Strength As required B Physical do IS:4031/TS SR/LB do

2.5 STAGING, SHUTTERING AND FORMS

Page 227: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

227 Signature of the tenderer

Under seal of the firm

2.5.1 Materials and accessories

As required B Visual

100%

IS 4014 SR proper care should be taken in order to combat corrosion. Proper care should be taken while cleaning, moving and stacking the scafolds. It should be ensured that they are free from warped, broken or damaged edges or uneven surface before putting them on works.Cleaning and oiling is to be done.to check for loose connections if any Check by RITES

2.5.2 Plywood for concrete shuttering work

As required B Visual 100% IS 4990:1993, IS 1734; ( Part 1 -11)/TS

Relevant documents & recommended method of use & loading etc. to be checked by RITES

2.5.3 Durability, Strength & Soundness of staging, joists, shuttering and scaffolding

As required B Visual

Once

As per technical specification, manufacturer's spec.and IS: 3696,4014, 4990

SR To be checked by RITES before & after placement of concrete

Page 228: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

228 Signature of the tenderer

Under seal of the firm

2.5.4 Connection between individual scaffolding units and safe slenderness ratio. Two independent safety measures against collapse

As required B Visual Fortnightly As per relevant IS Codes SR RITES site engineer to check

2.5.5 Alignment/Shape As required B Measurement

Each member & before each lift of shuttering or before next stage

As per approved drawings SR/LB length,breadth,depth,shape, level, plumb line to be checked. Diagonal bracings are to be checked.

2.5.6 Check form's seam marks and water tightness

As required B Physical Random

As per approved drawings SR/LB RITES site engineer to check

2.6 2.6.1 Mix Design As required B Physical Once for every change in mix materials source.

IS: 516 & IS:456, IS:10262/RITES Tech. Spec.

Mix Design Report

Design mix is to be carried out at any approved lab.

2.6.2 Trial mix (Cubes compressive strength)of the Mix Design

As required A Physical Min. 3 Trial Mixes with admixtures (if any) and Without admixtures

IS: 516 & IS:456, IS:10262/ RITES Tech. Spec.

SR/LB/ Test Report

RITES will conduct the trial mixes Mixing shall be in RITES approved batching plant/ weigh batcher.

2.6.3 Crushing strength of trial mix cubes

As required for 7 & 28 days strength test

A Physical As per IS 456 IS: 516 & IS:456, IS:10262/ RITES Tech. Spec.

SR/LB witness by RITES

Page 229: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

229 Signature of the tenderer

Under seal of the firm

2.7 Concrete conveying, placing and Compaction 2.7.1 Mixing of

concrete mixing of concrete shall be done in a approved mixer/ weigh batcher/ batching plant such as to produce a homogenous mix

B Physical To be calibrated at the time of starting and as desired by Engineer-in -charge

Review of calibration chart/ Certificate, IS 456/ TS

time of mixing will be as given in Technical specification / IS 456 Min. time of mixing should be 2 minutes for mixer capacity 2 cum or less Min. time of mixing should be 3 minutes or as recommended by by the mixer manufacturer for mixer capacity above 2 cum

2.7.2 Handling and Conveying

Buckets , Chutes, belt conveyer etc

B Physical 100%

as per Tech. Spcfn./construction/erection methodology/ IS 457

SR Technical specification is to be followed.

2.7.3 Placement of concrete

Visual B Physical 100% as per construction/erection methodology as per tech.specs

SR no concrete shall be placed until the place of deposite has been thoroughly inspected and accepted, Check by RITES

Page 230: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

230 Signature of the tenderer

Under seal of the firm

2.7.4 Compacting As required B Physical 100% Check for segregation as per IS 456 & TS

SR Bleeding or segregation etc. is to be avoided as far as possible. Accumulated water is to be removed and shall not be covered with concrete, or dry concrete Check by RITES

2.7.5 Curing As required minimum 7 days

B Physical 100% Check for period of curing as per IS 456 & TS

SR Exposed concrete surface shall be protected against heating and drying for atleast 72 hrs after placement. Check by RITES

2.8 Tests on Green Concrete

2.8.1 Workability :- Slump test

Standard apparatus for different method used for measuring workability, slump cone

B Physical One sample every 2 hrs. from every mixing plant/ IS 456

IS:456, IS 1199-1959 & RITES Tech. Spec.

