Está en la página 1de 226

RFP DOCUMENT

FOR
PROJECT MANAGEMENT CONSULTANCY
For
Gauge Conversion of existing Meter Gauge track between Dhasa and Jetalsar: Construction
of roadbed, bridges, supply of ballast, Dismantling of existing MG track, Installation of track
(excluding supply of rails & ordinary PSC line sleepers), Electrical (General Electrification),
Signaling and Telecommunication works of Bhavnagar Division of Western Railway, Gujarat,
India in 2 (Two) Packages

RAIL VIKAS NIGAM LIMITED


ST
1 Floor, August Kranti Bhawan, Bhikaji Cama Place, Africa Avenue,
New Delhi-110066
Tel +91-11-26738502, Fax +91-11-26738592
Email: surinder@rvnl.org, skdhiman100@gmail.com
RAIL VIKAS NIGAM LIMITED
(A Government of India Undertaking)

Ref: RVNL/CPM-ADI/DAS-JLR/PMC/OT-11 DATED: 15/07/2016

DOCUMENTS OF REQUEST FOR PROPOSAL

PROJECT MANAGEMENT CONSULTANCY

FOR

Gauge Conversion of existing Meter Gauge track between Dhasa and Jetalsar:
Construction of roadbed, bridges, supply of ballast, dismantling of existing MG
track, Installation of track (excluding supply of rails & ordinary PSC line
sleepers), Electrical (General Electrification), Signaling and Telecommunication
works of Bhavnagar Division of Western Railway, Gujarat, India

OCTOBER 2014

Page 1 of 2
SECTION CONTENTS

1 Notice Inviting `Request for Proposals

2 Instructions to Consultant, Data Sheet &


Selection Criteria

3 Proposal Forms (Technical & Financial)

4 Terms of Reference

5 Form of Agreement, General Conditions of


Contract and Special Conditions of
Contract

Page 2 of 2
RAIL VIKAS NIGAM LIMITED
(A Government of India Enterprise)

SECTION 1

REQUEST FOR PROPOSALS


Ref: RVNL/CPM-ADI/DAS-JLR/PMC/OT-11 Dated: 15/07/2016

1. RAIL VIKAS NIGAM LIMITED (RVNL), having its Corporate office at 1st
Floor August Kranti Bhavan, Bhikaji Cama Place, New Delhi 110066,
India is a Public Sector Enterprise set up as a wholly owned Government
Company under the provisions of Section 617 of Companies Act., invites
sealed proposals on single stage Two packet system, from experienced
and reputed Consultants, that are registered in India, to provide Project
Management Consultancy Services for the following works : -

Gauge Conversion of existing Meter Gauge track between Dhasa and


Jetalsar: Construction of roadbed, bridges, supply of ballast, Dismantling
of existing MG track, Installation of track (excluding supply of rails &
ordinary PSC line sleepers), Electrical (General Electrification), Signaling
and Telecommunication works of Bhavnagar Division of Western
Railway, Gujarat, India in 2 (Two) Packages

Period of Completion: 48 months plus 6 months Defect Liability


Period for the work.

2. Scope of Consultancy Services: The scope of the Project Management


Consultancy Services required by RVNL for the above mentioned Project
is detailed in Section 4 (Terms of Reference) of the RFP Document.

3. RFP Documents: The interested Consultants may obtain further


information from the `Request for Proposal Document (RFP) which can
be obtained between 10:00 hrs and 17:00 hrs on all working days from
16/07/2016 to 17/01/2017 in person from the RVNL Office at the
address, given in paragraph 8 below, on payment of non-refundable
document fee of 5,000/-(Rupees Five thousand only) in the form of
Demand Draft in favour of Rail Vikas Nigam Limited payable at New
Delhi.

RFP Documents requested by post will be dispatched by courier on


payment of an extra amount of 750/- (Rupees Seven hundred fifty
only).

4. RFP document can also be downloaded from RVNL website


www.rvnl.org and the Proposals can be submitted on the downloaded
document along with a separate demand draft towards the cost of RFP
documents at the time of tendering in a separate envelope marked cost
of RFP document failing which the offer will be summarily rejected.

Please note that, if any drawings are referred to in the RFP document,
the cost of such drawings shall be inclusive of in the cost of RFP

Section 1 Page 1 of 3
document. For viewing the drawings and to have a copy of the same, the
Tenderer can contact this office on any working day. It will be the
responsibility of the Consultant who is submitting the proposal on down
loaded RFP document to check and see any addendum/corrigendum
issued in this regard from the website from time to time and ensure
submission of proposal along with all addendum/corrigendum.

5. Proposal Security: The proposals must be accompanied by Proposal


Security of INR 84.64 Lakhs in the form of Bank Demand Draft drawn
on any Scheduled Bank in India. Proposal Security may be also in the
form of Bank Guarantee drawn on Scheduled/Nationalised Bank in
India. Non submission of the requisite Proposal Security shall lead to
summary rejection of the proposal.

6. Special Provisions for Micro and Small Enterprises (MSEs): MSEs


registered with District Industries Centers/ Khadi and Village Industries
Commission/ Khadi and Village Industries Board/Coir Board/ National
Small Industries Corporation/ Directorate of Handicraft and Handloom/
Udyog Aadhaar The Online Portal of MSME/ Any other body specified
by Ministry of MSME are exempted from the payment of RFP document
fee and proposal security for this tender

7. Receipt of Proposals: Sealed proposals must be dropped in the


nominated tender box or delivered to the address given in Para 8 below
not later than 11:00 Hrs on 18/01/2016. Proposals will be opened on
the same day at 11:30 hours in presence of Consultants
representatives who choose to attend. Rail Vikas Nigam Limited will not
be responsible for any delay in receiving the RFP documents by the
Consultant or in receipt of their proposals. RVNL reserves the right to
accept/reject any or all proposals without assigning any reason thereof.
.

8. A Consultant will be selected under Quality and Cost Based Selection


(QCBS) method by giving weightage to and adding the Technical &
Financial evaluation scores. Detailed method and procedures including
weightage for Technical and Financial score are described in Section 2
Instruction to Consultants (ITC) including Data Sheet and Hurdle
Criteria of the RFP. .

9. Address For Communication:

Chief Project Manager,


Rail Vikas Nigam Limited,
61, 2nd Floor, 4-D Square Mall,
Visat-Gandhinagar Highway,
Motera, Ahmedabad 380 005
Tel: (079)-66170273/48002917/48903575, Fax - (079)-66170271
E-Mail: rvnladi@gmail.com

10. Pre-Bid Meeting: - A pre-bid meeting was held on 04/08/2016 at


11:30 Hrs in the Corporate Office of Rail Vikas Nigam Limited, at 1 st
Section 1 Page 2 of 3
floor, August Kranti Bhavan, Bhikaji Cama Place, New Delhi- 110 066 to
clarify any issues and answer any queries on any matter relating to the
services, as stated in the clause 2 of ITC.

Chief Project Manager


Rail Vikas Nigam Limited
Ahmedabad

Section 1 Page 3 of 3
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)

PROJECT MANAGEMENT CONSULTANCY SERVICES


FOR

-Gauge Conversion of existing Meter Gauge track between Dhasa and Jetalsar:
Construction of roadbed, bridges, supply of ballast, Dismantling of existing MG track,
Installation of track (excluding supply of rails & ordinary PSC line sleepers), Electrical
(General Electrification), Signaling and Telecommunication works of Bhavnagar
Division of Western Railway, Gujarat, India in 2 (Two) Packages

SECTION 2

Section 2 Page 1 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)

CONTENTS OF SECTION 2

Sl No Description Page

1 Instructions to Consultants 5 to 34

2 Data Sheet (Annexure-I) 35to 36

3 Data Sheet Attachment 1


(Hurdle Criteria) 37to 38

Data Sheet Attachment 2


4 Site Facilities 39to 52

Section 2 Page 2 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
CONTENTS

Clause Sub-Clause Particulars


1. INTRODUCTION
1.1 Background
1.2 Selection of Consultants
1.3 Familiarization of Site and other details of the Projects
1.4 Examination of RFP Documents
1.5 Joint Proposal
1.6 Conflict of Interest
1.7 Fraud and Corruption
1.8 Only one Proposal
1.9 Proposal Validity
1.10 Participation of Government Employees
2. CLARIFICATIONS AND AMENDMENTS TO RFP DOCUMENTS
2.1 Pre-bid Meeting
2.2 Clarifications
2.3 Addendum
3. PREPARATION OF THE PROPOSAL
3.1 Components
3.2 Language
4. THE PROPOSAL
4.1 General
4.2 Proposal Letter
4.3 Documents Comprising Proposal Format
4.4 Proposal Content
5. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS
5.1 Submission of Fully Responsive Proposal
5.2 Submission of Proposals
5.3 Deadline for submission of Proposals
5.4 Proposal Security
5.5 Modifications and withdrawal of proposals
5.6 Opening of Proposals
5.7 Proposal Evaluation
6. - NEGOTIATIONS

Section 2 Page 3 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)

Clause Sub-Clause Particulars


7. - CONFIDENTIALITY
8. - AWARD OF CONTRACT
9. - NOTIFICATION OF AWARD
10. - SIGNING OF CONTRACT
11. - PERFORMANCE SECURITY
12. - CONTRACT COMMENCEMENT DATE
13. - TIME OF COMPLETION
Annex 1 Data Sheet
Attachment 1 to Data Sheet: Hurdle Criteria
Attachment 2 to Data Sheet: Facilities for the Consultant

Section 2 Page 4 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)

INSTRUCTIONS TO CONSULTANTS

1 INTRODUCTION
1.1 Background: Rail Vikas Nigam Limited is a Public Sector Enterprise created
by Ministry of Railways, Government of India, and has been vested with the
responsibility of implementing this Project. The status and scope of work of
this project is included in Section 4. The works contracts for this project are in
the process of being awarded

1.2 Selection of Consultants:


1.2.1 Rail Vikas Nigam Limited (RVNL), hereinafter called the Employer, will select
consulting firm/organization, called the Consultant for project management
of railway project from amongst the eligible consultants who have submitted
their proposals in response to Request for Proposal (RFP) against Notice
Inviting Proposals (NIP), a copy of which is placed in Section 1, in accordance
with the method of selection specified in these Instructions to Consultants
(ITC).

1.2.2 Eligibility and Qualification Criteria:


I. Eligibility: Only firms that are registered or incorporated in India are
eligible to compete. A subsidiary company, registered/incorporated in
India may utilize the financial and technical credentials of their
parent/holding company having not less than 90% share in the
subsidiary company. This will be subject to submission of undertaking
by the parent/holding company in the prescribed format in Form 14 of
Section 3. The technical credentials of subsidiary(ies)in which share
holding of the parent/holding company is not less than 90%, shall be
treated as the credentials of parent/holding company.
II. The eligibility of the firm will be adjudged based on the hurdle criteria
and Quality based evaluation criteria, to shortlist the Consultants for
opening of Financial proposals, as detailed in Para 5.7.
III. a) Key Personnel Team Leader, Project Manager(s) and Resident
Engineer (s): CVs shall be required to be submitted along with the
proposal in Form 8C fulfilling the qualification and experience as
prescribed in Form 8A, which shall be evaluated. Only one CV
should be submitted for each Key Personnel position. In case more
than one CV are submitted for one Key Personnel position, the CV
obtaining lowest marks shall be considered for arriving at the total
score of the Consultant.

b) Personnel other than Team Leader, Project Manager(s) and


Resident Engineer(s): The firm will be required to submit an
undertaking at the time of submission of the Proposal through para 4
(ii) of TPSS that a list of names of personnel immediately required as
indicated in the notification of award fulfilling the qualifications and
experience as prescribed in Form 8A along with the Curriculum Vitae of

Section 2 Page 5 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
each Personnel in Form 8C and summary in form 8B, as given in section
3, will be provided within a period of 30 days from the issue of
Notification of Award. Failure to submit the above list shall entitle the
employer to terminate the Consultancy Contract and forfeit the
proposal security.

On submission of the CVs by the consultant, RVNL shall examine the


same and the candidate proposed may be required to have a personal
meeting with the Project Director before the acceptance of the
proposed personnel by the Employer. The approval or rejection of the
personnel will be communicated by RVNL within 10 days.

The list of balance personnel in full or part, whenever subsequently


required will be provided, fulfilling the qualifications as mentioned
above within 30 days of receipt of such request.

The Firm is required to submit an undertaking at the time of


submission of Proposal that from the list submitted by them, and
approved by RVNL, required personnel at the required time as
requested by RVNL, will be deployed within 45 days of the approval of
the personnel/list by the Employer. In case of failure of deployment of
key personnel for whom CVs were submitted or from the approved list,
within 45 days of the approval of the personnel/list by the Employer,
RVNL will be entitled to a deduction @ 1% of the accepted monthly
remuneration rate of that personnel per day of delay, for the first
90days after the notice period of 45 days. After the above 90days
period is over, a deduction @ 2% of the accepted monthly
remuneration rate of that personnel per day of delay shall be applicable
[GCC clause 3.07 (a)].

c) For the purpose of the relevant experience of the Personnel as


prescribed in respective Form 8A,(i)Railway line means any Railway
line including Metro Rail but excluding Tramway & Mono Rail (ii)
Highway means National Highway or State Highway or Expressway or
similar Highway.

d) The proposed Personnel should not have any history of involvement


in vigilance/CBI/SPE/Police case resulting in major penalty
punishment of removal/ dismissal/compulsory retirement or
conviction for being eligible to be engaged for the consultancy.
Personnel who have been debarred from Project Management
Consultancy by RVNL, and whose period of debarment is not over
before deadline for submission of proposal for Key Personnel or before
date of proposing the name of such personnel by the Consultant for
other than Key Personnel, shall also not be eligible to be engaged for the
consultancy.

Section 2 Page 6 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
IV. Staffing Schedule: The firm will be required to submit an undertaking
that consultant shall deploy the personnel as per RVNLs advice from
the Staffing schedule which will be decided by RVNL.

V. Approach and Methodology: The firm will be required to submit an


undertaking that the Approach and Methodology for the project will be
decided by the consultants in consultation with contractor and
Employer as per stipulations in the construction contract agreement(s)
for which the consultancy services are contemplated. It will be ensured
that the approach and methodology prepared is in compliance to
requirements in section 4 of the RFP document.

VI. Responsiveness: The firm should have submitted the proposal in


accordance with the guidelines in the Instructions to Consultants and it
should meet the required response as per check list given in Datasheet
Attachment 1.

VII. The Consultant shall be disqualified if:


a) The consultant has been blacklisted/ banned for business dealings
for all Government Departments, or by Ministry of Railways or by
RVNL at any time till finalization of proposals, except in cases where
such blacklisting/banning has been withdrawn by Competent
Authority or has ceased on the deadline for submission of the
proposals, for which satisfactory evidence is to be produced.
b) Any previous contract of the consultant had been terminated for
Consultants failure by Rail Vikas Nigam Ltd.(RVNL) at any time
starting from 2 years before the deadline for submission of proposals
and upto one day before the date of opening of financial proposals;
i. Provided, however, there is no stay order or declaration by any Court
against such termination of the Contract by the Rail Vikas Nigam Ltd.
or such termination of the Contract has not been revoked by Rail
Vikas Nigam Ltd.
c) The consultant has suffered bankruptcy/insolvency or it is in the
process of winding-up or there is a case of insolvency pending before
any Court on the deadline of submission of proposals or thereafter
till finalization of proposals.
d) The consultant is found ineligible by the Employer, in accordance
with ITC-1.7.
e) The consultant has been declared by RVNL to be a poor performer
and the period of poor performance is still in force on the deadline
for submission of proposals.
Or
The consultant has been declared by RVNL to be a poor performer at
any time after the deadline for submission of proposals and upto one
day before the date of opening of financial proposals.

Section 2 Page 7 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
f) The consultant has changed their name or created a new business
entity as covered by the definition of Allied Firm under para 1102
(iii) of Chapter XI of Vigilance Manual of Indian Railways (available
on website of Indian Railways), consequent to having been banned
business dealings or suspended business dealings or having been
declared a poor performer.
The Consultant shall submit an affidavit stating that they are not liable
to be disqualified as per this sub clause using the appropriate
Performa given in Section 3. Non-submission of an affidavit by the
consultant shall result in summary rejection of his proposal.

VIII. Consultant shall immediately inform the Employer in case they cease to
fulfill eligibility in terms of ITC 1.2.2 (VII) & 1.6. In case the consultant
fails to inform the Employer or submits a false affidavit his proposal
shall be summarily rejected and proposal security shall be forfeited.
The consultant shall also be liable for Banning of Business dealings for a
period up to five years.

1.3 Familiarization of Site and other details of the Projects:

1.3.1 Consultants should familiarize themselves with local conditions and take them
into account in preparing their Proposals. To obtain first-hand information on
the assignment and local conditions, Consultants are encouraged to visit the
project site.

1.3.2 The Bid Documents floated for the execution of the works of this Project,
related drawings, and RVNL Standard Specifications for Materials and Works
are available in the Office of the Employer at the address specified in Data
Sheet. The Consultants may examine these documents at any time during the
working hours in this Office.

1.4 Examination of RFP Documents: In preparing their Proposals, Consultants


are expected to examine in detail the documents comprising the RFP. Material
deficiencies in providing the information requested in the RFP documents may
result in rejection of Proposal.

1.5 Joint Proposal: Not permitted

1.6 Conflict of Interest:


RVNL requires that Consultants provide professional, objective and impartial
advice and at all times hold the Clients interests paramount, avoid conflicts
with other assignments or their own corporate interests and act without any
consideration for future work. Consultants shall not be recruited for any
assignment that would be in conflict with their prior or current obligations to
other clients, or that may place them in a position of not being able to carry out
the assignment in the best interest of the Client. Without limitation on the
generality of the foregoing, Consultants, and any of their associates shall be
Section 2 Page 8 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
considered to have a conflict of interest and shall not be recruited under any of
the circumstances set forth below:
i) If a consultant combines the function of consulting with those of
contracting and/or supply of equipment and/or supply of services other
than consulting; or
ii) If a consultant is associated with or affiliated to a contractor or
manufacturer for this project; or
iii) If a Consultant is owned by a contractor or a manufacturing firm with
departments or design offices offering services as Consultants. The
Consultant should include relevant information on such relationships
along with a statement in the Proposal cover letter to the effect that the
Consultant will limit its role to that of a Consultant and disqualify itself and
its associates from work, in any other capacity or any future project within
the next five years, that may emerge from this assignment (including
bidding for any part of the future project). The Consultant selected to
undertake this assignment will give an appropriate undertaking to such
effect, while signing the agreement; or
iv) If there is a conflict among consulting assignments, the Consultant
(including its personnel and sub-consultants) and any subsidiaries or
entities controlled by such consultant shall not be recruited for the
relevant assignment.
A Consultant cannot be recruited to carry out an assignment that, by its
nature, will result in conflict with another assignment of such Consultant.
For example, a Consultant engaged to prepare engineering design for an
infrastructure project shall not be recruited to prepare an independent
environmental assessment or to proof check the designs for the same
project. Similarly, a Consultant assisting a client in privatization of public
assets shall neither purchase nor advise purchasers of such assets or a
Consultant hired to prepare Terms of Reference for an assignment shall
not be recruited for the assignment in question.

Section 2 Page 9 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
There are generally 3 types of consultancy services in RVNL i.e.
(i) Pre-Investment studies (PETS & Bankability Studies),
(ii) Detailed Engineering & Design (FLS & DDE) and
(iii) Project Implementation (PMC).
If a consultancy firm has carried out pre-investment studies mentioned in (i)
above, there may be advantage for appointing the same firm to carry out the
consultancy mentioned in (ii) and (iii) above. Hence there is no conflict of
interest involved for a firm doing the consultancy for (i) and/or (ii) and/or
(iii).

1.7 Fraud and Corruption:


1.7.1 The Consultants are required to observe the highest standard of ethics during
the procurement and execution of such contracts. In pursuance of this policy,
the following shall apply:
(i) For the purposes of this provision, the terms are defined as set forth
below as follows:
a) Corrupt Practice means behaviour on the part of officials in the
public or private sectors by which they improperly and unlawfully
enrich themselves and/or those close to them, or induce others to do
so, by misusing the position in which they are placed, and it includes
the offering, giving, receiving, or soliciting of anything of value to
influence the action of any such official in the procurement process or
in contract execution; and
b) Fraudulent Practice means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of the borrower, and includes collusive practices among
Consultants (prior to or after proposal submission) designed to
establish proposal prices at artificial, non-competitive levels and to
deprive the borrower of the benefits of free and open competition.
(ii) Employer will reject a Proposal for award if it determines that the
Consultant recommended for award has engaged in corrupt or fraudulent
practices in competing for the contract; and

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

1.8 Only one proposal:


1.8.1 If a Consultant submits or participates in more than one Proposal, such a
Consultant shall be disqualified.

Section 2 Page 10 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
1.9 Proposal Validity
1.9.1 The Data Sheet indicates how long the Consultants Proposals must remain
valid after the submission date.
1.9.2 The Employer will make its best effort to finalise the Contract within this
period. In exceptional circumstances, the Employer may request Consultants
to extend the validity period of their Proposals. The request and the responses
shall be made in writing. In case Consultant extends validity of their proposal,
the proposal security as furnished in accordance with ITC 5.4, shall also be
extended upto the date mentioned in the letter of request for extension.
Consultants have the right to refuse to extend the validity period of their
Proposals.

1.10 Participation of Government Employees:


The Government employees are not permitted to undertake any assignment
without the approval of the Government as per extant Government rules. In
addition to this, no close relatives of RVNL staff should be proposed for
participation in the assignment. In case CV of a serving Government
Employee is submitted with a proposal, the same will be evaluated and
assigned marks. However, the said person before joining the PMC
assignment shall have to resign and obtain necessary approval of the
Government.

2 CLARIFICATIONS AND AMENDMENTS TO RFP DOCUMENTS


2.1 Pre-bid Meeting:
A pre-bid meeting will be held at the place, time and date specified in the Data
Sheet.
2.2 Clarifications: Consultants may request a clarification of any of the RFP
documents prior to pre-bid meeting. Any request for clarification must be sent
in writing to the address indicated in the Data Sheet. The Employer will
respond in writing and will send written copies of the response, including an
explanation of the query but without identifying the source of inquiry, to all
Consultants who have purchased the RFP documents. Should the Employer
deem it necessary to amend the RFP as a result of a clarification, it shall do so
following the procedure detailed under Sub-Clause 2.3.
2.3 Addendum: At any time prior to the submission of Proposals, the Employer
may, whether at its own initiative, or in response to a clarification requested
by a firm, amend the RFP by issuing an addendum. The addendum shall be
sent to only those consultants who have purchased the Document, at any time
prior to issue of addendum. Addendum shall also be uploaded on RVNL web
site for others. To give Consultants reasonable time in which to take an
amendment into account in their Proposals, the Employer may at its
discretion, if the amendment is substantial, extend the deadline for the RFP
submission
3 PREPARATION OF THE PROPOSAL
3.1 Components:
Consultants Proposal will consist of separate Technical and Financial
proposals of the firm as detailed in Para 5.2.

Section 2 Page 11 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
3.2 Language:
The Proposal, as well as all related correspondence exchanged by the
Consultants and the RVNL, shall only be in English. All reports prepared by the
contracted Consultant shall also be in English.