SR/LB/TR

Slump test for medium & high workability RITES site engineer to check

Page 231: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

231 Signature of the tenderer

Under seal of the firm

2.8.2 Crushing strength (works Tests cubes)

As required for 7 & 28 days

A Physical As per IS 456

IS:516, IS:456, RITES Tech. Spec.

SR/LB/ Test Report

RITES site engineer to do the test.

2.8.3 Water cement ratio( Cement Content And Water Content)

As required B Physical At random at the time of batching.

As per IS:1199 and approved design mix.

SR/LB As per mix designRITES site engineer to check

2.8.4 Check for cement content

B Physical At random at the time of batching.

As per IS:3026, IS: 456, approved design mix & technical specification.

SR/LB do

2.8.5 Admixtures for Concrete (if any)

As per IS : 9103 B Testing 100% IS:456, appd. Design mix & technical specification

Test Report

Admixture of appd. Brand and tested quality shall be used.Manufacturers TC required.RITES site engineer to check

2.8.6 Visual examination of finished structure

As required B Visual 100% As per Tech. Specification./Appd. Drg./IS-456

-do- RITES to check

2.8.7 Dimensions do B Measurement

100%

As per Tech. Specification./Appd. Drg./IS-456

do RITES to check

Page 232: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

232 Signature of the tenderer

Under seal of the firm

2.9 TEST/CHECK ON RCC STRUCTURE IN HARDENED CONDITIONS:

2.9.1 Ultrasonic Pulse Velocity Test

for critical foundations

A NDT 100% IS: 13311 Part- I and Tech. Specification/ IS 456

Test Report

Shall be performed by qualified persons/institution with calibrated equipments in presence of RITES, if there is any doubt in crushing stregth and on specific instruction

2.9.2 Load Test , Core test & Rebound Hammer

As required A Test As required by RITES Engineer.

As per Technical specification and IS:456-2000

Test Report

The test shall be carried out only in case of doubt regarding grade & quality of concrete.

3 Reinforcement Steel

3.1 Physical and Chemical Properties as per relevant IS codes

As required/ agreed

B Review of TCs

In 100 MT or part thereof

IS 1786/ 456/ TS MTC Approved brands are SAIL/TISCON/ RINL RITES to check

3.2 Tolerance As required/agreed

C Physical At random IS:1786 SR/LB To be checked at site

Page 233: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

233 Signature of the tenderer

Under seal of the firm

3.3 Freedom from defects

As required/ agreed

C Visual

Random before and during placement

As per technical specifications & IS: 468

SR Any of the bars selected for use shall be free from cracks, surface flaws, laminations and rough, jagged and imperfect edges.Steel issued should be free from excessive rust. To be stored diameter wise in such a place so as to permit easy approach for inspection & identification. It should be cleaned of excessive rust before use.R/f will be tied with annealed wire. Water accumulation & distortion of r/f are to be avoided. To be checked by RITES

Page 234: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

234 Signature of the tenderer

Under seal of the firm

3.4 Placement As required/ agreed

B Visual 100% As per approved drawings and approved Bar Bending schedule/ IS 456/ TS

SR/LB/ Pour card

RITES Engineer to check as per Bar Bending Schedule (BBS) and as per relevant codal provision

3.5 Cutting tolerance As required/ agreed

B Physical Measurement

100% Approved drawings & check list.

SR Tolerance as per specifications

4.0 Grout 4.1 Grouting

Pressure Calibrated Pressure Gauge

B Physical At random Approved Drwaing SR/LB To be checked at site by RITES

4.2 Composition of Grout

NIL B Verification of MTC

Each lot/Batch As per Technical Specification

SR/LB To be checked at site by RITES

Page 235: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

235 Signature of the tenderer

Under seal of the firm

4.3 Compressive strength (7 & 28 days)

As required A Physical 6 cubes for every grout at the time of each grouting

As per Technical specification

SR/LB To be checked at site by RITES

5.0 Expansion Joints (Test Certificate of Manufacturer & Inspection agency is to be reviewed before placement) 5.1 Check of type &

location of installation and release for concreting

NIL B Visual 100% As per Technical Specification

MTC To be checked at site by RITES

6.0 Ballast On supply of the first 100cum, the follwing tests shall be carried out. Further supply shall be accepted only after this ballast satisfies the specifications for these tests.

6.1 Size and Gradation test

As per Technical Specification

B Physical one for each stack As per Technical Specification/ IS 383 / IS 2386

SR/LB To be checked at site by RITES Size of one sample should be 0.027cum for stack of volume less than 100 cum & 0.027cum for every 100 cum or part thereof for stack of volume more than 100 cum. This sample should be collected using a wooden box of internal dimensions 0.3m x 0.3m x 0.3m from different parts of the stack

6.2 Abrasion value As per Technical Specification

B Physical One test for every 2000 cum

do SR/LB RITES to check

Page 236: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

236 Signature of the tenderer

Under seal of the firm

6.3 Impact value As per Technical Specification

B Physical One test for every 2000 cum

do SR/LB RITES to check

6.4 Water absorption As per Technical Specification

B Physical One test for every 2000 cum

do SR/LB RITES to check

6.5 Stack measurement

As per Technical Specification

B Physical 100% As per Technical Specification

SR/LB RITES to check

7.0 Brick Masonry, Sheeting & allied works 7.1 Test on Bricks 7.1.1 Soundness As required C Physical As per relevant IS

Code/ One Sample for 10,000 Nos. or part thereof

IS: 1077, IS: 3495, IS:2691, Tech. Specification

SR/LB To be checked at site by RITES as per frequency stipulated in specification & guideline.

7.1.2 Colour - C Visual One for each stack do do Deep cherry red copper colour

7.1.3 Compressive strength

As required B Physical As per relevant IS Code/ One Sample for 10,000 Nos. or part thereof

IS: 1077, IS: 3495 (part I), IS:2891, Tech. Specification

do To be checked at site by RITES as per frequency stipulated in specification & guideline.

7.1.4 Water Absorption

As required B Physical As per relevant IS Code/ One Sample for 10,000 Nos. or part thereof

IS: 1077, IS: 3496 (part I), IS:2891, Tech. Specification

do do

7.1.5 Visual & Dimension

Visual & Measurement tape

B Visual & Measurement

Random IS: 1077 & tech. Spcfn.

do do

Page 237: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

237 Signature of the tenderer

Under seal of the firm

7.1.6 Warpage Straight edge & scale

B Measurement

Per 10000 Nos.

IS: 1077 do do

7.2 Sand (masonary work & road works) 7.2.1 Silt, Clay content

and organic impurities

As per IS Code B Physical Once per source & for on every change of source

IS: 2386 Part-II, IS:383 /TS

SR/LB/TR

RITES to check

7.2.2 Grading Of Sand IS Sieves B Physical once for 100 cum or part thereof or change of source whichever is earlier.

IS 2116/ IS 383/ TS RITES to check

7.2.3 Determination of specific gravity and water absorbtion, & Bulk density

Balance, Sieve (confirming to IS-460-1962) etc.

B Physical do

IS: 2386 Part-III, (for test procedure), IS:383 (for permissible value)

SR/LB/ Test Report

do

7.3 Masonry construction

7.3.1 Workmanship --- B Visual/ Physical

All work As per Spec And IS 2212 for brick works

RITES to check

7.3.2 Laying Trovel, Square, Plumb bob etc

B Physical All work As per Spec And Clause no 11.0 of IS 2212 for brick works

RITES to check

7.3.3 Verticality and Alignment of Plumb

Plumb bob B Physical All work

IS 2212 and Tech Spec

RITES to check

8.0 9.0 BOUGHT OUT ITEMS - BOI

Page 238: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

238 Signature of the tenderer

Under seal of the firm

9.1 Bought out items to be procured form the manufacturers acceptable to RITES

As required / agreed

B Verification of MTC / Testing/ review

100%

RITES tech spec. / BOQ. List of all BOI to be submitted for approval along with proposed vendors

Relevant documents/ TC

RITES to check

10.0 RCC PIPES as per IS: 458 & T.S. 10.1 Tests at Manufacturer's Works (RITES approved) 10.1.1 Hydrostatic Test As required /