4 THE PROPOSAL
4.1 General: The Proposal should clearly demonstrate the Consultants
understanding of the requirements of the services, capability and approach for
carrying out the tasks for the project management set forth in the RFP
document through the nominated experts. In preparing the Proposal,
Consultants are expected to take into account the requirements and conditions
of the RFP documents. All information provided in Consultants Proposal will
be treated as confidential.
4.2 Proposal :The Proposal should include a Technical Proposal Submission Form
(Form 1A) and a Financial Proposal Submission Form (Form 1B) signed by
person(s) with full authorization to make legally binding contractual
(including financial) commitments on behalf of the firm.
4.3 Documents Comprising Proposal Format

4.3.1 The consultant shall submit the proposal compiling all details and information
as under:

S.N. Particulars Remarks


In a separate sealed envelope
superscribed Technical
1. Technical Proposal
Proposal in accordance with
clause 5 of section 2
i) Proposal submission Form Form 1 A
ii) Power of Attorney Form 2
iii) Consultants Information Form 3
Sheet
iv) Specific Consultancy Form 4
Experience
v) Net Worth Form No. 5
vi) Proposal Security (Bank Form 6
Guarantee)
vii) Summary of Information Form 8 B
for Team Leader, Project
Manager(s) & Resident
Engineer(s)
viii) CV for proposed Team Form 8 C
Leader, Project Manager(s)
& Resident Engineer(s)

Section 2 Page 12 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
S.N. Particulars Remarks
ix) Firms audited Financial Form 10
Data for last 3 financial
years
x) Audited Balance Sheets for -
last 3 financial years
xi) Proof of payment of RFP In a separate envelope
document and Proposal superscribed cost of RFP
Security. document or Proposal Security.
xii) Affidavit as per clause 1.2.2 Form No. 12
(VII) of Section2
In a separate sealed envelope
superscribed Financial Proposal
2 Financial Proposal
in accordance with clause 5 of
section 2
i) Proposal submission Form Form 1 B
ii) Remuneration : Proposed Form 11
Billing Rates for Key
Personnel, Supervisor and
Office staff Team

4.3.2 The Proposal must be submitted in hard copy.


4.3.3 Documents related to financial information: The Financial information
requires completion of two forms namely Form 1B and 11 These are to be
prepared as under:

(i) Form 1B in Section 3, forming the covering letter for proposal.

(ii) Forms 11 shown in Section 3 relate to the costs of consulting services


i.e. Remuneration billing rates for personnel divided into three
subheads (A) Key Personnel (B) Supervisors and (C) Office Staff
Team.

(iii) Form 11 specifies the proposed cost(s) and the figures provided therein
will be read out aloud at the public opening of Financial Proposals.

(iv) Forms 1Band 11 should be typed on the Consultants Letter Heads


exactly in the same format of the forms.

(v) In Form 1A & 1B, an undertaking is to be given that, in preparation and


submission of the Technical and Financial information, Consultants
have:

Not taken any action which is or which constitutes a corrupt or


fraudulent practice as defined in the RFP documents; and

Section 2 Page 13 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
Agreed to allow RVNL, at its option, to inspect and audit all
accounts, documents, and records relating to the Consultants
Proposal and to the performance of the ensuing Consultants
Contract.

4.3.4 Proposal Prices: The amount stated in Form 11 Section 3, shall be the
proposal price.
4.3.5 Currency: Consultants have to submit their offer in INR.
4.3.6 Tax Liability: The Consultant is liable to pay taxes as applicable. While the
Service Tax will be paid extra as applicable to the Consultant by the Employer,
all other taxes shall be payable by the Consultant. RVNL shall be deducting
taxes deductible at source as per relevant Tax Laws/other applicable laws in
India.

4.4 Proposal Content:


The Proposals and qualification details shall be furnished for in accordance with
the formats given in Section 3 and elaborated in clause 4.3 of these ITC and
shall ensure the following:

i) The proposals and qualification details shall concise, relevant,


complete and furnished in accordance with the formats given in Section
3 and elaborated in clause 4.3 of these ITC .

5 SUBMISSION, RECEIPT AND OPENING OF PROPOSALS


5.1 Submission of Fully Responsive Proposal:
5.1.1 The Consultant shall submit a fully responsive proposal including all the
supporting documents requested in the RFP. Non-compliance with important
requirements may result in rejection of the proposal. Once the proposals are
received and opened, consultants shall not be required nor permitted to
change the substance, the key staff, quoted fee and so forth except at the time
of negotiations carried out in accordance with the provisions of the RFP.
However, the Employer may ask in writing from the Consultants any
clarifications/informations based on the documents submitted with the
proposal considered necessary for evaluation, but not having any affect on the
quoted fee and the substance of the proposal. Proposals must be delivered at
the address given in the Data Sheet (Section 2) on or before the time and date
stated in the Data Sheet or any new date established by the RVNL according to
provisions of Sub-Clause 2.2.
5.1.2 The Consultants shall submit the proposals ensuring the following:
(i) The RFP document issued by the Employer in full duly initialled on all
pages by the authorized signatory shall be enclosed and shall form part
of Proposal.
Note: Forms 1B, and 11 in the RFP document issued by RVNL, should not be
filled as the same are to be submitted in the Financial Proposal on
the consultants letter head typed in the format of the Form as
available in the RFP.

Section 2 Page 14 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)

(ii) The authorized signatory of the Consultant shall initial all pages of the
hard copy of the Technical and Financial Proposal.

(iii) All the corrigenda/addenda issued pursuant to clause 2.3 must be serially
enclosed with the Proposal duly initialled on all pages which forms part of the
RFP document.
(iv) Technical and Financial proposals shall be submitted in two separate
sealed envelopes in accordance with clause 5.2.
(v) Proof of having paid the cost of RFP documents and the Proposal
Security shall be enclosed in a separate envelope in the packet of
Technical Proposal
(vi) The proposal shall be in single copy
(vii) Undertakings/Affidavits as per requirement of RFP.

5.1.3 Proposal (both Technical and Financial Proposals) shall contain no


interlineations or overwriting, except as necessary to correct errors made by
Consultants themselves or to evidence provision of a price discount (which
discount will be applied in the manner specified in Clause 5.7.3.2 (iii). The
person(s) who signed the Proposal must initial any such corrections,
interlineations or overwriting.

5.2 Submission of Proposals:


5.2.1 The Proposal to be sent to the Employer shall be placed in a sealed envelope
clearly marked ORIGINAL PROPOSAL.
5.2.2 The sealed envelope/packet shall contain two separate sealed
envelopes/packets, as under:
i) Sealed Envelope/Packet containing Original Technical Proposal
should be superscribed TECHNICAL PROPOSAL. This packet
will contain all Forms of Section 3 except Forms 1B & 11 as
envisaged in RFP and all other relevant data specified in the RFP
documents. All forms should be typed on Consultants letter head
in the exact format of the Forms. This envelop or packet should
also include one envelop superscribed Proposal Security,
containing proof of having paid for the cost of RFP document and
Proposal Security in Original.
ii) Sealed Envelope/Packet containing Original Financial Proposal
should be superscribed FINANCIAL PROPOSAL. This packet
will contain only Forms 1B & 11 as envisaged in RFP and all
other relevant data specified in this RFP documents. All forms
should be typed on Consultants letter head in the exact format of
the Forms.
All the envelopes must be addressed as below.

Section 2 Page 15 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)

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

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

5.3 Deadline for submission of Proposals:


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

5.4 Proposal Security:


5.4.1 (I)The Proposal Security as stated in Data Sheet may be furnished in the
form of;
(a) a Cashiers or Bankers certified cheque or Bank Draft drawn on a
Scheduled/Nationalized Bank in India in favour of Rail Vikas Nigam
Limited payable at New Delhi
OR
(b) an unconditional Bank Guarantee in the prescribed form given in
Section 3, Form 6, from the banks acceptable to the Employer as
mentioned below:
(i) a Scheduled Bank in India
(ii) a Foreign Bank having their operations in India or
(iii) a Foreign bank which does not have operations in India is
required to provide a Counter Guarantee by State Bank of India.
The proposal security shall be valid upto the date as mentioned in BDS
(Data Sheet) or upto the date mentioned in the letter of request for
extension in case extension is requested under ITC 1.9.2.
(II) Non submission of requisite Proposal Security in the form, as specified
above, will lead to summary rejection of the proposal and such proposal
shall be returned unopened.

Section 2 Page 16 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
5.4.2 The Proposal Security of unsuccessful consultants will be returned as
promptly as possible but not later than thirty (30) days after the expiration of
the validity of the proposal prescribed in clause 1.9 of these `Instructions to
Consultants.
5.4.3 The Proposal Security of the successful Consultant shall be returned promptly
once the successful Consultant has furnished the required Performance
Security and signed the Contract Agreement.
5.4.4 The Proposal Security may be forfeited for any of the reasons mentioned
below:
a) if a consultant withdraws its proposal during the period of proposal
validity;
b) if consultant fails to accept Arithmetic Corrections as per Para 5.7.3.2
(ii);
c) in case of a successful consultant, if the consultant fails to;
i) Sign the contract in accordance with clause 9 of these ITC
ii) Furnish Performance Security in accordance with clause 10 of
these ITC.
d) If the Consultant fails to submit a list of personnel along with CVs in
prescribed format in terms of sub-clause 1.2.2 (III) within a period of 30
days from the issue of Notification of Award;
e) if the undertaking of the affidavit submitted by the Consultant in
pursuant to Sub-Clause 1.2.2 (VII) is found false at any stage during
evaluation;
f) if any tampering or changes are made in the RFP document;
g) if the consultant violates any other provision of RFP document.

5.5 Modifications and Withdrawal of Proposals:


5.5.1 The Consultant may modify or withdraw its proposal after submission,
provided that the modification, substitution or written notice of withdrawal of
the proposal is received by the Employer in a sealed envelope prior to the
deadline prescribed for submission of proposals.
5.5.2 The Consultants modification or withdrawal notice shall be packaged and
despatched in accordance with clause 5.2 of these ITC.
5.5.3 No proposal may be withdrawn in the interval between the deadline for
submission of proposals and the expiration of period of proposal validity.
Withdrawal of a proposal during this interval shall result in forfeiture of its
proposal security pursuant to clause 5.4.3 of these ITC.

Section 2 Page 17 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
5.6 Opening of Proposals:
5.6.1 Opening of Technical Proposal
(a) The Employer will open the proposals at the time and place specified in the
ITC Data Sheet. Consultants representatives may attend the opening, and
those who are present shall sign a register evidencing their attendance.
(b) No proposal shall be rejected at the proposal opening stage, except for late
proposals, which shall be returned unopened to the consultant pursuant to
clause 5.3

(c) The envelope containing proposals of modifications or withdrawal of


Consultants will first be opened. In case of withdrawals, the name of the
Consultant and the details of withdrawal will be noted in the Register.
Further opening of sealed envelopes/packets of such a Consultant will be
stopped. The unopened envelopes/packets will be returned to the
Consultant.
(d) In case of modifications the name of the Consultant and the details of
modifications will first be noted in the Register. Subsequently action will
be taken as mentioned in the Sub paras below.
(e) Then the sealed envelope/packet superscribed TECHNICAL PROPOSAL
will be opened. The relevant details will be noted in the Register.
(f) The sealed envelope/packet superscribed FINANCIAL PROPOSAL will
NOT be opened.
5.6.2 The Consultants names, proposal of withdrawal or modification and the
presence or absence of (a) Proof of payment of Cost of `Request for Proposals
Documents and (b) Proposal Security, and such other details as the Employer
may consider appropriate, will be announced at the opening.
5.6.3 The details of withdrawals, proof of payment of cost of RFP, proposal security,
modifications, details contained in the Technical proposals of the various
consultants will be examined by the nominated Tender Committee to decide
on the opening of Financial proposals of eligible Consultants.
Note: The offers of such Consultants who have withdrawn their offers,
who have not given proof of payment of cost for RFP, who have not
submitted proposal security, who do not fulfil the eligibility criteria
(ITC clause 1.2.2), whose offers are not responsive as decided by the
Tender committee will be rejected. The financial proposal of such
Consultant(s) will not be opened and will be returned to them
subsequently unopened.
5.6.4 The Financial Proposals of the Consultants shortlisted in technical evaluation,
will be opened in the presence of Representatives of shortlisted Consultants
who choose to attend at the specified venue, date and time. The shortlisted
Consultants will be given reasonable notice regarding specified venue, date
and time of opening of their financial proposals.

5.6.5 Opening of Financial Proposals:


(i) The Employer shall conduct the opening of Financial Proposals of
consultants who submitted substantially responsive Technical

Section 2 Page 18 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
Proposals and who have been determined qualified as a result of
technical evaluation, in the presence of consultants representatives
who choose to attend at the address, date and time specified by the
Employer. The consultants representatives, who are present, shall be
requested to sign a register evidencing their attendance.
(ii) The Employers Representative will inspect the sealed
envelope/packet containing FINANCIAL PROPOSALS of the selected
consultants to confirm that packets have remained sealed and
unopened.
(iii) The Financial Proposals of consultants will then be opened. The name
of the Consultant along with the relevant details in the financial
proposal will be written down in the Register.
(iv) The name of the consultant and details of the relevant portions of the
Financial Proposals as decided by the Employer will be announced.

5.7 Proposal Evaluation


5.7.1 SYSTEM OF EVALUATION OF PROPOSALS
Quality and Cost Based Selection (QCBS) method shall be used to evaluate
the Consultancy proposals. The Consultants who submit substantially
responsive proposals conforming to the RFP shall be taken up for further
evaluation as per clauses 5.7.2 to 5.7.4..
5.7.2 EVALUATION OF TECHNICAL PROPOSALS

5.7.2.1 Each substantially responsive proposal shall be evaluated to ascertain


whether it fulfils the Hurdle Criteria as specified in clause 5.7.2.2 below.
5.7.2.2 HURDLE CRITERIA
Criteria Requirement Compliance Documents
Requirements Submission
Single Entity Requirements

5.7.2.2.1 Net Worth


Submission of audited balance sheets or, if not must meet requirement FORM -5
required by the law of the Consultants country,
other financial statements acceptable to the
Employer, for the last three years to demonstrate
the current soundness of the Consultants financial
position and its prospective long-term
profitability. As a minimum the Consultants net
worth calculated as difference between total assets
and total liabilities should be positive for each of
the last three years.

Section 2 Page 19 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
Criteria Requirement Compliance Documents
Requirements Submission
Single Entity Requirements

5.7.2.2.2 Average Annual Consultancy Turnover


must meet requirement Form 10
Minimum average annual consultancy turnover of
INR 18.81 Crore or US $ 9.40 Million, calculated
as total certified consultancy payments received
for contracts in progress or completed, within the
last three years

5.7.2.2.3 Contracts of Similar size and nature:


must meet requirement Form 4
The Consultant should have completed/
substantially completed at least one contract of
Project Management Consultancy services/
Services of Independent Engineer in the last 7
years before the deadline for submission of the
proposals (the services actually provided under
the contract must include construction
supervision), of minimum value of:
(a) INR 8.46 Crore in case of project in India or
US $ 4.23 Million for project elsewhere, for
Railway Projects/Metro Railway Projects,
OR
(b) INR 16.93 Crore in case of project in India or
US $ 8.46 Million for project elsewhere, for
Highway projects/Airport Projects which
includes Runway & Taxiway systems.
Note:
1) The contract should have been completed
within this period irrespective of date of start.
2) The PMC/Independent Engineer Contract
shall be treated as completed as on the date of
commissioning of the project (excluding defect
liability/maintenance period) or completion of
the services as certified by the Employer.
3) Any contract of such Project Management
Consultancy Services/Services of Independent
Engineer shall be treated as substantially
completed if the consultancy fee received under
the said contract is at least 80% of the contract
value and the consultancy fee so received should
be equal to or more than the minimum value
stated above.

Only proposals of those Consultants who meet the `Hurdle Criteria


specified under Para 5.7.2.2 shall be taken up for further quality based
technical evaluation in the second stage as under.

Section 2 Page 20 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
Note:
a) For the purposes of technical evaluation of Applicants for services rendered in India,
Rs. 60 per US$ shall be considered as the applicable currency conversion rate. In case of
any other currency, the same shall first be converted to US$ as on the date 28 (twenty
eight) days prior to the deadline for submission of proposals and the amount so derived
in US$ shall be converted into INR at the aforesaid rate. The conversion rate of such
currencies shall be the daily representative exchange rates published by the
International Monetary Fund for the relevant date.
b) For the purposes of technical evaluation of Applicants for services rendered outside
India and in case of any currency other than US $, the same shall be converted to US$ as
on the date 28 (twenty eight) days prior to the deadline for submission of proposals.
The conversion rate of such currencies shall be the daily representative exchange rates
published by the International Monetary Fund for the relevant date.

5.7.2.3 Quality based evaluation to shortlist the Consultants for opening of their
financial proposals: The following four criteria shall be used to evaluate
the technical proposals for assessing the technical scores;
(i) Experience of similar work;
(ii) Average Annual consultancy turnover,
(iii) Number of engineers with the firm,
(iv) Qualification and experience of Key Personnel

The marking system for evaluation under each criterion of the Technical
Proposals shall be as given below.
S.
Description Marks
No.
(i) Experience of similar work 325

(ii) Average Annual Consultancy Turnover


Average Annual Consultancy Turnover for last three financial years 75

(iii) Number of engineers with the firm 75

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


(a) Team Leader 90
(b) Project Manager(s) 160
(c) Resident Engineer(s) 275

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

NOTE: Where the number of personnel requirement specified is more


than one under a particular category, each personnel shall be evaluated
against the proportionate number of marks specified for that category.

Section 2 Page 21 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
For example, the marks for individual Project Manager in the above
table shall be 80 if requirement of two Project Managers is specified i.e.
160 divided by 2. The total score for the category of Project Manager
shall be the sum of the individual scores of all personnel proposed as
Project Managers.
5.7.2.4 Assigning scores for the different criteria as listed below:-

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

For single substantially completed contract. 225


For single completed contract. 250
For two substantially completed contracts. 250
For one completed and one substantially completed contract 275
For three substantially completed contracts 275
For one completed and two or more substantially completed 290
contracts
For four or more substantially completed contracts 290
For two completed contracts. 300
For two completed and one or more substantially completed 315
contracts
For three or more completed contracts 325

(ii) Average annual consultancy turnover for last three years (75
marks): Marks will be allocated for as per the following:-

Description Marks
Having Average Annual Consultancy Turnover 75%
>= INR 18.81 Crore in case of project in India or US $ 9.40 Million
for project elsewhere, and up to INR 28.21 Crore in case of project
in India or US $ 14.11 Million for project elsewhere
Having Average Annual Consultancy Turnover 85%
more than INR 28.21 Crore in case of project in India or US $ 14.11
Million for project elsewhere, and up to INR 37.62 Crore in case of
project in India or US $ 18.81 Million for project elsewhere
Having Average Annual Consultancy Turnover 95%
more than INR 37.62 Crore in case of project in India or US $ 18.81
Million for project elsewhere and up to INR 47.02 Crore in case of
project in India or US $ 23.51 Million for project elsewhere
Having Average Annual Consultancy Turnover 100%
more than INR 47.02 Crore in case of project in India or US $ 23.51
Million for project elsewhere

(i) Number of Engineers with minimum qualification as Graduate


Engineers continuing with the firm in India for at least one year

Section 2 Page 22 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
prior to deadline for submission of proposals (75 marks): The
number of personnel should be supported by a certificate from the
Auditor. Marks will be allocated for as per the following :-

Description Marks
Having < 15 personnel Zero
Having personnel between 15 to 20 45
Having personnel between 21 to 30 55
Having personnel between 31 to 40 65
Having personnel > 40 75

(ii) For Qualification and Experience of Key Personnel (525 marks): For
this purpose, Team Leader, Project Manager(s) and Resident Engineer(s)
shall be evaluated. 90 marks shall be allotted for Team Leader, 160
marks shall be allotted for Project Manager(s) and 275 marks for
Resident Engineer(s). These total marks shall be divided equally among
the number of personnel required for the particular position. In case the
proposed personnel is not eligible in terms of ITB 1.2.2 (III) (d), then the
personnel shall be disqualified and his CV shall be assigned Zero marks
and for eligible personnel, weightage in evaluation of CVs shall be as
under:

(I) Team Leader /Civil

a) Professional Qualification 30 percent. The breakup of this 30


percent shall be as under:-
i) Essential Degree in Civil Engineering 25 percent
ii) Preferred Diploma/Degree in Project Management/Construction
Management or Fellow of Institution of Engineers/ Institution of P.
Way Engineers add 5 percent.

b) Length of experience 70 percent. The breakup of this 70 percent


shall be as under:-

Experience shall be divided into two parts i.e. total professional


experience and relevant experience for the assignment. For the
position of Team Leader/Civil total professional experience shall be
assigned 25 percent and relevant experience shall be assigned 45
percent.

i) If the person is having of total experience<20 years, no marks shall


be assigned out of 25 percent,

Section 2 Page 23 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
ii) If the person is having 20 years experience, he shall be assigned 18
percent, and additional one percent shall be assigned for each
additional year of experience subject to maximum of total 25
percent.
iii) For relevant experience as per Form 8A (1/24) < specified
experience, no marks shall be assigned out of 45 percent.
iv) For relevant experience as per Form 8A (1/24) having experience
equal to specified experience, 35 percent shall be assigned, and for
each additional year of relevant experience 2 percent shall be
assigned subject to maximum of total 45 percent.
Note: No separate marks shall be assigned for meeting the hurdle
criteria specified under relevant experience. Only when the hurdle
criteria is met, marks for relevant experience shall be allotted as per
above methodology.

(II) Team Leader/RE

a) Professional Qualification 30 percent. The breakup of this 30


percent shall be as under:-
i) Essential Degree in Electrical Engineering 25 percent
ii) Preferred Diploma/Degree in Project Management/ Construction
Management or Fellow of Institution of Engineers/ Institution of
Railway Electrical Engineers add 5 percent.

b) Length of experience 70 percent. The breakup of this 70 percent


shall be as under:-

Experience shall be divided into two parts i.e. total professional


experience and relevant experience for the assignment. For the
position of Team Leader/RE total professional experience shall be
assigned 25 percent and relevant experience shall be assigned 45
percent.

i) If the person is having < 20 years of total experience, no marks shall


be assigned out of 25 percent,
ii) If the person is having 20 years of total experience, he shall be
assigned 18 percent, and additional one percent shall be assigned
for each additional year of experience subject to maximum of total
25 percent.
iii) For relevant experience as per Form 8A (2/24) < specified
experience, no marks shall be assigned out of 45 percent.

Section 2 Page 24 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
iv) For relevant experience as per Form 8A (2/24) having experience
equal to specified experience, 35 percent shall be assigned, and for
each additional year of relevant experience 2 percent shall be
assigned subject to maximum of total 45 percent.

Note: No separate marks shall be assigned for meeting the hurdle


criteria specified under relevant experience. Only when the hurdle
criteria is met, marks for relevant experience shall be allotted as
per above methodology.

(III) Project Manager/Civil

a) Professional Qualification 30 percent. The breakup of this 30


percent shall be as under:-
i) Essential - Diploma in Civil Engineering 22percent (also refer
note No. 3 of Form 8A(3/24))
ii) Preferred - Graduation in Civil Engineering add 6percent
iii) Preferred - Degree/Diploma in Project Management/Construction
Management or Fellow of Institution of Engineers/ Institution of P.
Way Engineers add 2 percent.

b) Length of experience 70percent. The breakup of this 70 percent


shall be as under:-

Experience shall be divided into two parts i.e. total professional


experience and relevant experience for the assignment. For the
position of Project Manager/Civil total professional experience shall
be assigned 25 percent and relevant experience shall be assigned 45
percent.

i) If the person is having of total experience < 15 years for Graduate


Degree holder or <20 years for Diploma holder, no marks shall be
assigned out of 25 percent,
ii) If the person is having 15 years experience for Graduate Degree
holder or 20 years experience for Diploma holder, he shall be
assigned 18 percent, and additional one percent shall be assigned
for each additional year of experience subject to maximum of total
25 percent.
iii) For relevant experience as per Form 8A (3/24) < specified
experience, no marks shall be assigned out of 45 percent.
iv) For relevant experience as per Form 8A (3/24) having experience
equal to specified experience, 35 percent shall be assigned, and for

Section 2 Page 25 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
each additional year of relevant experience 2 percent shall be
assigned subject to maximum of total 45 percent.
Note: No separate marks shall be assigned for meeting the hurdle
criteria specified under relevant experience. Only when the hurdle
criteria is met, marks for relevant experience shall be allotted as
per above methodology.

Note: In case the Project Manager/Civil is not having the relevant Railway
experience then Resident Engineer/Civil reporting to him must have Railway
experience as stipulated in the relevant Form 8A. The Consultants shall
clearly mention in their proposal the name of the Resident Engineer/Civil
with Railway experience who shall be reporting to this Project Manager/Civil
not having relevant Railway experience. If the Consultants fails to mention
the same then zero marks shall be assigned to such proposed person while
evaluating the technical proposal. However, in case it is noted during
evaluation that any Resident Engineer/Civil with the stipulated relevant
Railway experience is available but the Consultant has not indicated his
deployment with any such Project Manager/Civil, the Consultant shall be
given an opportunity by the Employer to comply with the above condition by
way of seeking clarification, whether the Consultant intends to deploy the
said Resident Engineer/Civil with such Project Manager/Civil.

(IV) Project Manager/Electrical

a) Professional Qualification 30 percent. The breakup of this 30


percent shall be as under:-
i) Essential - Diploma in Electrical Engineering 22 percent (also
refer note No. 2 of Form 8A(4/24))
ii) Preferred Graduate Degree in Electrical Engineering add 6
percent
iii) Preferred - Degree/Diploma in Project Management/ Construction
Management or Fellow of Institution of Engineers/ Institution of
Railway Electrical Engineers add 2 percent.

b) Length of experience 70 percent. The breakup of this 70 percent


shall be as under:-

Experience shall be divided into two parts i.e. total professional


experience and relevant experience for the assignment. For the
position of Project Manager/Electrical total professional experience
shall be assigned 25 percent and relevant experience shall be
assigned 45 percent.

Section 2 Page 26 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
i) If the person is having <15 years for Graduate Degree holders or<
20 years for Diploma holders of total experience, no marks shall be
assigned out of 25 percent,
ii) If the person is having 15 years for Graduate Degree holders or 20
years for Diploma holders of total experience, he shall be assigned
18 percent, and additional one percent shall be assigned for each
additional year of experience subject to maximum of total 25
percent.
iii) For relevant experience as per Form 8A (4/24) < specified
experience, no marks shall be assigned out of 45 percent.
iv) For relevant experience as per Form 8A (4/24) having experience
equal to specified experience, 35 percent shall be assigned, and for
each additional year of relevant experience 2 percent shall be
assigned subject to maximum of total 45 percent.

Note: No separate marks shall be assigned for meeting the hurdle


criteria specified under relevant experience. Only when the hurdle
criteria is met, marks for relevant experience shall be allotted as
per above methodology.

(V) Resident Engineer/Civil

a) Professional Qualification 30 percent. The breakup of this 30 percent


shall be as under:-
i) Essential Diploma in Civil Engineering 22 percent (also refer
note No. 2 of Form 8A(5/24))
ii) Preferred Graduate in Civil Engineering add 6 percent
iii) Preferred - Degree/Diploma in Project Management/ Construction
Management or Fellow of Institution of Engineers/ Institution of P.
Way Engineers add 2 percent.

b) Length of experience 70 percent. The breakup of this 70 percent


shall be as under:-

Experience shall be divided into two parts i.e. total professional


experience and relevant experience for the assignment. For the
position of Resident Engineer/Civil, total professional experience shall
be assigned 25 percent and relevant experience shall be assigned 45
percent.

i) If the person is having < 10 years for Graduate Engineer or < 15


years for Diploma Holder of total experience, no marks shall be
assigned out of 25 percent,

Section 2 Page 27 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
ii) If the person is having 10 years for Graduate Engineer or 15 years
for Diploma Holder of total experience, he shall be assigned 18
percent, and additional one percent shall be assigned for each
additional year of experience subject to maximum of total 25
percent.
iii) For relevant experience as per Form 8A (5/24) <specified
experience, no marks shall be assigned out of 45 percent.
iv) For relevant experience as per Form 8A (5/24)having experience
equal to specified experience, 35 percent shall be assigned, and for
each additional year of relevant experience 2 percent shall be
assigned subject to maximum of total 45 percent.
Note: No separate marks shall be assigned for meeting the hurdle
criteria specified under relevant experience. Only when the hurdle
criteria is met, marks for relevant experience shall be allotted as per
above methodology.

(VI) Resident Engineer/Steel Bridges

a) Professional Qualification 30 percent. The breakup of this 30


percent shall be as under:-
i) Essential Diploma in Civil Engineering 22 percent (also refer
note No. 2 of Form 8A(6/24))
ii) Preferred Graduate in Civil Engineering add 6 percent
iii) Preferred - Degree/Diploma in Project Management/ Construction
Management or Fellow of Institution of Engineers/ Institution of P.
Way Engineers add 2 percent.

b) Length of experience 70 percent. The breakup of this 70 percent


shall be as under:-

Experience shall be divided into two parts i.e. total professional


experience and relevant experience for the assignment. For the
position of Resident Engineer/Steel Bridges, total professional
experience shall be assigned 25 percent and relevant experience shall
be assigned 45 percent.

i) If the person is having < 10 years for Graduate Engineer or < 15


years for Diploma Holder of total experience, no marks shall be
assigned out of 25 percent,
ii) If the person is having 10 years for Graduate Engineer or 15 years
for Diploma Holder of total experience, he shall be assigned 18
percent, and additional one percent shall be assigned for each

Section 2 Page 28 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
additional year of experience subject to maximum of total 25
percent.
iii) For relevant experience as per Form 8A (6/24) <specified
experience, no marks shall be assigned out of 45 percent.
iv) For relevant experience as per Form 8A (6/24)having experience
equal to specified experience, 35 percent shall be assigned, and for
each additional year of relevant experience 2 percent shall be
assigned subject to maximum of total 45 percent.
Note: No separate marks shall be assigned for meeting the hurdle
criteria specified under relevant experience. Only when the hurdle
criteria is met, marks for relevant experience shall be allotted as per
above methodology.

(VII) Resident Engineer/PSC Bridges

a) Professional Qualification 30 percent. The breakup of this 30


percent shall be as under:-
i) Essential Diploma in Civil Engineering 22 percent (also refer
note No. 2 of Form 8A(7/24))
ii) Preferred Graduate in Civil Engineering add 6 percent
iii) Preferred - Degree/Diploma in Project Management/ Construction
Management or Fellow of Institution of Engineers/ Institution of P.
Way Engineers add 2 percent.

b) Length of experience 70 percent. The breakup of this 70 percent


shall be as under:-

Experience shall be divided into two parts i.e. total professional


experience and relevant experience for the assignment. For the
position of Resident Engineer/PSC Bridges, total professional
experience shall be assigned 25 percent and relevant experience shall
be assigned 45 percent.

i) If the person is having < 10 years for Graduate Engineer or < 15


years for Diploma Holder of total experience, no marks shall be
assigned out of 25 percent,
ii) If the person is having 10 years for Graduate Engineer or 15 years
for Diploma Holder of total experience, he shall be assigned 18
percent, and additional one percent shall be assigned for each
additional year of experience subject to maximum of total 25
percent.

Section 2 Page 29 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
iii) For relevant experience as per Form 8A (7/24)< specified
experience, no marks shall be assigned out of 45 percent
iv) For relevant experience as per Form 8A (7/24)having experience
equal to specified experience, 35 percent shall be assigned, and for
each additional year of relevant experience 2 percent shall be
assigned subject to maximum of total 45 percent.
Note: No separate marks shall be assigned for meeting the hurdle
criteria specified under relevant experience. Only when the hurdle
criteria is met, marks for relevant experience shall be allotted as per
above methodology.

(VIII) Resident Engineer/S&T

a) Professional Qualification 30 percent. The breakup of this 30


percent shall be as under:-
i) Essential - Diploma in Electronics/Electrical /Mechanical
Engineering 22 percent (also refer to note No. 2 of Form
8A(8/24))
ii) Preferred - Degree in Electronics /Electrical /Mechanical
Engineering add 6 percent
iii) Preferred Degree/Diploma in Project Management/ Construction
Management or Fellow of Institution of Engineers/ Institution of
Railway Signal & Telecommunication Engineers add 2 percent.

b) Length of experience 70 percent. The breakup of this 70 percent


shall be as under:-

Experience shall be divided into two parts i.e. total professional


experience and relevant experience for the assignment. For the
position of Resident Engineer/S&T total professional experience shall
be assigned 25 percent and relevant experience shall be assigned 45
percent.

i) If the person is having < 10 years for Graduate Engineers or < 15


years for Diploma Engineers of total experience, no marks shall be
assigned out of 25 percent,

ii) If the person is having 10 years for Graduate Engineers or 15 years


for Diploma Engineers of total experience, he shall be assigned 18
percent, and additional one percent shall be assigned for each
additional year of experience subject to maximum of total 25
percent.

iii) For relevant experience as per Form 8A (8/24) < specified


experience, no marks shall be assigned out of 45 percent.

Section 2 Page 30 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
iv) For relevant experience as per Form 8A (8/24) having experience
equal to specified experience, 35 percent shall be assigned, and for
each additional year of relevant experience 2 percent shall be
assigned subject to maximum of total 45 percent.

Note: No separate marks shall be assigned for meeting the hurdle


criteria specified under relevant experience. Only when the hurdle
criteria is met, marks for relevant experience shall be allotted as per
above methodology.

(IX) Resident Engineer/Electrical (OHE/TSS/SCADA/GS)

a) Professional Qualification 30 percent. The breakup of this 30


percent shall be as under:-
i) Essential - Diploma in Electrical Engineering 22 percent (also
refer note No. 2 of Form 8A(9/24))
ii) Preferred Graduate degree in Electrical Engineering add 6
percent
iii) Preferred - Degree/Diploma in Project Management/ Construction
Management or Fellow of Institution of Engineers/ Institution of
Railway Electrical Engineers add 2 percent.

b) Length of experience 70 percent. The breakup of this 70 percent


shall be as under:-

Experience shall be divided into two parts i.e. total professional


experience and relevant experience for the assignment. For the
position of Resident Engineer/Electrical (OHE/TSS/SCADA/GS) total
professional experience shall be assigned 25 percent and relevant
experience shall be assigned 45 percent.

i) If the person is having <10 years for Degree holders or< 15 years
for Diploma holders of total experience, no marks shall be assigned
out of 25 percent,

ii) If the person is having 10 years for Degree holders or 15 years for
Diploma holders of total experience, he shall be assigned 18
percent, and additional one percent shall be assigned for each
additional year of experience subject to maximum of total 25
percent.

iii) For relevant experience as per Form 8A (9/24) < specified


experience, no marks shall be assigned out of 45 percent.

Section 2 Page 31 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
iv) For relevant experience as per Form 8A (9/24)having experience
equal to specified experience, 35 percent shall be assigned, and for
each additional year of relevant experience 2 percent shall be
assigned subject to maximum of total 45 percent.

Note: No separate marks shall be assigned for meeting the hurdle


criteria specified under relevant experience. Only when the hurdle
criteria is met, marks for relevant experience shall be allotted as per
above methodology.

5.7.2.5 Total Score of Key Personnel [Project Manager(s) and Resident


Engineer(s)]:
Each Key Personnel [Project Manager(s) and Resident Engineer(s)] is
expected to score at least 70% marks for being eligible for deployment
in the proposed position. However, if any of the personnel proposed by
the Consultants score less than 70%, the score shall be carried forward
for a maximum up to 2 Key Personnel to ascertain the total score of the
Consultant. In such a case the concerned Consultant(s) shall be asked
to submit an undertaking through a clarification to be sought by the
Employer giving details of personnel securing less than 70% marks,
that the personnel proposed securing less than 70% marks shall be
replaced at the time of initial deployment. However, the original
marking of the personnel shall not be changed/amended even after
submission of undertaking.
In case the concerned Consultant(s) fails to submit such an undertaking
within 7 days of issue of letter by the Employer, the proposal of such
Consultant(s) shall be considered disqualified and shall not be
evaluated further.
In case more than 2 Key Personnel proposed by the Consultant scores
less than 70% then the proposal shall be considered disqualified and
shall not be evaluated further.

5.7.2.6 Selection and short listing of Consultants for opening of Financial


Proposals based on total score obtained in Technical Evaluation:

Only the top five consultants, in the descending order of the marks
obtained (with a minimum marks as specified in Data Sheet), will be
shortlisted for opening of financial proposals. If the number of
consultants who have obtained a minimum marks as specified in Data
Sheet is less than five, but a minimum of 2, the same shall be shortlisted
for opening of financial proposals. However, if the number of such
consultants shortlisted is less than 2, RVNL may shortlist the consultant
with the next highest scores in descending order having obtained a
minimum of 600 marks. In such an event, the total number of shortlisted
consultants will be restricted to TWO only.

Section 2 Page 32 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
The criteria to be used for ranking of consultants obtaining the
same score, to restrict the total number of shortlisted consultants
to five/two, will be as under:-

i) If the total score of two or more consultants is the same, the


consultant having obtained the higher score for Experience of
similar work shall be rated higher in the ranking.

ii) In the eventuality that the total score as well as score for
Experience of similar work is the same the consultant having
obtained the higher score for key personnel will be rated higher
in the ranking.

5.7.3 EVALUATION OF FINANCIAL PROPOSALS


5.7.3.1 Financial Proposals will be reviewed to ensure that -
(i) The figures provided therein are consistent with the details of the
corresponding Technical Proposal(e.g. staffing schedule etc);
(ii) The commercial terms in each proposal in financial document will
be checked for compliance set forth in the Data Sheet and other
clauses of the RFP document.

5.7.3.2 The Evaluated Total Price for each Proposal will be determined as under:-

(i) Proposals containing financial information will be checked for


computational errors or material omissions, and prices will be
corrected and adjusted as necessary. In the case of material omissions,
the cost of the relevant Proposal will be increased by application of the
highest unit cost and quantity of the omitted item as provided amongst
the other submitted Proposals.
(ii) The Employer shall correct arithmetical errors on the following basis:
a) If there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected, unless in the opinion of the
Employer there is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted shall govern and the unit price
shall be corrected;
b) If there is an error in a total corresponding to the addition or subtraction of
subtotals, the subtotals shall prevail and the total shall be corrected; and
c) If there is a discrepancy between words and figures, the amount in words
shall prevail, unless the amount expressed in words is related to an
arithmetic error, in which case the amount in figures shall prevail subject to
(a) and (b) above.

If the Consultant that submitted the lowest evaluated proposal does not
accept the correction of errors, its proposal shall be disqualified and its
proposal security may be forfeited.

Section 2 Page 33 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
(iii) If a discount has been offered in any Proposal, such discount will be
applied pro-rata i.e., each personnels remuneration.

5.7.3.3 The Evaluated Total Price will be worked out for all Financial Proposals as
above. The lowest Evaluated Total Price will be given a financial score of
1000 points. The other proposals will be given financial scores that are
inversely proportional to their Evaluated Total Prices. The following
formula shall be used to calculate the financial scores:-

Sf = 1000 x Fm/F
where
Sf - Financial score of the proposal under consideration
Fm - Lowest Evaluated Total Price
F - Evaluated Total Price of the proposal under consideration

5.7.4 EVALUATION OF COMBINED SCORE:


Following completion of evaluation of Technical and Financial
Proposals, final ranking of the Proposals will be determined. This will
be done by applying a weightage to the technical and financial score of
each evaluated qualifying Technical and Financial Proposal and then
computing the total Combined Score (S) for each Consultant as given
below
Combined Score, S = (St x Wt) + (Sf x Wf) where:
S = Final score
St = Technical score
Sf = Financial score
Wt = Weightage of technical score
Wf = Weightage of financial score
The weightages (Wt & Wf) to be applied to the technical and financial
scores respectively shall be as indicated in the Data Sheet. The
proposal with highest combined total score will be ranked first; second
highest score will be ranked second; and so on..

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

6 Negotiations
6.1 Normally Negotiations are not allowed. However, if required, negotiations will
be held at the address indicated in the Data Sheet. Representatives conducting
negotiations on behalf of the Consultant must have written authority to
negotiate technical, financial, and other terms and conclude a legally binding
agreement.

Section 2 Page 34 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
6.2 DELETED
6.3 The financial negotiations will generally relate to the financial proposal like
experts remuneration and other unit rates.
7 Confidentiality
7.1 Information relating to evaluation of Proposals and recommendations
concerning contract award shall not be disclosed to Consultants who
submitted Proposals or to other persons not officially concerned with the
recruitment process until the winning firm has been notified and contract
awarded.
8 Award of Contract
8.1 The Employer reserves the right to accept or reject any proposal and to annul
the bidding process and reject all proposals at any time prior to award of
contract, without thereby incurring any liability to the Consultants. In case of
annulment, all proposals submitted and specifically, proposal securities shall
be promptly returned to the Consultants.
8.2 The Employer shall award the Contract to the Consultant whose proposal is
substantially responsive to the RFP Document, provided further that the
Consultant is determined to be qualified to perform the Contract satisfactorily
and whose offer has been determined as first rank (having highest combined
total score) as per ITC 5.7.4 and after successful negotiations, if any, subject to
ITC 8.3 below.
8.3 The Employer has the right to review at any time prior to award of contract
that the qualification criteria, as specified in ITC 1.2.2 and 1.6, are still being
met by the Consultant whose offer has been determined as first rank. A
Proposal shall be rejected if the qualification criteria, as specified in ITC 1.2.2
and 1.6, are no longer met by the Consultant whose offer has been determined
as first rank. In this event the Employer shall proceed to the Proposal next in
rank to make a similar reassessment of that Consultants capabilities to
perform satisfactorily.
9 Notification of Award
9.1 After completion of negotiations(if any), prior to the expiration of proposal
validity, the Employer will notify the successful consultant in writing through
registered letter, fax and/or e-mail that its proposal has been accepted by the
Competent Authority at RVNLs Corporate Office at Delhi or CPMs Office.
9.2 The notification of award will constitute the formation of contract.
9.3 Deleted
9.4 Upon the successful consultants furnishing of the performance security,
pursuant to clause 10 of these ITC, the Employer will promptly notify the other
Consultants who submitted Proposals that they were unsuccessful and will
discharge their Proposal Security, pursuant to clause 5.4.2.
10 Signing of Contract
10.1 After the Employer notifies the successful consultant that its proposal has
been accepted and the consultant has furnished the performance security in
accordance with Clause 10 of ITC, the Employer will send Form of Contract

Section 2 Page 35 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
provided in the Request for Proposals, incorporating all agreements between
the parties, to the consultant.
10.2 Within twenty eight (28) days of receipt of the Contract Form, the successful
consultant shall sign and date the contract and return it to the Employer. By
mutual agreement, the contract signature date may be postponed by up to
thirty (30) days.
11 Performance Security
11.1 Within twenty eight (28) days of the receipt of notification of award from the
Employer, the successful consultant shall furnish the performance security for
an amount as specified in Data Sheet in accordance with the Conditions of
Contract, using the Form 7 provided in the Request for Proposals Section 3 or
another form acceptable to the Employer.
11.2 Failure of the successful consultant to comply with the requirements of ITC
Clause 9 or ITC Clause 10.1 shall constitute sufficient grounds for the
annulment of the award and forfeiture of the proposal security..
12 Contract Commencement Date
12.1 The Data Sheet indicates the anticipated date for the commencement of the
contract services.
12.2 The actual date of commencement shall be within fifteen (15) days of the
Notice to Proceed given by the Employer in accordance with the provisions of
clause 4 of contract agreement in Section 5 of RFP.
13 Time of Completion: As indicated in Data Sheet.
14 The bidding process shall be governed by and construed in accordance with
the laws of India and the Courts as indicated in Data Sheet shall have exclusive
jurisdiction over all the disputes/issues arising under, pursuant to and/ or in
connection with the bidding process.

15 Special Provisions for Micro and Small Enterprises (MSEs):


i) MSEs registered with the agencies (as mentioned in para iii) below) are
exempted from the payment of RFP/bidding document fee.

ii) MSEs registered with the agencies (as mentioned in para iii) below) will be
exempted from deposit of Proposal/Bid Security.

iii) MSEs who are interested in availing themselves of above benefits will
enclose with their proposal;

a) The proof of their being MSE registered with any of the following
agencies;
1. District Industries Centers
2. Khadi and Village Industries Commission
3. Khadi and Village Industries Board
4. Coir Board
5. National Small Industries Corporation
6. Directorate of Handicraft and Handloom

Section 2 Page 36 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
7. Udyog Aadhaar The Online Portal of MSME
8. Any other body specified by Ministry of MSME.
b) Supporting document(s) indicating the terminal validity date of registration
which should be a date after the deadline for submission of proposals.

Failing which, their proposals shall not be liable for consideration of


benefits detailed in para (i) & (ii) above.

16 The Team Leader shall be headquartered at the place indicated in the


datasheet.

Section 2 Page 37 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
Annex 1 (Section 2)

DATA SHEET
Clause Item Data
Ref.
1.2 Selection of Consultants. Quality and Cost Based Selection (QCBS) method
1.2.1 Name of the Employer Rail Vikas Nigam Limited, New Delhi
1.9 Validity of the Proposals 120 days from the deadline of submission of proposal
2.1 Pre-bid Meeting : Pre-bid meeting was held at 11:00 hours on
time, date and venue 04/08/2016
at RVNL Corporate office, 1st Floor, August Kranti
Bhawan, Bhikaji Cama Place, New Delhi-110066
2.2 Name and Address of the Chief Project Manager,
Employer where the Rail Vikas Nigam Limited,
correspondence 61, 2nd Floor, 4-D Square Mall,
concerning this Request Visat-Gandhinagar Highway,
for Proposal is to be sent: Motera, Ahmedabad 380 005
Tel: (079)-66170273/48002917/48903575, Fax -
(079)-66170271
E-Mail: rvnladi@gmail.com
4.3.6 Local Taxation
The Consultant is liable to pay taxes as applicable. While
the Service Tax will be paid extra as applicable to the
Consultant by the Employer, all other taxes shall be
payable by the Consultant. RVNL shall be deducting
taxes deductible at source as per Tax Laws/other
applicable laws in India.
Facilities to be provided Employer will arrange to provide the facilities as
by the Employer indicated in the Attachment 2 to this Data Sheet.
5.1.2(v) Cost of RFP Documents 5,000/- (Rupees Five thousand only)
5.2 Address of Employer Chief Project Manager,
where Consultant must Rail Vikas Nigam Limited,
submit the proposal in 61, 2nd Floor, 4-D Square Mall,
sealed cover. Visat-Gandhinagar Highway,
Motera, Ahmedabad 380 005
Tel: (079)-66170273/48002917/48903575, Fax -
(079)-66170271
E-Mail: rvnladi@gmail.com
5.3 Deadline for Submission 11:00 hours on 18/01/2017
of Proposals
5.4 Proposal Security INR 84.64 Lakh
5.4.1(I) Proposal Security The proposal security shall be valid up to
29/06/2017
5.5 Opening of Technical 11.30 hours on 18/01/2017
Proposals
5.7.2.6 Minimum Technical Score 750 out of 1000

Section 2 Page 38 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
Clause Item Data
Ref.
5.7.4 Weightage to be applied The weightage to be applied to the technical score (Wt)
to the Technical and : 0.80 (or 80%) and
Financial Proposal Score
The weightage to be applied to the financial score (Wf)
: 0.20 (or 20%)
11 Performance Security Within 28 days of issue of Letter of Acceptance/Award
(LOA) @10% of the value of the accepted Contract
amount and in the same currency(ies) of the Accepted
Contract amount in the form of an unconditional Bank
Guarantee for the stated amounts in the format
prescribed in Form-7 and valid for a period of 28 days
beyond issue of performance certificate(Initially
Performance Security shall be valid upto 28 days
beyond the specified completion of the consultancy
contract).

12 Expected date for July, 2017


commencement of
consulting services
13 Expected period of 54 months for both the packages
completion of
assignment/consultancy
14 Jurisdiction of Courts Delhi

16 Headquarter of Team Junagarh


Leader

Note:
1) In the event of the dates refer to in this document happen to be a holiday; the
next working day shall be applicable.

2) For the Minimum value of similar contract and nature the Consultant should
submit actual cost of the project management services/services of independent
Engineer completed/substantially completed. For evaluation purposes, value of
the services rendered in India and paid in INR shall be updated based on the
rupee value on the day upto which fee received has been certified to bring them
to the price level to the date of deadline for submission of proposals as per the
formula given below;

A = B [1+(5/36500) x N]
Where
A = updated value of the services on deadline for submission of proposals.
B = value of the services on the date of completion
N = number of days between date of completion and deadline for submission
of proposals.

Section 2 Page 39 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
The base date for updating purpose shall be considered as the date of
completion certified by the employer.

3) For Consultancy turnover, the actual figure should be indicated by the


Consultant. For evaluation purposes, the turnover figures for Indian applicants
in INR shall be updated to the level of latest year indicated in form 10 based on
the rupee value on the last day of the year to which the figures belong, as per
formula indicated in note 2 above.