agreed B Physical As per IS 458 Testing Procedure as per

IS 458 IR/TC RITES to check

10.1.2 Absorption Test As required / agreed

B Physical As per IS 459 Testing Procedure as per IS 459

IR/TC do

10.1.3 3 Edge Bearing Test

As required / agreed

B Physical As per IS 460 Testing Procedure as per IS 460

IR/TC do

10.1.4 Straightness Test As required / agreed

B Physical As per IS 461 Testing Procedure as per IS 461

IR/TC do

10.1.5 Dimensional Check & Visual Inspn.

As required / agreed

B Physical As per IS 462 Testing Procedure as per IS 462

IR/TC do

10.1.6 RCC wire check & spacing

As required / agreed

B Measurement

Random TS/IS 458 IR/TC Do

10.2 Checks at site 10.2.1 Check for Laying

and Jointing As required / agreed

B Visual As per IS 783

As per IS 783 & RITES Tech. Spec

IR/TC RITES to check

11.0 ROAD WORKS 11.1 Control Of Alignment , Level and Surface Regularity

Page 239: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

239 Signature of the tenderer

Under seal of the firm

11.1.1 Horizontal alignment

As reqd B Physical 100% Section 900 of MORTH specification/ IRC,RITES Spec.

SR Horizontal Alignment shall be reckoned w.r.t. the centre line of carriageway, tolerance will be 10 mm for carriageway and 25 mm for lower layers

11.1.2 Surface Levels As reqd B on a grid of points placed at 6.25m longitudinally and 3.5m transversly

Table 900-1 of MORTH Spec./ IRC

for 10 consecutive measurements taken longotudinally, not more than one measurement shall be permitted to exceed the tolerance,

11.1.3 Surface Regularity of Pavement Courses

As reqd B 100% Table 900-2 of MORTH Spec./ IRC

On rectification of irregularities the corrective measures given in MORTH spec ( Clause 902.5) shall be followed

11.2 Test on bases and sub-bases( excluding bituminous bound bases)- Water Bound Macadum A Aggregates 11.2.1 Aggregate

Impact value, abrasion value & water absorption

Agrregate Impact value Test Apparatus

A Physical One test per 200 cum of Test aggregate

Section 900 of MORTH specification, RITES Spec.

SR/TR RITES to check

11.2.2 Grading Set of IS Sieves B Physical One test per 100 cum of aggregate

Section 900 of MORTH specification, RITES Spec.

SR/TR Do

11.2.3 Flakiness index and elongation index

Flakiness and elongation test gauges

B Physical One test per 200cun of agregate

Section 900 of MORTH specification, RITES Spec.

SR/TR Do

Page 240: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

240 Signature of the tenderer

Under seal of the firm

B Sand (see clause 7.2)

C Test on earth work for embankment, Construction and cut formation of Road 11.2.1 Soil (Grain size

analysis, LL, PL, PI, Modified Proctor, CBR value)

B 100% Clause 903.2 of MORTH spec & IS 2720 Part 4, 5 8 , 16

RITES to check

11.2.2 Compaction Control

B on each leyer by taking at least one measurement of density for each 2500 sqm of compacted area or road length of 500m whichever is lower.

IS 2780 (part 28) do

11.2.3 Atterberg Limits of binding material (moorum)-LL/PL/PI and grain size analysis

Atterberg limits determination

B Physical One test per 100 cum of binding material

Section 900 of MORTH specification, RITES Spec.

SR/TR Do

12.0 TURFING 12.1 visual inspection

of turf sods as required B Visual

100%

- presence of mat of roots and not less than 5 cm of thickness of earth in the turf sods. Direct planting of grass on the embankment slope shall not be permitted

Page 241: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

241 Signature of the tenderer

Under seal of the firm

Note: 1. No separate Quality Plan is needed for P. Way materials being all the P.Way materials shall be procured by the agencies from the suppliers/ manufacturers approved by Railways/RDSO/RITES duly inspected by Zonal Railways, RDSO or RITES Inspection Wing and the Inspection reports are to be ensured & verified by RITES. 2. For items & works which are left out, the checks shall be mutually agreed in line with CPWD/RITES/Rly norms.

General Points: 1.0 Quality Control Manpower A check As per T.S. 2.0 Quality Control Laboratory A check As per T.S. 3.0 Construction Equipments A check As per T.S. 4.0 Organisation Chart B check As per T.S./As per requirement /

direction of EIC

Page 242: NTPC LIMITED - RITES of the tenderer Under seal of the firm 1 NTPC LIMITED (A Government of India Enterprise) Open Tender Notice No. 43/OT/NTPC-BARH/Boundary Wall/Stage-II/PKG-IIA/2013

Signature of the tenderer Under seal of the firm

242

PART-1

SECTION -7

DRAWING (i) NTPC Drawing no:- 9558-359-POC-C-001(Rev.no-4)