Section 2 Page 40 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)

Annex 1 (Section 2)
Attachment 1
ATTACHMENT 1 to DATA SHEET
HURDLE CRITERIA
1. General:
1.1 The evaluation of valid proposals received shall be carried out by the
Tender Committee (TC) on the basis of responsiveness to the TOR and the
criteria specified below.
1.2 The proposals received by RVNL in response to RFP shall be examined in
five stages as under:

S. No. Particulars Criteria Remarks


1. Responsiveness Hurdle Includes submission in accordance with
the guidelines in the `Instructions to
Consultants.
2. Hurdle Based Technical Hurdle To be evaluated as per Clause 5.7.2.2 of
Evaluation Section 2
3. Quality Based Technical Marking To be evaluated as per Clause 5.7.2.3 to
Evaluation System 5.7.2.6of Section 2
4 Financial Evaluation Marking To be evaluated as per Clause 5.7.3 of
System Section 2
5 Combined Score Rank To be evaluated as per Clause 5.7.4 of
Evaluation System Section 2

2. Responsiveness: To be examined as under:

S. No. Item Required


Response

Section 2 Page 41 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
S. No. Item Required
Response
1 In case the consultant being interested in availing themselves Yes
benefits extended to MSEs in terms of ITC clause 15, has the
Consultant enclosed the proof of their being MSE registered with
agencies and supporting document(s) indicating terminal validity
date of registration which is a date after the deadline for
submission of proposals?
2 Has the Consultant Paid the RFP document Cost? Yes
(Not applicable for MSEs being interested in availing themselves
benefits extended to MSEs in terms of ITC clause 15)
3 Is Proposal Security furnished? Yes
(Not applicable for MSEs being interested in availing themselves
benefits extended to MSEs in terms of ITC clause 15)
4 Is the proposal received prior to Deadline? Yes
5 Is the Financial proposal in a sealed envelope? Yes
6 All the pages of proposal are numbered and initialled? Yes
7 Submitted P.O.A.? Yes
8 Submitted audited Balance Sheets for last 3 financial years? Yes
9 Is the Consultant registered in India? Yes
10 Has the firm submitted audited financial data for last 3 financial Yes
years in Form 5 & Form 10?
11 Has the firm submitted data regarding experience in Form 4? Yes
12 Has the Consultant submitted CVs of Team Leader, Project Yes
Manager(s) and Resident Engineer(s)?
13 Has the Consultant any conflict of interest? No
14 Is the Consultant involved in any fraud and corrupt practices? No
15 Has the consultant submitted affidavit that he is not disqualified Yes
under clause 1.2.2 (VII) of Section 2?
16 Has the Consultant submitted undertaking from the Yes/Not
parent/holding company as per ITC Clause 1.2.2(I) in Form applicable
14?
17 Whether undertaking for Staffing Schedule, approach and Yes
methodology has been submitted by the Consultancy firm in
Form 1A?
18 PERSONNEL:
Whether undertaking to provide Personnel, other than Team
Leader, Project Manager(s) and Resident Engineer(s), with Yes
qualifications and experience, as stipulated in the RFP document,
has been submitted by the Consultancy Firm in Form 1A?

Section 2 Page 42 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
Annex 1 (Section 2)
Attachment 2
ATTACHMENT 2 to DATA SHEET

SITE FACILITIES FOR THE EMPLOYER AND THE ENGINEER (To be provided by
the Construction Contractor as per Chapter 3.0 of Section 5 (Works
Requirements) of the Construction Contract Bid Document)

Chapter 3

3.0 SITE FACILITIES FOR THE EMPLOYER AND THE ENGINEER FOR PACKAGE-1
(Dhasa-Lunidhar SECTION)
3.1 GENERAL
The Contractor shall provide for the use of the Employer/Engineer office
accommodation, equipment, communication & drawing facilities throughout the
course of the work and for such period of time during the defects liability period as
the employer & Engineer may require. The details of the accommodation & the other
facilities are detailed below:

All the facilities under this clause will continue to be maintained by the Contractor
free of cost till the defect liability period is over. Thereafter the Contractor shall
dismantle the building and take away all the materials, office furniture, & equipment
etc which will be the property of the Contractor. The provisions of the site facilities
will be paid for separately.
3.2 SITE OFFICES
3.2.1 Accommodation for the Employer/Engineer shall consist of one site office to be
constructed by the Contractor at a place (DHASA), within Two months from the date
of commencement of the works. In case of delay beyond Two months in provision of
the accommodation either through construction or hire, penalty @ 10000/- Per
week or part thereof will be imposed."
3.2.2 The site office should remain open for 24 hours a day and 7 days a week i.e. round the
clock till the defect liability period is over.
3.2.3
Each Site Office will provide for the following rooms: SITE Area required (Sq. m)
OFFICE for Engineer/Employer to be constructed by Contractor
Project Director of RVNL 16
Other Officers of RVNL i.e. Manager & above @10 sq.mt. each for 10
1 No.
Other Officers of RVNL @5 sq.mt. each for 3 No. 15
Project Manager of PMC 16
Resident Engineers @ 10 sq.mt. each for 3 No. 30
Experts @5 sq.mt. each for 5 No. 25
Office staff of RVNL & PMC@2.0 sq.mt. each for 5 No. 10

Conference/Visitor Room 25
Computer/Drawing Office 12
Pantry & Kitchen area 6
File and Documents & Instruments Storage 10
Toilets 10
Total 185
Common Area/Verandah @10% of A above 19 M2
GRAND TOTAL 204 M2

Section 2 Page 43 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
3.2.4 Materials used for the construction of the offices shall be new and of good quality.
Materials shall be chosen such that the buildings when erected shall give good
ventilation, heat and sound insulation.

3.2.5 All buildings shall be supplied with continuous (24 hour) running potable cold water
to the kitchens and wash rooms. The toilets may use raw water for flushing. The
Contractor shall also arrange for the constant and hygienic disposal of all effluent,
sewage and rubbish from the buildings.

3.2.6 All buildings shall be supplied with electricity, AC 240 Voltage 50 Hz that shall be
distributed to each room in accordance with the Regulations. Lighting and electrical
power points shall be provided in each room. The disposition and location of light
and power points will be as directed by the Engineer. 24 hours power supply is to be
arranged by contractor to meet full power load. Fans and coolers etc. will be provided
as decided by the engineer. Rooms for (i) Project Director of Employer (ii) Project
Manager (iii) Conference/Visitor Room shall be provided with Air Conditioners of
appropriate capacity.

3.2.7 Deleted

3.2.8 Fire fighting equipment shall be provided in accordance with the local
recommendations.

3.2.9 Deleted

3.3 FURNITURE AND OTHER OFFICE EQUIPMENT


3.3.1 The Contractor shall supply and maintain the following new furniture and equipment
to the Engineers offices within two months of the date of commencement of the
works until the defect liability period is over:

Description of Item Nos.


Conference table (4000mm x 1500mm) 2
Conference chairs 16
Glass-fronted lockable bookcase 4
1500mm x 900mm double pedestal desk 2
1200mm x 900mm single pedestal desks 8
Swivel office chair with armrests 12
Swivel office chair without armrests 4
Typist chair 2
Visitors chair 16
4-drawer filing cabinet 4
Plan chest (A 0 size) 1
1500mm x 900mm tables 15
Steel lockable cupboard 6ft high with internal shelves 4
Heavy Duty Paper Shredders 1
Tele-facsimile transmission/reception facility connected to a 1 sets
dedicated line with STD facility
Telephone switchboard connected to 2 external Lines at each office 10 phones
with STD facility, and with independent lines
Internal communication Facilities with conference facilities.
First aid kits for up to 36 persons 2

Safety helmets 15
Safety harness 20
Day-glow waistcoat 20
Pairs industrial safety goggles 6 pairs

Section 2 Page 44 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
5 L kettles 1
2 L kettles 2
Potable water dispenser with hot/cold Taps 1
Cups and plates 20
Fire extinguisher (As required
confirming to
the stipulations
of Local
authorities).
Silent DG set of minimum power of 10 KVA 1
Note: In case of failure to provide the equipments within Two months, penalty @
5000/- Per week or part thereof will be imposed

3.4 TRANSPORT
3.4.1 General
The Contractor shall provide road transport (for the use of the Employer and the Engineer
within one month from the date of commencement of the works) and the Payment for the same
shall be covered in relevant schedule of the BOQ

3.4.2 Road Transport

(a) The vehicles shall be new and delivered and maintained by the Contractor in good
roadworthy condition including daily cleaning. The vehicle shall be replaced with
a new vehicle after a maximum run of 75000 Km or three years whichever is
earlier.

(b) The Contractor shall employ and make available competent drivers fully licensed
to operate the vehicles as and when required by the Engineer/Employer. The
Contractor shall replace drivers at the request of the Engineer/Employer.

(c) The vehicles shall be licensed and insured for use on the public highway and shall
have comprehensive insurance cover for any qualified driver authorised by the
Engineer together with any authorised passengers and the carriage of goods or
samples.

(d) The Contractor shall provide fuel, oil for running of each vehicle for 4000 kms
monthly and ensure maintenance in conformity with the vehicle manufacturers
recommendations and all relevant toll and parking charges incurred in connection
with the Works. The vehicle shall be provided day and night as required by the
Engineer/Employer. If any vehicle is allowed, with the prior approval of Project
Director, to run beyond 4000 Kms in a month the charges for running of the
additional kilometres shall be paid separately under item 9003(c), 9003(d) of
schedule.

(e) A suitable replacement shall be provided by the contractor for any vehicle out of
service for more than 24 hours. If the contractor at any time fails to provide
vehicle(s) or substitute vehicle(s) as specified, an amount of Rs.1500 per day for
each vehicle (that the Contractor failed to provide) shall be recovered from the
Contractor.

3.4.3 Number of Vehicles


3.4.3.1 The Contractor shall provide the following type of vehicles as per requirement indicated by the
Project Director within one month of the date of commencement.

Type Numbers
TAVERA, INOVA or similar 4
TATA SUMO, BOLERO/SCORPIO or similar 16
3.4.3.2 The vehicle requirement given in para 3.4.3.1 above is the maximum requirement of the
vehicles at a time. However requirement in a particular period will be intimated by the project
director to the contractor on programme basis at least 7 days before the actual date of

Section 2 Page 45 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
requirement after approval of the distribution by the Project Director. The Contractor shall
withdraw particular vehicle(s) if the same is not further required by the Engineer/Employer if
so directed by the Project Director. In such cases the instructions shall be given in writing 7
days in advance. The requirement during the Defect Liability Period will be quite less than the
maximum requirement mentioned above.

3.4.3.3 Duration of Transport Requirements


Transport for the Engineer/Employer shall be provided so as to cover the entire completion
period(s) and defect liability period(s). The transport so provided, as per Para 3.4.3, shall
continue to be the property of the Contractor.

3.5 OFFICE MAINTENANCE

3.5.1 The contractor is required to maintain the offices throughout the contract period and provide
the following, but not limited to:

i. Pay all electricity charges.


ii. Reimburse telephone bills for the use of telephone, up to 3000/- per month for each
external landline connection
iii. Pay all water charges.
iv. Carry out necessary repairs to office and equipment as and when required.
v. Day - to - Day cleaning and maintenance and watch & ward etc.

3.5.2 The contractor shall provide within Two months from the Date of Commencement following
personnel in the office as required for watch and ward of the site office.

Watchmen / Security (3 shifts of 2 men in a shift, till the defect Liability period is over)

Note: In case of delay beyond Two month, penalty @ 5000/- Per week or part thereof
will be imposed.

3.6
EQUIPMENT FOR USE OF THE ENGINEER.
The Contractor shall provide at his own cost new equipment and software as listed below and
maintain them for the exclusive use of the Employer and the Engineer. The Contractor shall
provide and maintain the following equipment for the use of the Engineer and the Employer
within one month from the date of commencement of the works until the defect liability period
is over. On completion of defect liability period, the equipment shall be property of the
Contractor.

(a) Desktop Computer With minimum specification of Intel Core i7, 3.4 GHz, 3
four nos. MB Cache, 4 GB DDR3 RAM, 500 GB Hard Disk Drive, DVD
Writer, 18.5 colour TFT monitor, 10/100 LAN Card,
Modem Card,
Operating System - Windows 8 Professional or higher
preloaded with media and documentation and certificate
of authenticity and Microsoft Security Essentials
preloaded antivirus software.
(b) Printers 2 nos. HP laserjet 1020 or Equivalent/higher version
(A4 size 2 No. and Hpofficejet 7500A or Equivalent/higher version
A3 size 2 No.)
(c) LARGE FORMAT Hpdesignjet 500PS 42 model no. C-7770C or similar/better
PLOTTER - ONE NO.
(d) Application software (i) Microsoft office latest release (2013) or latest/higher
(Licensed version) version.
for each system (ii) AUTOCAD 3D 2015 or latest/higher version
(iii) M S Project/ Sure Track or latest/higher version

Section 2 Page 46 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
(iv) PDF Converter/Professional or latest/higher version
(e) Colour scanner- 1 no. A3 size
(f) Xerox Machine- 1 No. for paper prints capable of reduction and copying A3 & A4
size paper with automatic document feeder capability and sorter. (Canon IR 3300
or Equivalent/higher version)
(g) UPS system with sufficient power backup (with minimum backup time of 30
minute) to meet the sufficient power load in case of power disruption.
(h) Surge Protection Devices (one for each computer and printer as given above)
(i) Power supply for the systems is to be AC 240 volts, 50 Hz from normal building
wiring circuit mains, power regulator, stabilizer or transformer should be
supplied by the Contractor for the computer systems such that the systems can
function efficiently.
Note: In case of failure to provide the equipments within one month, penalty @ 5000/-
Per week or part thereof will be imposed
3.7 Documentation:
A complete set of documentation will be supplied with each System. The documentation should
be self tutorial in nature and be readily understood by non-computer personnel. The following
manuals will be supplied with the system:

(a) Manual on how to operate the equipment; and


(b) Manual on how to use the facilities and software provided by the supplier
(including languages and utilities)

Section 2 Page 47 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
SITE FACILITIES FOR THE EMPLOYER AND THE ENGINEER (To be provided by
the Construction Contractor as per Chapter 3.0 of Section 5 (Works
Requirements) of the Construction Contract Bid Document)

Chapter 3

3.0 SITE FACILITIES FOR THE EMPLOYER AND THE ENGINEER FOR PACKAGE-2
(Lunidhar-Jetalsar SECTION)
3.1 GENERAL
The Contractor shall provide for the use of the Employer/Engineer office
accommodation, equipment, communication & drawing facilities throughout the
course of the work and for such period of time during the defects liability period as
the employer & Engineer may require, The details of the accommodation & the other
facilities are detailed below:

All the facilities under this clause will continue to be maintained by the Contractor
free of cost till the defect liability period is over. Thereafter the Contractor shall
dismantle the building and take away all the materials, office furniture, & equipment
etc which will be the property of the Contractor. The provisions of the site facilities
will be paid for separately.
3.2 SITE OFFICES
3.2.1 Accommodation for the Employer/Engineer shall consist of one site office to be
constructed by the Contractor at a place (JETPUR), within Two months from the
date of commencement of the works. In case of delay beyond Two months in
provision of the accommodation either through construction or hire, penalty @
10000/- Per week or part thereof will be imposed."
3.2.2 The site office should remain open for 24 hours a day and 7 days a week i.e. round the
clock till the defect liability period is over.
3.2.3
Each Site Office will provide for the following rooms: SITE Area required (Sq. m)
OFFICE for Engineer/Employer to be constructed by
Contractor
Project Director of RVNL 16
Other Officers of RVNL i.e.. Manager & above @10 sq.mt. 10
each for 1 No.
Other Officers of RVNL @5 sq.mt. each for 3 No. 15
Project Manager of PMC 16
Resident Engineers @ 10 sq.mt. each for 3 No. 30
Experts @5 sq.mt. each for 5 No. 25
Office staff of RVNL & PMC@2.0 sq.mt. each for 5 No. 10

Conference/Visitor Room 25
Computer/Drawing Office 12
Pantry & Kitchen area 6
File and Documents & Instruments Storage 10
Toilets 10
Total 185
Common Area/Verandah @10% of A above 19 M2
GRAND TOTAL 204 M2

3.2.4 Materials used for the construction of the offices shall be new and of good quality.
Materials shall be chosen such that the buildings when erected shall give good
ventilation, heat and sound insulation.

Section 2 Page 48 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)

3.2.5 All buildings shall be supplied with continuous (24 hour) running potable cold water
to the kitchens and wash rooms. The toilets may use raw water for flushing. The
Contractor shall also arrange for the constant and hygienic disposal of all effluent,
sewage and rubbish from the buildings.

3.2.6 All buildings shall be supplied with electricity, AC 240 Voltage 50 Hz that shall be
distributed to each room in accordance with the Regulations. Lighting and electrical
power points shall be provided in each room. The disposition and location of light
and power points will be as directed by the Engineer. 24 hours power supply is to
be arranged by contractor to meet full power load. Fans and coolers etc will be
provided as decided by the engineer. Rooms for (i) Project Director of Employer (ii)
Project Manager (iii) Conference/Visitor Room shall be provided with Air
Conditioners of appropriate capacity.

3.2.7 Deleted

3.2.8 Fire fighting equipment shall be provided in accordance with the local
recommendations.

3.2.9 Deleted

3.3 FURNITURE AND OTHER OFFICE EQUIPMENT


3.3.1 The Contractor shall supply and maintain the following new furniture and equipment
to the Engineers offices within two months of the date of commencement of the
works until the defect liability period is over:
Description of Item Nos.
Conference table (4000mm x 1500mm) 2
Conference chairs 16
Glass-fronted lockable bookcase 4
1500mm x 900mm double pedestal desk 2
1200mm x 900mm single pedestal desks 8
Swivel office chair with armrests 12
Swivel office chair without armrests 4
Typist chair 2
Visitors chair 16
4-drawer filing cabinet 4
Plan chest (A 0 size) 1
1500mm x 900mm tables 15
Steel lockable cupboard 6ft high with internal shelves 4
Heavy Duty Paper Shredders 1
Tele-facsimile transmission/reception facility connected to a 1 sets
dedicated line with STD facility
Telephone switchboard connected to 2 external Lines at each office 10 phones
with STD facility, and with independent lines
Internal communication Facilities with conference facilities.
First aid kits for up to 36 persons 2

Safety helmets 15
Safety harness 20
Day-glow waistcoat 20
Pairs industrial safety goggles 6 pairs
5 L kettles 1
2 L kettles 2
Potable water dispenser with hot/cold Taps 1
Cups and plates 20
Fire extinguisher (As required

Section 2 Page 49 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
confirming to
the stipulations
of Local
authorities).
Silent DG set of minimum power of 10 KVA 1
Note: In case of failure to provide the equipments within Two months, penalty @ 5000/-
Per week or part thereof will be imposed
3.4 TRANSPORT
3.4.1 General
The Contractor shall provide road transport (for the use of the Employer and the Engineer
within one month from the date of commencement of the works) and the Payment for the
same shall be covered in relevant schedule of the BOQ

3.4.2 Road Transport

(a) The vehicles shall be new and delivered and maintained by the Contractor in
good roadworthy condition including daily cleaning. The vehicle shall be
replaced with a new vehicle after a maximum run of 75000 Km or three years
whichever is earlier.

(b) The Contractor shall employ and make available competent drivers fully
licensed to operate the vehicles as and when required by the
Engineer/Employer. The Contractor shall replace drivers at the request of the
Engineer/Employer.

(c) The vehicles shall be licensed and insured for use on the public highway and
shall have comprehensive insurance cover for any qualified driver authorised
by the Engineer together with any authorised passengers and the carriage of
goods or samples.

(d) The Contractor shall provide fuel, oil for running of each vehicle for 4000 kms
monthly and ensure maintenance in conformity with the vehicle manufacturers
recommendations and all relevant toll and parking charges incurred in
connection with the Works. The vehicle shall be provided day and night as
required by the Engineer/Employer. If any vehicle is allowed, with the prior
approval of Project Director, to run beyond 4000 Kms in a month the charges
for running of the additional kilometres shall be paid separately under item
9003(c), 9003(d) of schedule.

(e) A suitable replacement shall be provided by the contractor for any vehicle out
of service for more than 24 hours. If the contractor at any time fails to provide
vehicle(s) or substitute vehicle(s) as specified, an amount of Rs.1500 per day
for each vehicle (that the Contractor failed to provide) shall be recovered from
the Contractor.

3.4.3 Number of Vehicles


3.4.3.1 The Contractor shall provide the following type of vehicles as per requirement indicated by
the Project Director within one month of the date of commencement.

Type Numbers

TAVERA, INOVA or similar 4

TATA SUMO, BOLERO/SCORPIO or similar 16

3.4.3.2 The vehicle requirement given in para 3.4.3.1 above is the maximum requirement of the
vehicles at a time. However requirement in a particular period will be intimated by the
project director to the contractor on programme basis at least 7 days before the actual date
of requirement after approval of the distribution by the Project Director. The Contractor

Section 2 Page 50 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
shall withdraw particular vehicle(s) if the same is not further required by the
Engineer/Employer if so directed by the Project Director. In such cases the instructions
shall be given in writing 7 days in advance. The requirement during the Defect Liability
Period will be quite less than the maximum requirement mentioned above.

3.4.3.3 Duration of Transport Requirements


Transport for the Engineer/Employer shall be provided so as to cover the entire completion
period(s) and defect liability period(s). The transport so provided, as per Para 3.4.3, shall
continue to be the property of the Contractor.

3.5 OFFICE MAINTENANCE

3.5.1 The contractor is required to maintain the offices throughout the contract period and
provide the following, but not limited to:

i. Pay all electricity charges.


ii. Reimburse telephone bills for the use of telephone, up to 3000/- per month for each
external landline connection
iii. Pay all water charges.
iv. Carry out necessary repairs to office and equipment as and when required.
v. Day - to - Day cleaning and maintenance and watch & ward etc

3.5.2 The contractor shall provide within Two months from the Date of Commencement
following personnel in the office as required for watch and ward of the site office.

Watchmen / Security (3 shifts of 2 men in a shift, till the defect Liability period is
over)
Note: In case of delay beyond Two month, penalty @ 5000/- Per week or part
thereof will be imposed.

3.6
EQUIPMENT FOR USE OF THE ENGINEER.
The Contractor shall provide at his own cost new equipment and software as listed below
and maintain them for the exclusive use of the Employer and the Engineer. The Contractor
shall provide and maintain the following equipment for the use of the Engineer and the
Employer within one month from the date of commencement of the works until the defect
liability period is over. On completion of defect liability period, the equipment shall be
property of the Contractor.

(a) Desktop With minimum specification of Intel Core i7, 3.4 GHz, 3 MB
Computer four Cache, 4 GB DDR3 RAM, 500 GB Hard Disk Drive, DVD Writer,
nos. 18.5 colour TFT monitor, 10/100 LAN Card, Modem Card,
Operating System - Windows 8 Professional or higher
preloaded with media and documentation and certificate of
authenticity and Microsoft Security Essentials preloaded
antivirus software.
(b) Printers 2 nos. HP laser jet 1020 or Equivalent/higher version
(A4 size 2 No. Hp office jet 7500A or Equivalent/higher version
and A3 size 2
No.)
(c) LARGE FORMAT Hpdesignjet 500PS 42 model no. C-7770C or Equivalent/higher
PLOTTER - ONE version
NO.
(d) Application (i) Microsoft office latest release (2013) or latest/higher
software version.
(Licensed (ii) AUTOCAD 3D 2015 or latest/higher version.
version) for each (iii) M S Project/ Sure Track. or latest/higher version.
system (iv) PDF Converter/Professional or latest/higher version.

Section 2 Page 51 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised
Document)
(e) Colour scanner- 1 A3 size
no.
(f) Xerox Machine- 1 No. for paper prints capable of reduction and copying A3 & A4
size paper with automatic document feeder capability and sorter. (Canon IR 3300
or Equivalent/higher version)
(g) UPS system with sufficient power backup (with minimum backup time of 30
minute) to meet the sufficient power load in case of power disruption.
(h) Surge Protection Devices (one for each computer and printer as given above)
(i) Power supply for the systems is to be AC 240 volts, 50 Hz from normal building
wiring circuit mains, power regulator, stabilizer or transformer should be supplied
by the Contractor for the computer systems such that the systems can function
efficiently.
Note: In case of failure to provide the equipments within one month, penalty @
5000/- Per week or part thereof will be imposed

3.7 Documentation:
A complete set of documentation will be supplied with each System. The documentation
should be self tutorial in nature and be readily understood by non-computer personnel. The
following manuals will be supplied with the system:

(a) Manual on how to operate the equipment; and


(b) Manual on how to use the facilities and software provided by the supplier
(including languages and utilities).

Section 2 Page 52 of 52
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

PROPOSAL FORMS

(Technical & Financial)

PROJECT MANAGEMENT CONSULTANCY

FOR

Gauge Conversion of existing Meter Gauge track between Dhasa and


Jetalsar: Construction of roadbed, bridges, supply of ballast,
Dismantling of existing MG track, Installation of track (excluding
supply of rails & ordinary PSC line sleepers), Electrical (General
Electrification), Signaling and Telecommunication works of
Bhavnagar Division of Western Railway, Gujarat, India in 2 (Two)
Packages

SECTION 3

Section 3 Page 1 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

CONTENTS

Form No Description Page


Form 1 A Technical Proposal Submission Form 3 to 5
Form 1 B Financial Proposal Submission Form 6 to 7
Form 2 Format For Power Of Attorney For Authorised 8 to 9
Signatory
Form 3 Consultants Information Sheet 10

Form 4 Details of Experience of Project Management


Consultancy Service/ 11
Services of Independent Engineer

Form 5 Net Worth 12


Form 6 Form for Proposal Security Bank Guarantee 13 to 15
Form 7 Form of Performance Security (Bank Guarantee) 16 to 18
Form 8 A Key Persons Qualification and Experience 19 to 50
Form 8 B Summary of information on Proposed experts 51
Form 8 C Curriculum Vitae of Key personnel 52 to 54
Form 9 Approach & Methodology proposed for 55
performing assignment
Form 10 Firms Financial Data for last 3 years 56
Form 11 Remuneration: Proposed Billing Rates for Key 57 to 59
Personnel, Supervisor and Office Staff Team

Form 12 Format for Affidavit to be submitted by 60 to 62


Consultant along with the proposal

Form 13 Format for Affidavit to be submitted by DELETED


Consultant before opening of Financial Proposal

Form 14 Format for Undertaking to be submitted by 64 to 65


Parent/Holding Company of the Consultant

Section 3 Page 2 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM -1-A
TECHNICAL PROPOSAL SUBMISSION FORM
(On letter head of the Consultant)

From:

To:

The Chief Project Manager,


Rail Vikas Nigam Limited
-----------------------------
----------------------------
----------------------------

Dear Sir,
Sub: Project Management Consultancy for:-

Gauge Conversion of existing Meter Gauge track between Dhasa and


Jetalsar: Construction of roadbed, bridges, supply of ballast,
Dismantling of existing MG track, Installation of track (excluding
supply of rails & ordinary PSC line sleepers), Electrical (General
Electrification), Signaling and Telecommunication works of
Bhavnagar Division of Western Railway, Gujarat, India in 2 (Two)
Packages

Ref: RVNL/CPM-ADI/DAS-JLR/PMC/OT-11 Dated: 15/07/2016

1. Having examined the completeness of RFP documents, studied the terms and
conditions of contract stipulated in the RFP documents we, the undersigned
offer to provide project management services for the implementation of the
above workin conformity with the contracts being awarded to Execution
contractors up to the stage of completion of works up to DLP as specified in the
Terms of Reference.

2. We undertake, if our proposal is accepted, to:

(i) Furnish performance security within 28(Twenty eight) days of issue


date of letter of award.
(ii) Enter into the contract agreement within 28 (Twenty eight) days of
issue of Draft Contract Agreement papers.

3. Unless and until a formal agreement is prepared and executed, this proposal
together with your written acceptance thereof shall constitute a binding
contract between us.

4. I/We undertake that:

Section 3 Page 3 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

i. In competing for (and, if the award is made to us, in executing) the


above Contract, we will strictly observe the laws against fraud and
corruption in force in India namely Prevention of Corruption Act
1988.
ii. We will submit a list of names of the personnel other than Team
Leader, Project Manager(s) and Resident Engineer(s), immediately
required as indicated in the notification of award, in Forms 8A, 8B
along with the Curriculum Vitae of each personnel in Form 8C, for the
persons having the qualifications and experience as prescribed in
Form 8A as given in section 3, within a period of 30 days from the
issue of Notification of Award. We further undertake that at least one
of the personnel in the list shall have experience of handling project
planning and monitoring using MS Project software in addition to the
Qualification and Experience prescribed for the personnel.
iii. We will deploy the personnel as per RVNLs advice from the staffing
schedule which will be decided by RVNL within a period of 45 days of
the approval of the personnel/list by RVNL.
iv. We will decide the Approach and Methodology for the project in
consultation with contractor and Employer as per stipulations in the
construction contract agreement(s) for which the consultancy
services are contemplated. It will be ensured that the approach and
methodology prepared is in compliance to requirements in section 4
of the bidding document.
v. We certify that we do not have any conflict of interest in submission of
this proposal nor we will take up any assignment in future which will
be in conflict with the present assignment, in accordance with ITC
clause 1.6.

5. We certify that in preparation and submission of Technical and Financial


information, we have not taken any action which is or which constitutes a
corrupt or fraudulent practice as defined in the RFP documents.

6. I/We agree to allow RVNL, at its option, to inspect and audit all accounts,
documents, and records relating to the Consultants Proposal and to the
performance of the ensuing Consultants Contract.

7. Our proposal is valid for 120 days beyond the date of opening of technical
proposal and will be binding on us.

8. We have not made any tampering or changes in the RFP documents on which
the bid is being submitted and if any tampering or changes are detected at
any stage, we understand the bid will invite summary rejection and
forfeiture of proposal security/the contract will be liable to be terminated
along with forfeiture of Performance Security, even if LOA has been issued.

Section 3 Page 4 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

9. We declare that we are not liable to be disqualified in accordance with


ITC 1.2.2 (VII) and for this we have furnished the affidavit.

10. I/We understand that, the Rail Vikas Nigam Limited is not bound to accept
any proposal that the Rail Vikas Nigam Limited may receive.

Yours faithfully,

.
Signature of authorised signatory of Consultant
(Seal)

Address: ..
..
.....

Enclosures: As per ITC, except for Forms 1B & 11

Section 3 Page 5 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM -1 B

FINANCIAL PROPOSAL SUBMISSION FORM


(On letter head of the Consultant)

From:

To:

The Chief Project Manager,


Rail Vikas Nigam Limited
---------------------------
---------------------------
-----------------------------
Dear Sir,
Sub: Project Management Consultancy for:-

Gauge Conversion of existing Meter Gauge track between Dhasa and


Jetalsar: Construction of roadbed, bridges, supply of ballast, Dismantling of
existing MG track, Installation of track (excluding supply of rails & ordinary
PSC line sleepers), Electrical (General Electrification), Signaling and
Telecommunication works of Bhavnagar Division of Western Railway,
Gujarat, India in 2 (Two) Packages

Ref: RVNL/CPM-ADI/DAS-JLR/PMC/OT-11 Dated: 15/07/2016


***
1. Having examined the completeness of RFP documents, studied the terms
and conditions of contract stipulated in the RFP documents we, the
undersigned offer to provide project management services for the
implementation of the above named works in conformity with the contracts
being awarded to Execution contractors up to the stage of completion of
works up to DLP as specified in the Terms of Reference.

2. We undertake, if our proposal is accepted, to:

(i) Furnish performance security within 28 (twenty eight) days of issue


date of letter of award.
(ii) Enter into the contract agreement within 28 (twenty eight) days of
issue of draft Contract Agreement papers.

3. Unless and until a formal agreement is prepared and executed, this proposal
together with your written acceptance thereof, shall constitute a binding
contract between us.

4. I/We .. (Name of the Consulting Firm) submit herewith our


Financial Proposal for selection of our firm/organization as Project
Management Consultant for the above mentioned Project.

Section 3 Page 6 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

5. i) Our attached financial proposal is for the sum of Rs. .......(Rupees


..........only) inclusive of all local taxes, but exclusive of Service Tax.

ii) Our Financial Proposal shall be binding upon us subject to the


modifications resulting from contract negotiations up to expiration of
the validity period of the proposal, i.e. 120 days beyond the date of
opening of Technical Proposal and will be binding on us.

6. If negotiations are held during the validity of the Proposal i.e. before .,
we undertake to Negotiate on the basis of proposed staff. Our proposal is
binding upon us and subject to ..Modifications from contract
negotiations.

7. I/We undertake that, in competing for and in executing (if the award is made
to us) the above contract, we will strictly observe the laws of the land in force
against fraud and corruption.

8. We certify that in preparation and submission of Technical and Financial


information, we have not taken any action which is or which constitutes a
corrupt or fraudulent practice as defined in the RFP documents.

9. I/We agree to allow RVNL, at its option, to inspect and audit all accounts,
documents, and records relating to the Consultants Proposal and to the
performance of the ensuing Consultants Contract.

10. Our financial proposal shall be binding on us subject to


modifications resulting from negotiations up to expiry of the validity
period of the proposal .i.e. 120 days beyond the date of opening of
technical proposal and will be binding on us.

11. We have not made any tampering or changes in the RFP documents on
which the bid is being submitted and if any tampering or changes are
detected at any stage, we understand the bid will invite summary
rejection and forfeiture of bid security/the contract will be liable to be
terminated along with forfeiture of Performance Security, even if LOA has
been issued.

12. I/We understand that, the Rail Vikas Nigam Limited is not bound to accept
any proposal that the Rail Vikas Nigam Limited may receive.

Yours faithfully,

..

Signature of authorised signatory of Consultant


(Seal)

Address: ..
...
Enclosures: As per ITC Form .1B& 11

Section 3 Page 7 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 2

FORMAT FOR POWER OF ATTORNEY FOR


AUTHORISED SIGNATORY OF SINGLE ENTITY

POWER OF ATTORNEY*

(To be executed on non-judicial stamp paper of the appropriate value in


accordance with relevant stamp Act. The stamp paper to be in the name of the
company who is issuing the power of Attorney)

Know all men by these presents, we


(Name of Consultant with address of the registered office) .. do hereby
constitute, appoint and authorize Mr./Ms. .(name and
residential address .. who is presently employed with us and
holding the position of .. as our attorney, to do in
our name and on our behalf, all such acts, deeds and things necessary in
connection with or incidental to PROJECT MANAGEMENT CONSULTANCY
for

Gauge Conversion of existing Meter Gauge track between Dhasa and


Jetalsar: Construction of roadbed, bridges, supply of ballast, Dismantling of
existing MG track, Installation of track (excluding supply of rails & ordinary
PSC line sleepers), Electrical (General Electrification), Signaling and
Telecommunication works of Bhavnagar Division of Western Railway,
Gujarat, India in 2 (Two) Packages
including signing and submission of all documents and providing
information/responses to Chief Project Manager, RVNL, -------representing
us in all matters, dealing with Rail Vikas Nigam Limited in all matters in
connection with our bid for the said project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said
attorney pursuant to this Power of Attorney and that all acts, deeds and things
done by our aforesaid attorney shall and shall always be deemed to have been
done by us.

Dated this the day of . 2014

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

(Signature and Name in Block letters of Signatory)


Seal of Company

Witness

Section 3 Page 8 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

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

*Notes:

To be executed by Single entity where the competence of the authorised signatory


is not supported by a Board Resolution or General Power of Attorney for such
acts (copy of Board Resolution/GPA to be attached).
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of
the executant (s) and when it is so required the same should be under common
seal affixed in accordance with the required procedure.

Section 3 Page 9 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 3

Consultants Information Sheet

Consultants Information

Consultants legal name

Consultants country and


year of constitution

Consultants year of
Registration in India, if not
constituted in India

Consultants legal address


in country of constitution
and as Registered in India

Details of Consultants
authorized
representative(name,
address, telephone
numbers, fax numbers, e-
mail address)
Number of Engineers with
minimum qualification as
Graduate Engineers
continuing with the firm in
India for at least one year
prior to deadline for
submission of proposals
The Consultant shall attach copies of the following original documents with the
form:
1. In case of single entity, articles of incorporation or constitution of the legal entity
named above.
2. Certificate of Constitution/Registration in India
3. Information of Engineers with minimum qualification of Graduate, continuing with
the Firm in India for more than one year will be submitted in the following format
duly certified by Chartered Accountant.-
Serial Number Name of the Qualification Designation Working
Engineer
( Minimum Since
Graduate)

Section 3 Page 10 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 4
Details of Experience of Project Management Consultancy Service/
Services of Independent Engineer

Fill up one form per contract of PMC /Service of Independent Engineer where
Consultant has rendered services.

Contract No. Contract Name

Actual Completion
Award Date
Date

Category of work (tick as


Railway work/ Highways
applicable)

Total Contract Value of


Consultancy

Total Consultancy Contract


Amount received in INR (for
services rendered in India)
and in US$ (for services
rendered outside India)
%age of Consultancy
Contract Amount received
with respect to total
contract value

If partner in a JV specify
participation in total
Consultancy contract
amountin INR (for services Percent share of Total: Share Amount:
rendered in India) and in
US$ (for services rendered
outside India)

Employers Name, Current


Address and Current
Telephone/Fax Number, E-
mail
Description of the work in accordance with Criteria 5.7.2.2.3 and 5.7.2.4 of Section 2
Detailed Narrative Description of services rendered.
(Give Details of Work that defines the scope relevant to the requirement)

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


issued by the Employer with the form, failing which the claim of the Consultantshall be liable
to be rejected.

Firms Name & Signature of authorized signatory (Seal)

Section 3 Page 11 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form - 5

Net Worth

Consultant must fill in this form

NAME OF CONSULTANT:

Block Year Financial Data for Last 3 Years (in INR for Indian applicants and in
US $ for applicants of other countries)
Year1 Year2 Year3

1. Total Assets

2. Total Liabilities

3. Net Worth
[= 1 2]

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

Section 3 Page 12 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form - 6

Proposal Security
Bank Guarantee
(On non-judicial stamp paper of the appropriate value in accordance with
stamp Act. The stamp paper to be in the name of Executing Bank).
................................[Insert Banks Name, and Address of Issuing Branch or Office]
Beneficiary: ....... [Insert Name and Address of Employer(hereinafter called
the Employer)] ....................................................................
Date: .............................................................................................
Proposal Security No.: ..................................................................................................................................................

We have been informed that . . . . . [Insert name of the Consultant]............


(hereinafter called "the Consultant") intends to submit to you its proposal
(hereinafter called "the Proposal") for the Project Management Consultancy
Services for the. . . . . . . . [insert name of work] . . . . . under Invitation for Request
for Proposals No. . . . . . .dated . . . (the RFP).

WHEREAS, the Consultant is required to furnish Proposal security for the sum of
[Insert Value of Proposal Security required], in the form of bank guarantee,
according to your conditions of RFP.
AND
WHEREAS, ............[Insert Name of the Bank], with its Branch ...............[Insert
Address] having its Headquarters office at........ [Insert Address], hereinafter called
the Bank, acting through ..............[Insert Name and Designation of the authorised
persons of the Bank], have, at the request of the Consultant, agreed to give
guarantee for proposal security as hereinafter contained, in favour of the
Employer:

1. KNOW ALL MEN that by these present that I/We the undersigned [Insert
name(s) of authorized representatives of the Bank],being fully authorized
to sign and incur obligations for and on behalf of the Bank, confirm that the
Bank, hereby, unconditionally and irrevocably guarantee to pay to the
Employer full amount in the sum of [Insert Value of Proposal Security
required] as above stated.

2. The Bank undertakes to immediately pay on presentation of demand by the


Employer any amount up to and including aforementioned full amount
without any demur, reservation or recourse. Any such demand made by the
Employer on the Bank shall be final, conclusive and binding, absolute and
unequivocal on the Bank notwithstanding any disputes raised/ pending before
any Court, Tribunal, Arbitration or any Authority or any threatened litigation
by the Consultant or Bank. The demand made by the Employer shall be final,
conclusive and binding on the Bank.

Section 3 Page 13 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

3. The Bank shall pay the amount as demanded immediately on presentation of


the demand by Employer without any reference to the Consultant and without
the Employer being required to show grounds or give reasons for its demand
of the amount so demanded.

4. The guarantee hereinbefore shall not be affected by any change in the


constitution of the Bank or in the constitution of the Consultant.

5. The Bank agrees that no change, addition, modifications to the terms of the
RFP document or to any documents, which have been or may be made
between the Employer and the Consultant, will in any way release us from the
liability under this guarantee; and the Bank, hereby, waives any requirement
for notice of any such change, addition or modification made by Employer at
any time .

6. This guarantee will remain valid and effective from..[insert date of


issue] till ..[insert date, which should be minimum 42 days beyond the
expiry of proposal validity date in the RFP]. Any demand in respect of this
Guarantee should reach the Bank within the validity period of proposal
security.

7. The Bank Guarantee is unconditional and irrevocable.

8. The expressions Bank and Employer herein before used shall include their
respective successors and assigns.

9. The Bank hereby undertakes not to revoke the guarantee during its currency,
except with the previous consent in writing of the Employer. This guarantee is
subject to the Uniform Rules for Demand Guarantees, ICC Publication No.758.

10. The Guarantee shall be valid in addition to and without prejudice to any other
security Guarantee (s) of Consultant in favour of the Employer . The Bank,
under this Guarantee, shall be deemed as Principal Debtor of the Employer.

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

Witness:

1 Signature Banks Seal


Name & Address & Seal [P/Attorney]No..

2 Signature

Section 3 Page 14 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Name & address & Seal

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

Section 3 Page 15 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form - 7
FORM OF CONTRACTPERFORMANCE SECURITY
(BANK GUARANTEE)
[Refer Clause 10 of Instructions to Consultants]
(On non-judicial stamp paper of the appropriate value in accordance with
stamp Act. The stamp paper to be in the name of Executing Bank).

From:
Name and Address of the Bank..
..
To:

The Chairman and Managing Director,


Rail Vikas Nigam Limited,
1st Floor, August Kranti Bhawan,
Bhikaji Cama Place, R. K. Puram,
New Delhi-110 066.

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

1 KNOW ALL MEN by these present that I/We the undersigned [Insert
name(s) of authorized representatives of the Bank],being fully authorized
to sign and incur obligations for and on behalf of the Bank, confirm that the
Bank, hereby, unconditionally and irrevocably guarantee to pay the
Employer the full amount in the sum of [Insert Value of Performance
Security required] as above stated.

2 The Bank undertakes to immediately pay on presentation of demand by the


Employer any amount up to and including aforementioned full amount
without any demur, reservation or recourse. Any such demand made by the
Employer on the Bank shall be final, conclusive and binding, absolute and
unequivocal notwithstanding any disputes raised/ pending before any Court,
Tribunal, Arbitration or any Authority or any threatened litigation by the
Consultant or Bank. The demand made by the Employer shall be final,
conclusive and binding on the Bank.

Section 3 Page 16 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

3 On payment of any amount less than aforementioned full amount, as per


demand of the Employer, the guarantee shall remain valid for the balance
amount i.e. the aforementioned full amount less the payment made to the
Employer.

4 The Bank shall pay the amount as demanded immediately on presentation of


the demand by Employer without any reference to the Consultant and
without the Employer being required to show grounds or give reasons for
its demand or the amount demanded.

5 The Bank Guarantee shall be unconditional and irrevocable.

6 The guarantee hereinbefore shall not be affected by any change in the


constitution of the Bank or in the constitution of the Consultant.

7 The Bank agrees that no change, addition, modifications to the terms of the
Contract Agreement or to any documents, which have been or may be made
between the Employer and the Consultant, will in any way release us from
the liability under this guarantee; and the Bank, hereby, waives any
requirement for notice of any such change, addition or modification to the
Bank.

8 This guarantee is valid and effective from the date of its issue, which is [insert
date of issue]. The guarantee and our obligations under it will expire on
[Insert the date twenty eight days after the specified completionperiod
for the consultancy contract]. All demands for payment under the
guarantee must be received by us on or before that date.

9 The Bank agrees that the Employers right to demand payment of


aforementioned full amount in one instance or demand payments in parts
totaling up to the aforementioned full amount in several instances will be
valid until either the aforementioned full amount is paid to the Employer or
the guarantee is released by Employer before the Expiry Date.

10 The Bank agrees that its obligation to pay any amount demanded by the
Employer before the expiry of this guarantee will continue until the amount
demanded has been paid in full.

11 The expressions Bank and Employer herein before used shall include their
respective successors and assigns.

12 The Bank hereby undertakes not to revoke the guarantee during its
currency, except with the previous consent in writing of the Employer. This
guarantee is subject to the Uniform Rules for Demand Guarantees, ICC
Publication No.758.

13The Guarantee shall be in addition to and without prejudice to any other


security Guarantee (s) of Consultant in favour of the Employer is available
with the Employer. The Bank, under this Guarantee, shall be deemed as
Principal Debtor of the Employer.

Section 3 Page 17 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Date
Place. [Signature of Authorised person of
Bank]
[Name in Block letters].....
[Designation]..
[P/Attorney]No

Banks Seal
[P/Attorney] No..
Witness :
1. Signature
Name & Address & Seal

2. Signature
Name & address & Seal

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

Section 3 Page 18 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (1/24)
Key Personnel Qualification and Experience

Team Leader/Civil
Name: ___________________________
Date of Birth: ______________________

S. Team Leader/Civil
Qualification Parameters
No. Requirements as per RFP Details
(a) Essential: Graduate Degree in
Civil Engineering from a
recognized institution.

(b) Preferred: Degree/ Diploma in


1. Professional Qualification Project Management/
Construction Management from a
recognized institution or Fellow
of Institution of Engineers/
Institution of P. Way Engineers

(a)Total Professional Experience:


At least 20 years
(b) Relevant Experience:
(i) At least 10 years experience of
handling Railway line/Highway
project(s) as Head/In-charge of
project with Project Management
Consultant or Construction
Agency.
OR
(ii) At least 5 years experience in
SA Grade and above of Engineering
department of Railways and/or
as GM and above in Civil
Engineering department in
2. Length of Experience
RITES/IRCON/RVNL or equivalent
grade in Konkan
Railway/MRVC/DFCCIL/ any
Metro Rail Corporation either
individually or combined. The
person should also meet the
hurdle criteria of having at least 5
years experience in construction of
railway line as Dy.CE/AGM or
above.
OR
(iii) At least 5 years experience as
Chief Engineer (or equivalent) and
above in Government
organizations or as GM (or
equivalent) in PSUs either

Section 3 Page 19 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

S. Team Leader/Civil
Qualification Parameters
No. Requirements as per RFP Details
individually or combined. The
person should also meet the
hurdle criteria of having at least 7
years experience in construction of
Highway project as SE/Dy.
CE/AGM or above.

Note: The experience under


(ii) and (iii) above shall be added
to any experience under (i) to
meet the requirement under (i)
and for assigning of marks.
Does the personnel have any history
of involvement in
vigilance/CBI/SPE/Police case No (If the answer is Yes, then the
3. resulting in major penalty personnel shall be disqualified and his
punishment of CV shall be assigned Zero marks)
removal/dismissal/compulsory
retirement or conviction

Note:
1. The proposed person should not be older than 67 years as on deadline for
submission of proposals.

Section 3 Page 20 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (2/24)

DELETED

Section 3 Page 21 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (3/24)
Key Personnel Qualification and Experience

Project Manager/Civil
Name: ___________________________
Date of Birth: ______________________

Qualification Project Manager


S. No.
Parameters Requirements as per RFP Details
(a) Essential: Diploma in Civil Engineering
from a recognized institution.

(b) Preferred:

(i) Graduate Degree in Civil Engineering from a


Professional
1. recognized institution.
Qualification
(ii) Degree/Diploma in Project Management/
Construction Management from a recognized
institution or Fellow of Institution of
Engineers/ Institution of P. Way Engineers.

(a)Total Professional Experience:


At least 15 years for Graduate Degree holders or
20 years for Diploma holders.

(b) Relevant Experience:


(i) At least 5/7 years (Graduation/Diploma)
experience of handling Railway line/Highway
project(s) as In-charge or one level below the In-
charge of project/specific section of project with
Project Management Consultant or Construction
Agency.
OR
(ii) At least 3 years experience in JA Grade and
above of Engineering department of Railways
and/or as JGM and above in Civil Engineering
2. Length of Experience
department in RITES/IRCON/RVNL or equivalent
grade in Konkan Railway/MRVC/DFCCIL/ any
Metro Rail Corporation either individually or
combined. The person should also meet the
hurdle criteria of having at least 3 years
experience in construction of railway line or
maintenance of Permanent Way/ Bridges but
excluding USFD & Track Machine in any grade.
OR
(iii) At least 3 years experience as Superintending
Engineer (or equivalent) and above in
Government organizations or as JGM (or
equivalent) in PSUs either individually or
combined. The person should also meet the
hurdle criteria of having at least 5 years
experience in construction of Highway project in

Section 3 Page 22 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Qualification Project Manager


S. No.
Parameters Requirements as per RFP Details
any grade.

Note: The experience under (ii) and (iii)


above shall be added to any experience under (i)
to meet the requirement under (i) and for
assigning of marks.

Does the personnel


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

Note:
1. The proposed person should not be older than 67 years as on deadline for
submission of proposals.

2. In case the Project Manager/Civil is not having the relevant Railway


experience then Resident Engineer/Civil reporting to him must have Railway
experience as stipulated in the relevant Form 8A. The Consultants shall
clearly mention in their proposal the name of the Resident Engineer/Civil
with Railway experience who shall be reporting to this Project Manager/Civil
not having relevant Railway experience. If the Consultants fails to mention
the same then zero marks shall be assigned to such proposed person while
evaluating the technical proposal. However, in case it is noted during
evaluation that any Resident Engineer/Civil with the stipulated relevant
Railway experience is available but the Consultant has not indicated his
deployment with any such Project Manager/Civil, the Consultant shall be
given an opportunity by the Employer to comply with the above condition by
way of seeking clarification, whether the Consultant intends to deploy the
said Resident Engineer/Civil with such Project Manager/Civil.

3. The professional qualification in case of ex-Railwayman who has worked in


Gazetted cadre of Engineering department of Railway shall be treated equal
to Diploma in Civil Engineering if the person is having any qualification other
than Diploma/Degree in Civil Engineering.

Section 3 Page 23 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (4/24)

DELETED

Section 3 Page 24 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (5/24)

Key Personnel Qualification and Experience

Resident Engineer / Civil Name____________________________


Date of Birth:______________________

Qualification Resident Engineer/Civil


S. N.
Parameters Requirements as per RFP Details
(a) Essential: Diploma in Civil Engineering from a
recognized Institution.
(b) Preferred:
(i) Graduate Degree in Civil Engineering from a
Professional recognized institution.
1.
Qualification (ii) Degree/Diploma in Project Management/
Construction Management from a recognized
institution or Fellow of Institution of
Engineers/ Institution of P. Way Engineers

(a) Total Professional Experience:


At least 10 years for Graduate Engineer or 15 years
for Diploma holders.

(b) Relevant Experience:


(i)At least 5 years experience of
construction/supervision of Infrastructure projects
of railway line or highway with Project
Management Consultant or Construction Agency.
OR
(ii) At least3 years experience either in Gazetted
cadre of Engineering Department of Railways
and/or as Manager and above in Civil
Engineering department in RITES/IRCON/RVNL or
equivalent grade in Konkan
Railway/MRVC/DFCCIL/any Metro Rail
Corporation either individually or combined. The
Length of person should also meet the hurdle criteria of
2.
Experience having experience of at least three years in Civil
Engineering works related to construction of
Railway line or maintenance of Permanent Way/
Bridges but excluding USFD & Track Machine in
any grade.
OR
(iii) At least 3 years experience as Assistant
Engineer (or equivalent) and above in Government
organizations or as Manager (or equivalent) in PSUs
either individually or combined. The person should
also meet the hurdle criteria of having at least 3
years experience in construction of Highway project
in any grade.

Note: The experience under (ii) and (iii) above


shall be added to any experience under (i) to meet
the requirement under (i) and for assigning of
marks.

Section 3 Page 25 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

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

Note:

1. The proposed person should not be older than 67 years as on deadline for
submission of proposals.

2. The professional qualification in case of ex-Railwayman who has worked in


Gazetted cadre of Engineering department of Railway shall be treated equal to
Diploma in Civil Engineering if the person is having any qualification other than
Diploma/Degree in Civil Engineering.

Section 3 Page 26 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (6/24)

DELETED

Section 3 Page 27 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (7/24)

DELETED

Section 3 Page 28 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (8/24)
Key Personnel Qualification and Experience

Resident Engineer/S&T
Name: ____________________________
Date of Birth: ______________________

S. Qualification Resident Engineer S&T


No. Parameters Requirements as per RFP Details
a) Essential: Diploma in Electronics/Electrical
/Mechanical Engineering from a recognized
institution.
b) Preferred:
(i) Degree in Electronics /Electrical /Mechanical
Professional Engineering from a recognized institution.
1.
Qualification (ii) Degree/Diploma in Project Management/
Construction Management from a recognized
institution or Fellow of Institution of Engineers/
Institution of Railway Signal &
Telecommunication Engineers

a) Total Professional Experience:


At least 10 years for Graduate Engineers or 15 years
for Diploma Engineers
b) Relevant Experience:
(i) At least 3years experience in Gazetted Cadre of
S&T department in Railways and/or as Manager and
above in Signal & Telecommunication Engineering
department in RVNL/RITES/IRCON or equivalent
grade in Konkan Railway/ MRVC/DFCCIL/ any Metro
Rail Corporation either individually or combined.
The person should also meet the hurdle criteria of
having experience of at least three years in
Length of execution/ commissioning/ maintenance of Railway
2.
Experience signaling works in any grade.
Or
(ii) Minimum professional experience of 5 years as
In-charge or one level below the In-charge of
signaling works of Railways with Signaling
Contractors for RRI/SSI/PI and/or as Expert (S&T)
or equivalent or higher with Project Management
Consultants for RRI/SSI/PI either individually or
combined. The person must have successfully passed
initial training course for apprentice JE(Signal)/
SE(Signal)/ Probationer (IRSSE) or equivalent
course at IRISET/ Secunderabad or
Conversion/Integration course for Group B Railway

Section 3 Page 29 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

S. Qualification Resident Engineer S&T


No. Parameters Requirements as per RFP Details
Officers at IRISET/Secunderabad or should be a IRSE
License holder.

Note: The experience under (i) above shall be added to


any experience under (ii) to meet the requirement
under (ii) and for assigning of marks.
Does the
personnel have
any history of
involvement in
vigilance/CBI/
SPE/Police
case resulting No(If the answer is Yes, then the personnel shall be
3.
in major disqualified and his CV shall be assigned Zero marks)
penalty
punishment of
removal/dismi
ssal/compulsor
y retirement or
conviction.

Note :

1. The proposed person should not be older than 67 years as on deadline for
submission of proposals.
2. The professional qualification in case of ex-Railwayman who has worked in
Gazetted cadre of Signalling and Telecommunication Engineering department
of Railway shall be treated equal to Diploma in
Electronics/Electrical/Mechanical Engineering if the person is having any
qualification other than Diploma/Degree in Electronics/Electrical
/Mechanical Engineering.

Section 3 Page 30 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (9/24)

DELETED

Section 3 Page 31 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (10/24)

Key Personnel Qualification and Experience


Civil Engineering Expert (CE-I)
Name: ___________________________

Date of Birth:______________________

Qualification Civil Engineering Expert (CE-I)


S.N.
Parameters Requirements as per RFP Details
Professional Preferably Degree and at least
1.
Qualification Diploma in Civil Engineering.
2 years for Degree holder and 5
2. Length of Experience
years for Diploma holder.
Construction of Earth work/
bridges/buildings in Railway/
3. Relevant Experience
Road/Irrigation works for at least 1
year.
Does the personnel
have any history of
involvement in
vigilance/CBI/SPE/Pol
ice case resulting in
4. No
major penalty
punishment of
removal/dismissal/co
mpulsory retirement
or conviction

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

2. The professional qualification requirement can be relaxed in case of


Ex-Railway man who has worked in a position of Section Engineer or
above and has relevant experience with total length of experience
not less than that prescribed for minimum professional qualification.

Section 3 Page 32 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (11/24)

Key Personnel Qualification and Experience

Civil Engineering Expert (CE-II) Bridge Expert


Name: ___________________________

Date of Birth:______________________

Qualification Bridge Expert


S.N.
Parameters Requirements as per RFP Details
Preferably Degree and at least
1. Professional Qualification
Diploma in Civil Engineering.
3 years for Degree holder and
2. Length of Experience
7 years for Diploma holder.
Construction of Bridges with
3. Relevant Experience
PSC spans for at least 2 years.
Does the personnel have
any history of
involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/dismissal/comp
ulsory retirement or
conviction.

Note:-

1. The proposed person should not be older than 50 years as on


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

2. The professional qualification requirement can be relaxed in case of


Ex-Railway man who has worked in a position of Section Engineer or
above and has relevant experience with total length of experience
not less than that prescribed for minimum professional qualification.

Section 3 Page 33 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (12/24)

Key Personnel Qualification and Experience

P. Way Expert
Name: ___________________________

Date of Birth: ______________________

Qualification P. Way Expert


S. No.
Parameters Requirements as per RFP Details
Preferably Degree in Civil
Professional Engineering and at least Diploma in
1.
Qualification Civil Engineering OR Diploma in
Railway Engineering by IPWE
3 years for Degree holder and 7
2. Length of Experience
years for Diploma holder
Experience in track laying in
3. Relevant Experience construction of Railway Lines or
Track Renewals for at least 2 years
Does the personnel
have any history of
involvement in
vigilance/CBI/SPE/Poli
ce case resulting in
4. No
major penalty
punishment of
removal/dismissal/co
mpulsory retirement
or conviction

Note:-

1. The proposed person should not be older than 67 years as on deadline


for submission of proposals. However, in exceptional circumstances
Employer (concerned Executive Director) may permit at his sole
discretion, persons older than 67 years but not older than 70 years after
considering his physical and overall fitness to perform the desired duties.

2. The professional qualification requirement can be relaxed in case of Ex-


Railway man who has worked in a position of Section Engineer or above
and has relevant experience with total length of experience not less than
that prescribed for minimum professional qualification.

Section 3 Page 34 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (13/24)

Key Personnel Qualification and Experience

Electrical Expert (General)


Name: _________________
Date of Birth: _____________

Electrical Expert (General)


S. Qualification
N. Parameters
Requirements as per RFP Details
Degree/Diploma in Electrical
1. Professional Qualification
Engineering,
3 years for Degree holder and 7
2. Length of Experience
years for Diploma holder
Maintenance or construction of
3. Relevant Experience Electrical Services works for 2
years.
Does the personnel have
any history of
involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/dismissal/comp
ulsory retirement or
conviction.
Note:

1. The proposed person should not be older than 50 years as on deadline


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

2. The professional qualification in case of ex-Railwayman who has


worked as Section Engineer in Electrical Engineering department of
Railway shall be treated equal to Diploma in Electrical Engineering if
the person is having any qualification other than Diploma/Degree in
Electrical Engineering.

Section 3 Page 35 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (14/24)

DELETED

Section 3 Page 36 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (15/24)

Key Personnel Qualification and Experience


S&T Expert
Name: _________________
Date of Birth: _____________

Qualification S & T Expert


S. N.
Parameters Requirements as per RFP Details
Professional Degree/Diploma in Electronics /Electrical/Mechanical
1.
Qualification Engineering from a recognized institution
i) Total Professional Experience of 5 years for
Graduate Engineers or 7 years for Diploma
Engineers in Infrastructure Projects of Signalling.
Out of the total experience at least 3 years (for
Graduates) & 5 years (for Diploma holders) shall
be with Project Management Consultants and/or
with Signalling Contractors for RRI/SSI/PI either
individually or combined.
OR
ii) having at least 7 years experience as JE(Signal)
and above in S&T Department of Railways
and/or as Sr Executive and above in Signal &
Telecommunication Engineering department in
RITES/ IRCON/RVNL or equivalent grade in
Konkan Railway/MRVC/DFCCIL/ any Metro Rail
Corporation and/or as Site Engineer(S&T) and
above in RVNL or similar contract employment in
RITES/IRCON either individually or combined.
Length of
2. OR
Experience
iii) having 5 years experience as SE(Signal) and
above in S&T Department of Railways and/or as
Assistant Manager and above in Signal &
Telecommunication Engineering department in
RITES/IRCON/RVNL or equivalent grade in
Konkan Railway/MRVC/DFCCIL/ any Metro Rail
Corporation and/or as Sr Site Engineer(S&T) and
above in RVNL or similar contract employment in
RITES/IRCON either individually or combined.

Note: The incumbent (other than those having requisite


experience as per (i) above with Project Management
Consultants) must have successfully passed the training
course for Junior Engineer(Signal) or above at
IRISET/Secunderabad or from Zonal STTC or should be
a IRSE License holder. However, the Employer at its sole
discretion may accept a personnel not having passed
such training course with the undertaking from the

Section 3 Page 37 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Qualification S & T Expert


S. N.
Parameters Requirements as per RFP Details
Consultant that he will depute such person for training
at his own cost as per instructions of the Employer
failing which services of the incumbent will be liable to
be terminated. Till successful completion of training,
such personnel shall be paid @ 90% of the accepted rate
for that category. No remuneration shall be payable by
the Employer for such persons during the training
period.

Relevant Experience in Installation, testing & commissioning of


3.
Experience RRI/PI/SSI for at least 3 years.
Does the
personnel have
any history of
involvement in
vigilance/CBI/
SPE/Police
case resulting
4. No
in major
penalty
punishment of
removal/dismi
ssal/compulsor
y retirement
orconviction

Note:
1. Separate sheet for each Signaling and Telecommunication Expert may
be used.
2. The proposed person should not be older than 67 years as on deadline
for submission of proposals. However, in exceptional circumstances
Employer (concerned Executive Director) may permit at his sole
discretion, a person older than 67 years but not older than 70 years
after considering his physical and overall fitness to perform the desired
duties.
3. The professional qualification requirement can be relaxed in case of ex-
railway men who has worked in a position of Junior Engineer or above
and has relevant experience with total length of experience not less than
that prescribed for minimum professional qualification.

Section 3 Page 38 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (16/24)
Key Personnel Qualification and Experience

Signal Design Expert


Name: _________________
Date of Birth: _____________

Qualification Signal Design Expert


S. N.
Parameters Requirements as per RFP Details
Degree/Diploma in Electronics
Professional /Electrical/Mechanical Engineering from a
1.
Qualification recognized institution

i) Total Professional Experience of 5 years for


Graduate Engineers or 7 years for Diploma
Engineers in designing Railway Signalling.
Out of the total experience at least 3 years
(for Graduates) & 5 years (for Diploma
holders) shall be with Project Management
Consultants and/or with Signalling
Contractors for RRI/SSI/PI and/or with
OEMs of Electronic Interlocking system
either individually or combined.
OR
ii) having at least 7 Years experience in
designing as JE(Signal) / JE(Design) and
above in S&T Department of Railways
and/or as Sr Executive and above in Signal
& Telecommunication Engineering
department in RITES/ IRCON/RVNL or
Length of equivalent grade in Konkan
2.
Experience Railway/MRVC/DFCCIL/ any Metro Rail
Corporation either individually or
combined.
OR
iii) having 5 years experience in designing as
SE(Signal) / SE(Design) and above in S&T
Department of Railways and/or as
Assistant Manager and above in Signal &
Telecommunication Engineering
department in RITES/IRCON/RVNL or
equivalent grade in Konkan
Railway/MRVC/DFCCIL/ any Metro Rail
Corporation either individually or
combined.

Note: The incumbent must have successfully passed


the training course for Junior Engineer(Signal) /
Junior Engineer(Design) or above at

Section 3 Page 39 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Qualification Signal Design Expert


S. N.
Parameters Requirements as per RFP Details
IRISET/Secunderabad or from Zonal STTC or should
be a IRSE License holder. However, the Employer at
its sole discretion may accept a personnel not having
passed such training course with the undertaking
from the Consultant that he will depute such person
for training at his own cost as per instructions of the
Employer failing which services of the incumbent will
be liable to be terminated. Till successful completion
of training, such personnel shall be paid @ 90% of
the accepted rate for that category. No remuneration
shall be payable by the Employer for such persons
during the training period.

Relevant Experience in designing of installation, testing &


3.
Experience commissioning of RRI/PI/SSI for at least 3 years.
Does the
personnel have
any history of
involvement in
vigilance/CBI/SPE
/Police case
resulting in major
4. No
penalty
punishment of
removal/
dismissal/
compulsory
retirement or
conviction

Note:
1. Separate sheet for each Signal Design Expert may be used.
2. The proposed person should not be older than 67 years as on deadline
for submission of proposals. However, in exceptional circumstances
Employer (concerned Executive Director) may permit at his sole
discretion, a person older than 67 years but not older than 70 years
after considering his physical and overall fitness to perform the desired
duties.
3. The professional qualification requirement can be relaxed in case of ex-
railway men who has worked in a position of Junior Engineer or above
and has relevant experience with total length of experience not less than
that prescribed for minimum professional qualification.
4. The place /office of posting of Signal Design Expert shall be either PMC
office or RVNL PIU office as decided by RVNL.

Section 3 Page 40 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (17/24 /)

DELETED

Section 3 Page 41 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (18/24)

Qualification and Experience for Quality Control Expert

Quality Control Expert


Name: ___________________________
Date of Birth:______________________

Qualification Quality Control Expert


S.N.
Parameters Requirements as per RFP Details
Professional Preferably Degree or at least
1.
Qualification Diploma in Civil Engineering.
2 years for Degree holder and 5
2. Length of Experience
years for Diploma holder.
At least 2 years as
Supervisor and above in Quality
3. Relevant Experience
Control in Construction of
Rail/Road Projects.
Does the personnel
have any history of
involvement in
vigilance/CBI/SPE/P
olice case resulting in
4. major penalty No
punishment of
removal/dismissal/c
ompulsory
retirement or
conviction

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

Section 3 Page 42 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (19/24)
Qualification and Experience for Supervisor
S&T Supervisor
Name: ___________________________
Date of Birth:______________________
S. Qualification S&T Supervisor
N. Parameters Requirements as per RFP Details
ITI or Diploma in Electronics/
Professional Electrical/Mechanical Engineering from recognized
1.
Qualification
institution.
i) Total Professional Experience of 3 years for
Diploma Holders or 5 years for ITI in
Infrastructure Projects of Signalling with the
Signalling Contractors for RRI/SSI/PI.

OR
ii) having at least 3 years experience as supervisor
and above in Infrastructure Projects of Signalling
with Project Management Consultant for
RRI/SSI/PI

OR
iii) having at least 7 years experience in maintenance
of RRI/PI/SSI as ESM and above or 5 years
construction experience as ESM and above in S&T
Department of Railways.

OR
Length of iv) having 3 years experience in Infrastructure
2.
Experience
Projects of Signalling for RRI/SSI/PI as Executive
and above in RITES/ IRCON/RVNL or equivalent
grade in Konkan Railway/MRVC/DFCCIL/ any
Metro Rail Corporation and/or as Jr Site
Engineer(S&T) and above in RVNL or similar
contract employment in RITES/IRCON.

Note: The incumbent (other than those having


requisite experience as per (ii) above with Project
Management Consultants) must have successfully
passed training course for ESM at Zonal System
Technical Training Centre for a) and b) above.
However, the Employer at its sole discretion may
accept a personnel not having passed such training
course with the undertaking from the Consultant that
he will depute such person for training at his own
cost as per instructions of the Employer failing which
services of the incumbent will be liable to be
terminated. Till successful completion of training,

Section 3 Page 43 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

S. Qualification S&T Supervisor


N. Parameters Requirements as per RFP Details
such personnel shall be paid @ 90% of the accepted
rate for that category. No remuneration shall be
payable by the Employer for such persons during the
training period.

Relevant Experience in maintenance/Installation, testing &


3.
Experience commissioning of RRI/PI/SSI for at least 3 years.
Does the
personnel have
any history of
involvement in
vigilance/CBI/S
PE/Police case
4. resulting in No
major penalty
punishment of
removal/dismis
sal/compulsory
retirement
orconviction

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

Section 3 Page 44 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

shall be designated as Supervisors and they shall be entitled for 100% of


the accepted rate for that category. If the trainee is not found suitable, his
training can be extended for further 3 months at the sole discretion of
GM(S&T) otherwise he shall be replaced by the Consultant.

Section 3 Page 45 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (20/24)

Qualification and Experience for Supervisor

Asst Expert Railway Operation and safety


Name: ___________________________
Date of Birth:______________________

Asst Expert railway Operation and Safety


S.N. Qualification Parameters
Requirements as per RFP Details
Qualified Professional preferably
having Degree or Diploma or
1. Professional Qualification
should have minimum passed
10+2 class.
Minimum 5 years in Railway
2. Length of Experience Traffic department as SM/TI and
above.
SWR, Safety related items and
3. Relevant Experience
Operational matters.
Does the personnel have any
history of involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/dismissal/compuls
ory retirement orconviction
Note:-
The proposed person should not be older than 67 years as on
deadline for submission of proposals. However, in exceptional
circumstances Employer (concerned Executive Director) may permit
at his sole discretion, a person older than 67 years but not older than
70 years after considering his physical and overall fitness to perform
the desired duties.

Section 3 Page 46 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (21/24)
Qualification and Experience for Supervisor

Supervisor - Civil Engineering


Name: ___________________________
Date of Birth:______________________

Qualification Supervisor - Civil Engineering


S.N.
Parameters Requirements as per RFP Details
Minimum ITI (Civil) or+2(Science),
1. Professional Qualification Diploma in Civil Engineering is
preferable.
Minimum 5 years.
2. Length of Experience (2 years for Diploma holder and
one year for degree holder)
At least 2 years (1 year for
Diploma/degree holder)
experience of Civil works as
Supervisor or in higher capacity
or
3. Relevant Experience
At least 2 years(1 year for
Diploma/degree
holder)experience as Works
Supervisor/JE(Works)or above in
Railways.
Does the personnel have
any history of
involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/dismissal/comp
ulsory retirement or
conviction.

Note:

1. The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer
(concerned Executive Director) may permit at his sole discretion, a person
older than 50 years but not older than 67 years after considering his
physical and overall fitness to perform the desired duties subject to the
condition that the total number of experts / supervisors (except S&T, Signal
Design, P. Way & Electrical (GS) Experts and Asst Expert - Railway
Operation and Safety) more than 50 years of age should not be more than
50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-
Railway man who has worked in a position of Works Supervisor/JE(Works)
or above and has relevant experience with total length of experience not
less than that prescribed for minimum professional qualification.

Section 3 Page 47 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

3. Up to a maximum of 25% of total Supervisors in the above category may be


fresh Graduates or Diploma holders in Civil Engineering. However, the fresh
Graduates/Diploma holders shall be designated as Trainee Supervisors for
the initial 6 months period and they shall be paid @ 75% of the accepted
rate for the category. After successful completion of 6 months of on the job
training, these Trainee Supervisors shall be interviewed by the CPM and if
found suitable they shall be designated as Supervisors and shall be entitled
for 100% of the accepted rate for that category. If the trainee is not found
suitable, his training can be extended for a further period of 3 months at the
sole discretion of CPM, otherwise he shall be replaced by the Consultant.

Section 3 Page 48 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (22/24)

Qualification and Experience for Surveyor


Surveyor
Name: ___________________________
Date of Birth:______________________

Surveyor
S.N. Qualification Parameters
Requirements as per RFP Details
Minimum ITI (Survey) or
1. Professional Qualification
Diploma in Civil Engineering
Minimum 2 years for Diploma
2. Length of Experience holder and 1 year for degree
holder.
At least 1 year as Surveyor in
3. Relevant Experience Construction of Rail/Road
Projects
Does the personnel have any
history of involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/dismissal/compuls
ory retirement or conviction.

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

2. The professional qualification requirement can be relaxed in case of Ex-


Railway man who has worked in a position of Junior Engineer or above and
has relevant experience with total length of experience not less than that
prescribed for minimum professional qualification.

Section 3 Page 49 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (23/24)

Qualification and Experience for Supervisor

Supervisor - Electrical Engineering (GS)

Name: ___________________________
Date of Birth:______________________

Electrical Engineering (OHE/TSS/GS/SCADA)


S.N. Qualification Parameters
Requirements as per RFP Details
Minimum ITI (Electrician)
or +2 (Science), Diploma
in Electrical/ Electronics/
1. Professional Qualification
Mechanical Engineering from a
recognized institution is
preferable.
Minimum 10 years.
2. Length of Experience (5 years for Diploma Holder and 2
years for degree holder)
Experience in maintenance/
construction of OHE & PSI work of
Railway Electrification, 3 years for
3. Relevant Experience
Diploma holders, 2 years for
degree holders and 5 years for
others.
Does the personnel have any
history of involvement in
vigilance/CBI/SPE/Police
4. case resulting in major No
penalty punishment of
removal/dismissal/compulso
ry retirement or conviction.

Note:
1. The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer
(concerned Executive Director) may permit at his sole discretion, a person
older than 50 years but not older than 67 years after considering his
physical and overall fitness to perform the desired duties subject to the
condition that the total number of experts / supervisors (except S&T, Signal
Design, P. Way & Electrical (GS) Experts and Asst Expert - Railway
Operation and Safety) more than 50 years of age should not be more than
50% of the total.
2. The Professional Qualification requirements can be relaxed in case of Ex-
Railway men who has worked in a position of Junior Engineer or above in
the respective department of Railway and has relevant experience with
total length of experience not less than that prescribed for minimum
professional qualification.

Section 3 Page 50 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

3. Up to a maximum of 25% of total Supervisors in the above category may be


fresh Graduates or Diploma holders in Electrical/Electronics/Mechanical
Engineering. However, the fresh Graduates/Diploma holders shall be
designated as Trainee Supervisors for the initial 6 months period and they
shall be paid @ 75% of the accepted rate for the category. After successful
completion of 6 months of on the job training, these Trainee Supervisors
shall be interviewed by the CPM/GM (Electrical) and if found suitable they
shall be designated as Supervisors and shall be entitled for 100% of the
accepted rate for that category. If the trainee is not found suitable, his
training can be extended for a further period of 3 months at the sole
discretion of CPM/GM (Electrical), otherwise he shall be replaced by the
Consultant.

Section 3 Page 51 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Form 8A (24/24)
Qualification and Experience for Supervisor

Supervisor P. Way
Name: ___________________________
Date of Birth:______________________

Qualification Supervisor P. Way


S.N.
Parameters Requirements as per RFP Details
Minimum ITI (Civil) or
+2(Science),
Professional
1. Diploma in Civil Engineering or
Qualification
Diploma in Railway Engineering
by IPWE is preferable.
Minimum 5 years.
(2 years for Diploma holder and
2. Length of Experience
one year for degree (Civil
Engineering) holder)
At least 2 years (1 year for
Diploma/degree holder)
experience of track laying in
construction of Railway Lines or
Track Renewals for as Supervisor
3. Relevant Experience or in higher capacity
or
At least 2 years (1 year for
Diploma/degree holder)
experience as P.Way Supervisor
/JE(P.Way) or above in Railways.
Does the personnel have
any history of
involvement in
vigilance/CBI/SPE/Polic
4. e case resulting in major No
penalty punishment of
removal/dismissal/comp
ulsory retirement or
conviction.

Note:
1. The proposed person should not be older than 50 years as on deadline for
submission of proposals. However in exceptional circumstances Employer
(concerned Executive Director) may permit at his sole discretion, a person
older than 50 years but not older than 67 years after considering his
physical and overall fitness to perform the desired duties subject to the
condition that the total number of experts / supervisors (except S&T, Signal
Design, P. Way & Electrical (GS) Experts and Asst Expert - Railway
Operation and Safety) more than 50 years of age should not be more than
50% of the total.
2. The professional qualification requirement can be relaxed in case of Ex-
Railway man who has worked in a position of P. Way Supervisor/JE(P. Way)

Section 3 Page 52 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

or above and has relevant experience with total length of experience not
less than that prescribed for minimum professional qualification.
3. Up to a maximum of 25% of total Supervisors in the above category may be
fresh Graduates or Diploma holders in Civil Engineering or Diploma in
Railway Engineering by IPWE. However, the fresh Graduates/Diploma
holders shall be designated as Trainee Supervisors for the initial 6 months
period and they shall be paid @ 75% of the accepted rate for the category.
After successful completion of 6 months of on the job training, these Trainee
Supervisors shall be interviewed by the CPM and if found suitable they shall
be designated as Supervisors and shall be entitled for 100% of the accepted
rate for that category. If the trainee is not found suitable, his training can be
extended for a further period of 3 months at the sole discretion of CPM,
otherwise he shall be replaced by the Consultant.

Section 3 Page 53 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 8B

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

SUMMARY OF INFORMATION OF PROPOSED PERSONNEL:

S.N Family Proposed Nationality Name of Length of Education/ No. of years Total CV
Name, position the Firm service Degree of relevant Experience Signature
First for the with the (Year/ project since (by
Name project Firm Institution) experience Completion Personnel
of Education and by
in no. of authorised
years Signatory
of
consultant)

Signature of Consultant(Authorized signatory)

Seal
Full Name
Title
Address ...

Section 3 Page 54 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 8C (1/3)

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

CURRICULUM VITAE (CV) FORMAT TO BE SUBMITTED WITH PROPOSAL FOR


THE PROJECT MANAGER(S) AND RESIDENT ENGINEER(S). FOR OTHER
PERSONNEL TO BE SUBMITTED LATER AS PER RFP.

1. PROPOSED POSITION :
2. NAME :
3. DATE OF BIRTH :
4. NATIONALITY :
5. PERSONAL ADDRESS :
TELEPHONE NO. :
MOBILE NO. :
FAX NO.
E-MAIL ADDRESS :
6. EDUCATION :
(The years in which various
Qualifications were obtained
must be stated) :
7. OTHER TRAINING :
8. LANGUAGE & DEGREE OF :
PROFICIENCY :
9. MEMBERSHIP IN :
PROFESSIONAL SOCIETIES :
10. COUNTRIES OF WORK
EXPERIENCE :
11. EMPLOYMENT RECORD : Starting with present position, list in
reverse order every employment held
and state the start and end dates of
each employment)
From To Name of Name of the Position Mention whether Description of Any
Employer Project, Specific Held worked as In- Duties other
section of charge or one level discharged relevant
Project, location below the In- including facts
& length charge of the Works
Project/section of Undertaken
the project or any
other capacity

Section 3 Page 55 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 8C (Contd2/3)
Notes:

1. Under column Position held, mention the designation held i.e. Team Leader,
Project Manager, Sr. Engineer etc. and clearly state if you were an employee of
any Firm along with your designation or have worked as a consultant or an
adviser.
2. In case person has held more than one position in the same project, separate
entry for each such position should be made in the above table.
3. Under the column Description of Duties discharged including Works
Undertaken, clearly mention the type of work undertaken/supervised such as
steel/PSC bridge construction, signalling work, OHE construction or
maintenance work etc as applicable.
4. In case, only month & year are mentioned instead of exact dates for any
employment in From and To columns above, then for calculation purposes,
total period for that employment will include intervening months plus one
month for that employment.

12. CERTIFICATION (Please follow exactly the following format. Omission will
be seen as noncompliance)

(i) I, the undersigned Certify that, to the best of my knowledge and


belief, this bio-data correctly describes my qualifications, my
experience and myself. I understand that any wilful misstatement
described herein may lead to my disqualification or dismissal, if
engaged.

(ii) I have not been removed by Competent Authority of RVNL from any
of the RVNL works without completing my assignment and shall be
available to work with the consultants. In case I leave the assignment
without approval of RVNL or I am removed by RVNL on account of
some default, RVNL would be at liberty to take appropriate action
against me including debarment for up to Three Years.
(iii) I am willing to undertake the assignment and ensure my availability
for the duration of the assignment.

(a) I have no history of involvement in Vigilance/CBI/Police Case,


resulting in major penalty punishment of
removal/dismissal/compulsory retirement or conviction.

(b) I have never been debarred from Project Management


Consultancy by RVNL.
Or

Section 3 Page 56 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 8C (Contd3/3)

(c) I was debarred from Project Management Consultancy by RVNL


for .... years from ../../.. to ../../.. and period of debarment is now
over.

Note: Score out Item which is not applicable to you in (b) or (c) above. Fill up blanks
with requisite details in case (c) is applicable.

SIGNATURE OF PROPOSED PERSONNEL ..

DATE OF SIGNING:..DayMonth .Year..

Certified that information stated above has been verified by me.

13. NAME OF RE/CIVIL REPORTING TO PM/CIVIL:


(To be submitted only in case of PM/Civil is not having relevant
Railway experience)

Signature of Consultant ( Authorized signatory)

Seal
Full Name
Title
Address ...

Section 3 Page 57 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 9
APPROACH & METHODOLOGY PROPOSED FOR PERFORMING THE
ASSIGNMENT

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

The approach and methodology will be detailed precisely under the


following topics:

1. Understanding of the assignment


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

Section 3 Page 58 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 10

Firms Audited Financial Data for last 3 financial years:

Turnover from Consultancy Services


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

Total Turnover of 3 years

Average Annual Turnover

Note:
1. Please provide Audited Balance Sheets/Profit & Loss Accounts in
support of Information given above. In the event that the audited
accounts for the latest Financial Year (Financial year immediately
preceding current financial year in which the bid is being opened) are
not available, the Consultant shall furnish information pertaining to last
three financial years after ignoring the latest financial year.
2. Form 10 should be certified by Chartered Accountant.
3. In case a subsidiary is using credentials of parent/holding company in
terms of ITC 1.2.2 I, figures and supporting documents of the
parent/holding company shall be submitted.
4. For filling up this form, in case the turnover figures of applicants
utilising the credentials of foreign parent/holding company are in any
currency other than US $, the same shall be converted to US$ as on the
date 28 (twenty eight) days prior to the deadline for submission of
proposals. The conversion rate of such currencies shall be the daily
representative exchange rates published by the International Monetary
Fund for the relevant date.

Section 3 Page 59 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 11
(On letter head of the Consultant)
Remuneration: Proposed Billing Rates for Key Personnel, Supervisors and Office
Staff Team

Sl. Expert/Site Supervisors Team Quantity Unit Rate (in Rs.) Amount
No. (By Designation) (in Rs.)
In In In
Figures Words Figures
A. Key Personnel
1 Team Leader/Civil 54 Person
months
2 Project Manager (PM)/Civil 108 Person
months
3 Resident Engineer (RE)/Civil 108 Person
months
4 Resident Engineer (RE)/S&T 108 Person
months
5 CE-I - Civil Engineer Expert 204 Person
months
6 CE-II - Bridge Expert 102 Person
months
7 Permanent Way Expert 102 Person
months
8 Electrical Expert (General) 102 Person
months
9 Signal & Telecom Expert 108 Person
months
10 Signal Design Expert 48 Person
months
11 Quality Control Expert 96 Person
months
(B) Supervisors
1 Supervisor S & T 204 Person
months
2 Asstt Expert Railway Operation 96 Person
and Safety months

3 Supervisor - Civil Engineering 552 Person


months

4 Surveyor 96 Person
months
5 Supervisor Electrical 96 Person
Engineering (GS) months

6 Supervisor P. Way 96 Person


months

Section 3 Page 60 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Sl. Expert/Site Supervisors Team Quantity Unit Rate (in Rs.) Amount
No. (By Designation) (in Rs.)
In In In
Figures Words Figures
(C) Office Staff Team
1 Computer Operator cum 108 Person
Stenographer months
2 Clerk cum Record cum Store 108 Person
keeper months
3 Office Attendant/Chainman 300 Person
months
4 Draftsman (Civil) 102 Person
months
5 Draftsman (S&T) 54 Person
months
6 Estimator 54 Person
months
7 Accountant 54 Person
months
Total

Total amount in words: Rupees. _______________________________only.

Note:

1. The remuneration for person months shall include the payments to personnel
(towards salary& allowances, leave salary, medical insurance, PF contribution of
the employer and any other payment required as per extent laws), expenditure
allowances, overheads & profit, and all Taxes and Cess thereon (excluding
service tax). Other reimbursable expenditures as stipulated in RFP document will
be over and above this. The applicant should especially note the following;

a) The personnel shall not be entitled to be paid for overtime nor to take paid
sick leave or vacation leave. The Consultants remuneration shall be deemed
to cover these items.
b) Provisions of section 1.11 of Section 5 (GCC) regarding minimum monthly
payment to personnel should be kept in view while quoting the rates.

2. Employer reserves the right to reduce the numbers and estimated person
months of key personnel and Office Staff without any claim on either side.

Section 3 Page 61 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

3.
a. The Employer has to make available Designs and Drawings for all
Civil Engineering Structures including Bridges. The Contractor
executing the works will make out Designs and Drawings for
temporary works required for execution of works.

b. The contractor executing the works will make out the necessary
Designs and Drawings required for Electrical works.

c. The approved Design and Drawings mentioned above will require


to be checked by PMC for minor changes (e.g. change in foundation
design because of variations of SBC, non-availability of the
reinforcement shown in the drawing etc.). Checking of Design and
Drawings for all temporary works(except that of the launching
scheme for triangulated steel girders), and checking of Design and
Drawings for Electrical and S&T works(e.g. Signal Interlocking
Plan, Selection Table, Circuit diagram, cable layout drawings,
modification of Overhead Power Lines etc.) will be done by PMC.

d. If in any bridge or structure for which the earlier scope in general


arrangement drawings has to be completely revised then such
bridge or structure shall require fresh preparation of GAD &
design which shall be got done by Employer.

4. Environmental Expert (if person months for Environment Expert are


indicated in Form 11) will be required to visit the project site as per
requirement and his number of days on duty shall be counted for the days
he remains at project site plus one day towards travel time for each visit.The
payment shall be made for each number of days spent on duty @ 1/30 th of
the accepted person month rate.

Authorised Signatory

Name ..
Address
Seal.

Section 3 Page 62 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 12

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY THE CONSULTANT


ALONGWITH THE PROPOSAL

(To be executed in presence of Public Notary on non-judicial stamp paper of


the appropriate value in accordance with relevant stamp Act. The stamp
paper has to be in the name of the Consultant)**

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


signatory of the Consultant, M/s. ________ (hereinafter called the consultant)
for the purpose of the Proposal for the Project Management Consultancy of
_________ as per the RFP No._________ of RVNL, do hereby solemnly affirm and
state on behalf of the Consultant as under:
*1. That the Consultant has not been Blacklisted/ banned for business
dealing for all Government Departments, or by Ministry of
Railways or by RVNL at any time and/or no such blacklisting is in
force as on the deadline for submission of proposals.
*2 That none of the previous contracts of the Consultant had been
terminated/rescinded for Consultants failure by Rail Vikas Nigam
Ltd. during the period of last 2 years before the deadline for
submission of proposals.
(Add Proviso of Clause 1.2.2VII(ii) of ITC suitably, if any Contract
was so terminated).
3. That the Consultant is neither Bankrupt/Insolvent nor is in the
process of winding-up nor such a case is pending before any Court
on the deadline of submission of the proposals.
*4. That the name of the Consultant is not on the list of Poor Performer
of RVNL as on the deadline for submission of proposals.
5. We declare that the Consultant have not either changed their name
or created a new business entity as covered by the definition of
Allied Firm under para 1102 (iii) of chapter XI of Vigilance Manual
of Indian Railways with latest amendments and corrections
(available on website of Indian Railways), consequent to having been
banned business dealings or suspended business dealings or having
been declared as poor performer.
6. We declare and certify that we have not made any misleading or
false representation in the forms, statements and attachments in
proof of the qualification requirements.
7. We declare that the information and documents submitted along
with the proposal by us are correct and we are fully responsible for
the correctness of the information and documents, submitted by us.
8. We understand that in case we cease to fulfill the
requirements of the eligibility and qualifying criteria at
any time after opening of proposals and till finalization of
proposals, it will be our bounden duty to inform the
Employer of our changed status immediately and in case
of our failure to do so, our proposal shall be rejected and
proposal security shall be forfeited. In case such failure
comes to the notice of Employer at any time after award
of the contract, it will lead to termination of the contract
and forfeiture of Proposal or Performance Security. We
shall also be liable for Banning of Business dealings upto
a period of five years.

Section 3 Page 63 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

9. We understand that if the contents of the affidavit are found to be


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

SEAL AND SIGNATURE OF THE CONSULTANT

Verification:

Verified on ______ day of _____ at _________ that the contents of the


above mentioned affidavit are true and correct and nothing material has
been concealed there from.

SEAL AND SIGNATURE OF THE CONSULTANT

*Modify the contents wherever necessary, in terms of sub-clause 1.2.2 ITC.


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

Section 3 Page 64 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 13

DELETED

Section 3 Page 65 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

FORM 14
FORMAT FOR UNDERTAKING TO BE SUBMITTED BY PARENT/HOLDING COMPANY OF THE
CONSULTANT (To be submitted in case the Consultant is utilizing credentials of
Parent/Holding Company)
((To be executed on the letter head of the parent/holding company)**

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


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

SIGNATURE OF THE AUTHORISED SIGNATORY

SEAL OF THE PARENT COMPANY

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

# The documentary proof for authorizing the signatory on behalf of the


parent company in the form of Resolution of the company, power of attorney
etc as applicable.

Section 3 Page 66 of 66
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

TERMS OF REFERENCE

PROJECT MANAGEMENT CONSULTANCY

FOR

EXECUTION OF THE WORKS INVOLVED IN

Gauge Conversion of existing Meter Gauge track between Dhasa and Jetalsar: Construction
of roadbed, bridges, supply of ballast, Dismantling of existing MG track, Installation of
track (excluding supply of rails & ordinary PSC line sleepers), Electrical (General
Electrification), Signaling and Telecommunication works of Bhavnagar Division of
Western Railway, Gujarat, India in 2 (Two) Packages

SECTION 4

Section 4 Page 1 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

CONTENTS

S. No. Description Page


1 Introduction & Background 3
2 The Consultants 4
3 Objective of Consulting Services 4 to 6
4 Scope of Consultancy Services 6 to 10
5 Detailed Terms of Reference 10 to 18
6 Implementation Arrangements 18
7 Consultants Organization & Staffing 18 to 21
8 Annexure -1 22 to 32
Safety aspects specified for execution of Works
Contract
9 Annexure-2 33 to 51
Scope of Works Specified for execution of Works
Contract

Section 4 Page 2 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

TERMS OF REFERENCE

for

SERVICES TO BE PROVIDED BY PROJECT MANAGEMENT CONSULTANTS

1 Introduction & Background


1.1 RAIL VIKAS NIGAM LIMITED (RVNL), having its Corporate office at 1st Floor August
Kranti Bhavan, Bhikaji Cama Place, New Delhi 110066, India is a Public Sector
Enterprise set up as a wholly owned Government Company under the provisions of
Section 617 of Companies Act., invites proposals under single stage two packet
system for the work of Project Management Consultancy for -Gauge Conversion
of existing Meter Gauge track between Dhasa and Jetalsar: Construction of roadbed,
bridges, supply of ballast, Dismantling of existing MG track, Installation of track (excluding
supply of rails & ordinary PSC line sleepers), Electrical (General Electrification), Signaling
and Telecommunication works of Bhavnagar Division of Western Railway, Gujarat, India
in 2 (Two) Packages

1.2 The works included in the main contract are to be carried out close to the
running tracks and public utilities; therefore, safety of running trains and the
public is paramount. The specified Safety and Security measures have been
detailed in Annexure -1 to this Section. The Scope of the main works to be
executed by the Works Contractors are detailed in Annexure 2 of this Section.
For complete details of these works contract along with corrigenda, the Bidding
Document of the Works Contract may be referred which is available on RVNL
website www.rvnl.org.

1.3 The scope of works described in Annexure 2 will be executed under Competitive
Bidding and the tenders for the same have been invited by the Employer. In
addition the following works for the above project are also required to be
supervised by the Consultant under the scope of this Consultancy:

i) Indoor signaling work to be executed through a separate agency.


ii) Supply of rails, sleeper and thick web switches for which separate contracts
shall be fixed by RVNL

1.4 These Terms of Reference (TOR) define the services required from the
`Consultants who are to be engaged to assist M/s RAIL VIKAS NIGAM LIMITED
(RVNL) for Project Management Consultancy for the project work specified in
Para 1.1 & 1.3 above.

2. The Consultants:

2.1 The Consultants shall be a firm registered or incorporated in India

2.2 The Consultants team of key personnel will comprise of Project Manager,
Resident Engineers and Experts in different disciplines, having requisite

Section 4 Page 3 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

experience of similar type of works. The Consultant will have to deploy only
personnel who have the specified relevant qualification and experience.

3.0 Objective of Consulting Services:

3.1(a) The objectives of obtaining the presently offered consulting services, are to
assist the Employer in implementation of the above mentioned Project, from the
present stage of verification/establishment of reference points/data provided by
the Employer, to the stage of successful completion of all the contemplated
works of the Project through the Agency/Agencies employed for
execution/Supply of materials, with the specified Safety and Security, testing and
commissioning of the Project and handing over the completed Project to Railway,
duly ensuring safety at work sites, Safety of running trains, people, structures
and properties adjacent to work sites, by proper
verification/deployment/suggestion of methods and means in tune with contract
conditions duly following the provisions of Share Holders Agreement,
regulations, policies, procedures & guidelines, Railways Rules, Regulations,
procedures, Local Laws, Bye laws & Rules and Regulations, etc., within the
specified time schedule, with the appropriate use of provisions in the works
contract agreement, to achieve overall economy. This also includes the works
like getting as built/completion drawings prepared from construction
contractor, preparation of the required applications and documents for obtaining
the sanction of Commissioner of Railway Safety and Government Electrical
Inspector and getting such required sanctions, exercising supervision on the
execution of works, arranging for traffic blocks, where necessary, making
measurement of works done for arranging payments to the concerned
Agency/Agencies, effecting various recoveries statutory or otherwise from the
running bills of the concerned Agency/Agencies, interaction and co-ordination
with Railway Administration, and various Governmental/other Bodies/Agencies
involved.

3.1(b) In a nutshell the objectives of the consulting services are to assist the Employer
to implement the Project in conformity with Railways rules and regulations; and
codes Local laws, bye laws, regulations, rules etc.

3.2 The Consultants shall ensure:

(i) That the Project is implemented up to the last detail for commencement
of commercial operations by the Railway administration and provide
assistance to the Employer up to the end of `Defect Liability Period under
the Contract. This may include coordination with Electrical Inspector of
Govt. (E.I.G) and Commissioner of Railways Safety (CRS) in accordance
with rules for opening of new railway lines.

(ii) That the Contractors are observing due diligence and prevailing
standards in the performance of the assignment.

(iii) Compliance of all rules of railways related to the execution of the project.
Special care will be taken in imposing necessary speed restriction,
caution, arranging necessary traffic blocks & OHE blocks, where necessary
etc. in order to ensure safety at all times.

Section 4 Page 4 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

(iv) Accuracy, quality of workmanship safety of the works being carried out
by the contractors.

(v) High standards of quality assurance in the execution of works;

(vi) Completion of work in the prescribed time schedule

(vii) Implementation of environmental mitigation measures ;

(viii) That the Project Management Consultants personnel are experienced in


modern methods of contract management and construction supervision,
ensuring professional construction supervision adhering to quality, target
completion dates, compliance with the drawings, technical specifications
and various requirements of the works contract documents including
safety;

(ix) That the Project Management Consultant assists the Contractor and the
Employer for the required coordination with the railway administration
and any other agencies, till the assets are handed over to the railway for
operation.

(x) The application of reasonable and consistent design requirements in


construction.

(xi) Minimizing claims disputes and assist in resolving them.

(xii) The works requiring prior CRS sanction shall only be taken after
obtaining CRS sanction.

(xiii) Optimal utilization of resources/contractual provisions with a view to


bring economy in execution.

(xiv) Accurate measurement of work done for payment, record and


verification.

(xv) Timely payments and recovery of advances, various securities and


liabilities including statutory recoveries.

(xvi) Implementation of various Labour Rules, Regulations and welfare


measures as per the rules in force and laid down provisions in the
Agreement.

(xvii) Assessment of material requirements to be supplied by the Employer and


its proper accountal.

(xviii) Preparation of schedule for supply of materials and machinery to be


supplied by the Employer and the Contractor.

(xix) No variations, other than specifically permitted, shall be allowed to be


executed.

Section 4 Page 5 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

(xx) Appraising the Employer through progressive reports mentioned in Para


5.8.

(xxi) All mandatory testing as per the codal provision and instructions for P.
way, signalling & electrical work and Environmental monitoring Plan are
being conducted and records of such test be preserved for future."
(xxii) All machinery and equipment purchased by the contractor, against which
either he has availed excise duty/custom duty exemptions or purchased
against advance released by RVNL, should be available at site and should
not be allowed to be removed from site without prior permission from the
Employer.

4 Scope of Consultancy Services:

4.1 The status and the scope of works to be executed by the contractors under this
Project are given in Annexure 2 of these Terms of Reference.

4.2 The scope of the consulting services includes but is not limited to the following:

4.2.1 Consultants Role: The consultants will nominate a Project Manager to act as the
Engineers representative on site and deploy other personnel as per requirement
of Employer for provision of services. The contract for the project management
consultancy shall be up to the end of Defect Liability period. The consultant will
act as the Engineer for the purpose of the works contract as specified in the
same.
4.2.2 Consultants Authority: The Consultant shall exercise such authority, in his
capacity as the Engineer defined in the construction contract documents subject
to the Consultant having no authority for:

I) Amending the `Contract for Works awarded to the Contractor.


Instructing a variation, except that,

(a) In an emergency situation as determined by the engineer and as


amplified in sub-paras (IX) below, the Engineer can sanction variation in
quantity of any item if this variation in quantity is within 25% of
stipulated quantity in the Agreement provided this variation does not
result in increase of Contract Price in excess of 0.1%and the cumulative
variation does not result in increase of Contract Price in excess of 2%.

II) Agreeing or determining an extension of time and/or additional cost


for any reason.
III) Agreeing or determining extension of time for completion.
IV) Issue of Performance Certificate.
V) Approving a proposal for Variation submitted by the Contractor except
as mentioned in (I) (a) above. Contractor Claims for extension of time
and/or additional payment.
VI) Agreeing or determining a new rate/extra item
VII) Relieving the Contractor of his duties, responsibilities and obligations
stated in their contract agreements.

Section 4 Page 6 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

VIII) Exercising authority for items other than those provided in these terms
of reference and stipulated in the consultants contract agreement.
IX) Notwithstanding the obligations, as set out above, to obtain approval, if,
in the opinion of the Engineer, an emergency occurs affecting the
safety of life or of the Works or of adjoining property, he may, without
relieving the Contractor of any of his duties and responsibility under
the Contract, instruct the Contractor to execute all such work or to do
all such things as may, in the opinion of the Engineer, be necessary to
abate or reduce the risk. The Engineer shall determine an addition to
the Contract Price, in respect of such instruction, in accordance with
provisions of construction contract
In case the emergency mentioned in above Sub Paras occurs on
account of failure of Contractor, by way of not adhering to the
approved scheme of work or not taking adequate safety precautions or
by any other reason attributable to the contractor, then no additional
amounts shall be paid to the Contractor for attending to such
emergencies and the Contractor shall be liable for Employers claims.
4.2.3 Consultants Responsibility:

The Project Management Consultant shall be responsible for the following:

a) Developing Project Management Plan within 30 days from the Effective


Date in the format specified by General Consultant and/or Employer
using Project Management Software as specified in the works contract.

b) Developing systems and procedures to administer the construction


contracts and ensure that the contractual requirements, with respect to
both quality and quantity of work, are respected and the works are
constructed in accordance with the provisions of the construction
contract. The consultant shall finalize these within 45 days of effective
date. This includes job related to proper accountal of the material both
supplied by the contractor and the old released one.

c) Maintaining copies of all reference documents, specifications, and


drawings in a systematic manner in the office of the Project Manager and
provide relevant documents forms and stationery to site supervision
personnel.

d) Nominating an `Engineers Representative who will be full time resident


on the Project. The consultant shall provide competent staff in full
complement.

e) Making all engineering decisions required for the successful and timely
implementation of the construction contract.

f) The consultant shall arrange to train its Personnel who are deployed for
the Management of the Project, from time to time, as may be required, for
efficient Management.

Section 4 Page 7 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

g) Project Planning, Project coordination, Project interfacing or linkages


using Project Management Software as specified in the works contract.
h) Preparation and submission for Railways approval all those plans and
documents which are required for the execution of the work but which
are not covered in the construction contract, as clarified in Note No. 3 of
Form 11.

i) Expeditious completion of work to ensure the required time schedule

j) Supervision of all construction work.

k) Conflict management and Change Management.

l) Making all necessary measurements and certify payments as per RVNLs


Procedure Order No. 2008/RVNL/P/Policy/431 dated 3rd September
2013 and No. C/RVNL/065/2006 dated 23/24 th September 2013 with
latest amendment/revised procedure order. In addition PMC is required
to certify provisional interim payment of the contractor within 2 days
after receiving statement & supporting documents from the contractor,
and certify interim payment certificate after detailed check within 28 days
after receiving statement & supporting documents from the contractor.

m) One level of checking of various drawings, plans, designs, documents


prepared by construction contractor before submission to railway for
their approval. This will include carrying out required alterations in the
drawings in the process of approval. This also includes arranging various
drawings (prints or tracings, as a case may be) from railway for reference
or for alterations/modification required for execution of the work.
Approval of Railways to various plans, design, documents etc. shall be
arranged by the Consultant.

n) Preparation of CRS applications and the related follow-up work in


railways and CRS office.

o) Ensuring compliance to all safety requirements while progressing the


work.

p) To propose a viable phase working plan for the work, if situation


warrants.

q) Ensuring consignee inspection, receipt of materials at site, accountal,


issue of materials to works Contractors, (including materials procured
through Supply contractors) and proper storage by Works Contractor.

r) Project monitoring for the implementation of the Project up to


commissioning of the project or the end of the defect liability period or
handing over the assets thus created to the Zonal Railway, whichever is
later.

s) Testing of complete signalling installation as per the various provision in


the codes, manuals and Railways instructions and recording of complete

Section 4 Page 8 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

testing data and submission same to the client. The testing includes
indoor testing like functional test, testing of panel with reference to
approved locking table, square sheet, break test of circuits. Outdoor
testing includes testing of points for obstructions, track circuits voltages,
signals, axle counter, block working etc. to ensure safe working. During
testing consultant will liaison with Railway for any
correction/modification, if required in the Railways approved drawing to
ensure safety in Train operation.

t) Preparation and submission of monthly and quarterly reports as per


formats specified by the General Consultant and/or Employer, required
for management of the project and reporting to ADB.

u) Ensuring compliance of the works contractor to all relevant laws as


specified in the works contract including taking measures for alleviation
of HIV/AIDS and prevention of human trafficking.

4.2.4 Compliance with MOU/agreements:


Compliance with terms of memorandum of understanding (MOU) of Rail Vikas
Nigam Limited with concerned Zonal Railway(s)/Division (s).

4.2.5 Environmental Issues:

Monitoring of environmental mitigation measures as per Chapter 6 of


Section 6 Employers requirement of the execution contract bid document
(if person months for Environment Expert are indicated in Form 11).

The brief descriptions of the Environmental issues / requirements are as


under

1. Provide technical guidance to the contractor for implementation of the


EMP and preparation of checklists / formats / reports etc.
2. Conduct regular monitoring of the implementation of the EMP by the
contractor.
3. Conduct regular monitoring of environmental quality (air, water, noise,
soil) in and around the construction site as given in the EMOP
(Environmental Monitoring Programme) in the IEE report, and
maintain records for the same.

5 Detailed Terms of Reference:

5.1 ACTIVITIES TO BE TAKEN UP BY CONSULTANT BEFORE COMMENCEMENT OF WORK BY


THE WORKS CONTRACTOR:

5.1.1 Consultant shall study the information provided by the Employer such as
drawings, designs, reference points etc. He shall also study various rules,
regulations, codes, practices etc., applicable to Railway working and rules,
regulations and by laws of state and central government as applicable to
project under implementation including the agreement entered in to with the
agency/agencies entrusted by the Employer for execution of works for

Section 4 Page 9 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

project completion. He shall also study the special conditions of contract and
detailed specifications to identify and decide:

a) The Methods and The Means to be employed for execution of


works.

b) The detailed programme given by the works Contractor for


implementing the various activities of the project including
stage working, if any, for achieving the Employer defined mile
stone progress during the execution of project leading to
successful completion of all works under the project including
putting the created assets to use.

c) The requirement of men, machinery and material for the


desired progress at different stages of project execution in
advance, so that the project gets implemented without any
hindrances as per the above mentioned programme.

d) Planning the requirement of machinery and materials which


shall be issued by Employer, scheduling and ensuring the
availability of machinery and materials at site in consultation
with the Employer and their proper utilization and accountal.

e) Checking along with the works Contractor, the correctness or


otherwise of the Employer provided reference points, data,
drawings and take corrective action by way of
modifying/rectifying/supplementing the available reference
points/data/drawings and to remove any
inconsistencies/redundancies/voids (gaps) in the execution
plan/schemes for safe and economical execution of works.

f) Planning for the various checks and supervisory/managerial


functions to be performed in-house for the Project
Management Consultancy, and providing competent, qualified
and experienced staff including support staff to ensure
implementation of various obligations of the works contract.

g) Planning for maintenance of Records to be kept e.g. checks to


be carried for passing of materials/works at various stages,
measurement of works/materials used, Accountal of materials
etc.

h) Planning for submitting various documents required for works


requiring EIG/CRSs sanction, checking of Completion
drawings, plans, work closed statements etc.

5.1.2 Review: The Consultant shall

(i) Review the Detailed Project Reports, including the detailed construction
drawings, and the contract for the project work. The review shall identify
any defects or omissions that compromise the completeness or

Section 4 Page 10 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

consistency of the design including checking of design or affect the


viability, accuracy or implementation of the construction contract.

(ii) Review the adequacy of the contractors quality management system and
contractors proposed personnel specified in the construction contract.

(iii) Checking of designs/drawings as to functionality, general layout,


adherence to specifications and provisions of relevant codes,
constructability and construction impacts, maintainability and aesthetics;

(iv) The approved Design and Drawings made available by Employer will be
required to be checked by PMC for correlating the data shown in
drawings with actual available at site, minor changes (e.g. change in
foundation design because of actual type of soil strata found during
excavation resulting in variation from design soil bearing capacity, change
in dia of reinforcement due to non-availability of the reinforcement
shown in the drawing etc.). Review drawings and specifications for
construction including suggestions on design changes during progress of
work. Drawings not included in the construction contractors scope
including those required for phase working shall be prepared by the
consultant. Further if any plan/drawings/Design (Tracing & prints)
maintained by railway are required for execution of the work same shall
be arranged by the consultant for reference, alteration, modification etc.
He shall arrange approval of various drawings from concerned railway.
The drawings and design work has to be followed till the submission of as
made (i.e. completion) drawings to railways. Checking of Design and
Drawings for all temporary works (except that of the launching scheme
for triangulated steel girders), and checking of Design and Drawings for
Electrical and S&T works (e.g. Signal Interlocking Plan, Selection Table,
Circuit diagram, cable layout drawings, modification of Overhead Power
Lines etc.) will also be done by PMC.

(v) Review proposals for S&T disconnections, block working, non-interlock


working which require Commissioner of Railways Safetys (CRS)
approval/Electrical Inspector to Government (EIG) (wherever required),
sanction/certification before the proposals are forwarded to CRS/EIG.

(vi) Review arrangements during non-interlock working and ensure smooth


progress of work and train operation with the required co-ordination
with concerned Agencies.

(vii) Liaison between various contractors, designers, such that the designs for
these sub-systems, that in particular their civil works, such as ducting,
pedestals, cabins, poles and supports will be integrated properly into the
over all project works.

(viii) Review proposal for acceptance by RDSO under the guidelines of cross
acceptance for any equipment or system proposed by the contractor for
execution of the work.

5.2 Quality Assurance: The Consultant shall:

Section 4 Page 11 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

a) Prepare a Quality Assurance Manual, detailing the consultants quality


assurance/control procedures, to be submitted within 30 days of
commencement of services.

b) Assist the contractor to evolve a system of Quality Assurance for the works,
including but not limited to, establishing testing frequencies and acceptance
criteria for all materials and construction activities in accordance with the
specifications. The system should specify the prescribed quality checks and
their frequency to be performed, acceptable limits for each quality check and
dos and donts for all important activities, in appropriate format acceptable
to the Employer, so that the same can be provided to the concerned field
officers responsible for supervision of respective items for ready reference.

c) Ensure that the procurement of materials and equipment are from the
authorised sources and are duly inspected by the nominated agencies.

d) Inspect and approve all materials received at site proposed to be


incorporated in works;

e) Check concrete mix designs proposed by the contractors and


approve/suggest modifications to the mix designs, laying methods, sampling,
testing procedures and quality control measures to ensure the required
standards and consistency in quality at the commencement of activities;

f) Inspect the quality of the works with regard to workmanship, compliance


with the specifications and all necessary testing required for acceptance of
any item of work;

g) Assess and check the laboratory and field tests carried out by the contractor,
and carry out independent tests in the site laboratory, wherever necessary;

h) Maintain records of all testing, including cross referencing to items of work to


which each test refers and the location from which any samples were
obtained for testing.

i) Issue orders to the contractor to remove or make good any work which is
found to be:

a) Not in accordance with the drawings.

b) Not in accordance with the specifications in terms of either work


methods or materials specifications.

c) Covered prior to inspection for acceptance or after rejection as


unacceptable.

5.3 Project Control:

5.3.1 The consultant shall monitor the project covering all aspects of the project
but not limited to:

Section 4 Page 12 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Progress in accordance with schedules with the objective of taking


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

5.3.2 The Consultant shall develop systems to professionally manage the project
implementation. The system to include the physical and Financial Progress vis-
-vis program and forecast cash flow. Project Management Software, as mutually
agreed with the Contractor and the Employer. The Program must identify the
milestones, interface requirements and program reporting elements. The
consultant shall supply a soft copy of program (macro) developed. The output
shall be updated every month.

5.3.3 Project Management control to include cost, schedule, quality control, technical
performance and reporting for the entire project, up to the end of the defect
liability period of the contract.

5.3.4 The consultant shall take actions as may be necessary for expeditious
completion within the contract period.

5.4 Construction Supervision:

5.4.1 The Consultant shall:

(i) Ensure adequacy, stability and safety of all personnel and


construction works being executed by the contractor during the
construction, operation and maintenance up to the end of the defect
liability period, including ensuring the safety of the running trains in
the vicinity of the project site.

(ii) Ensure that the works to be carried out on running lines are
coordinated, planned meticulously and executed without exceeding
the traffic and power block, ensuring that Railway operations are not
disturbed by duly coordination with Railway authorities,
arrangement of power and traffic blocks from Railway will also be
the responsibility of consultant. He shall also ensure safety of
workers, Railway assets, Rolling stock and Railway users.

(iii) Conduct site visits to review progress in implementation, including


physical progress, environmental mitigation, contractor
performance, and adequacy of contractors supervision.

(iv) Assist/advise the Employer timely regarding handing over the site
by Railway which they will hand over in stages, in the advance
actions required to be taken for the handing over of the site and to
achieve the milestones for completion of the construction packages.

Section 4 Page 13 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

(v) Assist the Employer in co-ordination with different agencies and hold
meetings for proper and timely implementation of the Project.

(vi) Assist the Employer for liaison and co-ordination with the relevant
authorities to remove all obstacles and encumbrances from the project
site, including utility relocation and tree cutting, as required.

(vii) Assist the Employer in coordination with different agencies and hold
meetings for proper and timely implementation of the project.

(viii) Assist the Employer in the proper monitoring of progress of the works
through computer aided project management techniques.

(ix) Check contractor setting out for conformance with the drawings.

(x) Maintain close liaison with State Electricity Board to ensure modification
of overhead power lines.
(xi) Prepare/issue modified drawings required for variation orders, or any
other change, agreed by the Employer.
(xii) Approve contractors proposed designs/drawings for all temporary
works except that of the launching scheme for triangulated steel girders.
(xiii) Inspect at regular intervals the contractors plant and facilities, including
the workers accommodation at site, to ensure conformity with the
construction contract and all government/state regulations.
(xiv) Inspect the contractors safety measures, including labour welfare, and
immediately notify both the Employer and the contractor of any
infringement or violation.
(xv) Maintain records, working/as-built/completion drawings, test data,
details of variations, correspondence, and diaries in the formats
approved/specified by the Employer.
(xvi) Verify lines and levels to ensure works are being executed as per the
approved drawings/layouts, alignments and levels.

(xvii) Check all hidden measurements through Project Manager/Resident


Engineer which shall be recorded by Experts before covering the works.

(xviii) Ensure that the materials used meet the specifications.


(xix) Ensure that the quality of workmanship and the temporary
arrangements/structures made for carrying out the works meet the
requirement of specifications and safety standards.

(xx) Ensure that the reinforcement provided is as per the approved drawings
tied properly with cover blocks and chairs as required.
xxi) Inspect the works or any part of the works, at substantial completion and
advise the Employer and the contractor of any outstanding work,
including defect, to be completed/remedied during the defect liability
period.

Section 4 Page 14 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

(xxiii) Inspect the works at appropriate intervals during the Defect Liability
Period.
(xxiii) Ensure as-built/completion drawings, as true record of the works as
constructed, are documented and kept in a systematic manner by the
contractor.
(xxiv) Prepare an inventory of the completed works, in a format agreed with the
Employer, for use by the maintaining authority.
(xxv) Maintain accountal of various materials and machinery as stated below.
(xxvi) Maintaining material at site account for (a) all materials to be issued by
the Employer free of cost, (b) all released materials till they are handed
over to the Railway/re-used.
(xxvii) Maintaining accounts of (a) material brought to the site by the Contractor
for which secured advance has been paid and the use of such material; (b)
other materials brought to the site by the Contractor for which part
payments are arranged and the use of such material; (c) other materials
brought to the site by the Contractor for which, no payment will be made
till they are laid and use of such material for execution of works.
(xxviii) Maintenance of accounts of machinery made available by the Employer
to the Contractor, either free of cost or otherwise, and their effective
utilization.
(xxix) Submission of monthly statement of material consumed and material
balance available to employer and review the consumption.
5.5 Conflict and change Management:

5.5.1 Any disputes with regard to works being executed by the contractor shall be
resolved in the most amicable manner in accordance with the provisions of the
contract.

5.5.2 The proposals for variations shall be processed in the shortest possible time
duly coordinated with the Contractor and the Employer

5.6 Measurement and Payment:

5.6.1 The Consultant shall:

i) Take measurements (including plotting of cross sections for earthwork)


and keep measurement records, in measurement books issued to him by
the Employer.
ii) Issue interim certificates for progress payments.
iii) Certify completion of part or all of the works.
iv) Review and ensure continuity of the contractors sureties in approved
formats.
v) Prepare quarterly cash flow projections for the Employer in a format
acceptable to the Employer. Cash flows should identify budget estimates
for all outstanding work.

Section 4 Page 15 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

vi) Update cost estimates on completion of 50 percent, 75 percent and 100


percent of the Project.
vii) Maintain records of all plant, labour and materials used in the
construction of the works.
viii) Check and agree the contractor materials ordering schedule.
ix) Analyze claims submitted by the contractor and prepare a report for the
Employer addressing the contractual basis, in terms of both technical and
financial issues, for the claims and recommendations for a response to the
contractor.
x) Assist the Employer in providing clarifications/explanations to the
observations made from time to time by auditors.
xi) Co-operate and assist the Central Vigilance Commission and other
organizations as instructed by the Employer in the event that the
construction of the Project is subject to review.
xii) Adhere to RVNLs Procedure Order No. 2008/RVNL/P/Policy/431 dated
3rd September 2013 and No. C/RVNL/065/2006 dated 23/24 th September
2013 for measurement and payments, with latest amendments, and also
adhering to provisions in specifications and Bill of Quantities as detailed
in the construction contract.

5.7 Project Completion:

5.7.1 The Consultant shall issue the relevant certificates as may be required in the
construction contract documents.

5.7.2 Consultant shall be responsible to obtain all records of completion drawings and
completion documents from the contractor and prepare completion estimates in
accordance with provisions of Indian Railways Engineering Code. This shall be
submitted within six months of issue of taking over certificate.

5.8 Reports:

5.8.1 The Consultant shall prepare and issue to the Employer six (6) copies of the
following reports, the format and content of which are to be acceptable to the
Employer:

(i) An Inception Report to be submitted within 21 days of commencement of


services.

(ii) Project Management Plan: Within 30 days of the Effective Date.

(iii) Systems and Procedures duly covering quality and safety plan: Within 45
days of Effective Date of services along with necessary proformas, stationery
for smooth functioning.

5.8.2 In addition to the above the Consultant shall provide the following reports in a
format approved by the Employer.

Section 4 Page 16 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

i) A daily report including significant events, if any, on the previous day. The
report shall be sent by e-mail or fax to the Employers head office and the
Employers representative at site. This report will also include any
event/happening which is likely to affect the progress, quality of work and
safety.

ii) A brief monthly progress report to be submitted within 7 days of the end of
each month. This report should include details on progress of checking of
designs/drawings/approval of drawings and specifications for construction,
deployment of technical and supervisory staff by the Contractor and progress
of construction work with reference to the targets.

The report should also include:-

(a) List of approval sought and given.

(b) Measures aimed at course corrections their requirement and their


implications.

(c) Unresolved claims their genesis, justifications and recommendations on


the same.

iii) A detailed Quarterly Report, to be submitted within 14 days of the end of


each quarter. Quarterly reports should include a description of project
activities illustrated by progress/completion photographs, status of any
delays and detailed plan to make up any shortfall or deficiency, status of
contractual claims, and details of all latest financial projections;

iv) A detailed Contract Completion Report with completion documents within 6


(six) months of completion and date of commissioning.

v) Any other report as sought be the Employer from time to time.

6 Implementation Arrangements:

6.1 It is anticipated that the consulting services defined under this TOR are
anticipated to commence as specified in Data Sheet in Section 2 hereof. The
actual commencement date will be confirmed during negotiations and will be
dependent upon progress towards the award of the construction contract.

6.2 The period of services has been derived on the basis of the consulting services
commencing in the same month as the commencement date of the construction
contract and extending 180 DAYS into the Defect Liability Period. However,
neither the Commencement Date(s) nor the end of the Defect Liability Period
shall be construed as necessary conditions of either commencement or
completion of the consulting services.

6.3 Project Director, nominated by the Employer, will be the Employers


Representative.

7 Consultants Organization & Staffing

Section 4 Page 17 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

7.1 Organization:

7.1.1 The Employers require the projects to be managed in three tiers as given below:
Team Leader
Project Manager(s) (Construction contract package wise)
Resident Engineers (Discipline wise)
Experts and supervisors(Discipline wise)

7.1.2 Office staff team shall assist the personnel managing the project.

7.2 Estimate of Person-months of Personnel:


7.2.1 The estimated person-months of personnel are given below :

Sl. Expert/Site Supervision Team/ Person x Months of Person x Months of Total


No. Office Staff (by designation) Personnel for Personnel for Quantity in
Construction Contract Construction Person -
Package 1 Contract Package months
(Dhasa-Lunidhar 2
section) (Lunidhar-Jetalsar
section)
A. Key Personnel
1 Team Leader/Civil 1x54 54
2 Project Manager (PM)/Civil 1x54 1x54 108
3 Resident Engineer (RE)/Civil 1x54 1x54 108
4 Resident Engineer (RE)/S&T 1x54 1x54 108
5 CE-I - Civil Engineer Expert 1x54+1x48 1x54+1x48 204
6 CE-II - Bridge Expert 1x54 1x48 102
7 Permanent Way Expert 1x54 1x48 102
8 Electrical Expert (General) 1x54 1x48 102
9 Signal & Telecom Expert 1x54 1x54 108
10 Signal Design Expert 1x48 48
11 Quality Control Expert 1x48 1x48 96
(B) Supervisors
1 Supervisor S & T 1x54+1x48 1x54+1x48 204
2 Asstt Expert Railway Operation and
1x48 1x48 96
Safety
3 Supervisor - Civil Engineering 3x48+2x54 4x48+2x54 552
4 Surveyor 1x48 1x48 96
5 SupervisorElectrical Engineering
1x48 1x48 96
(GS)
6 Supervisor P. Way 1x48 1x48 96
(C) Office Staff Team
1 Computer Operator cum
1x54 1x54 108
Stenographer
2 Clerk cum Record cum Store keeper 1x54 1x54 108
3 Office Attendant 1x54+2x48 1x54+2x48 300
4 Draftsman (Civil) 1X54 1X48 102
5 Draftsman (S&T) 1x54 54
6 Estimator 1x54 54
7 Accountant 1x54 54
Total 3060
Note:

Section 4 Page 18 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

1. Team Leader will be the overall in charge of the work. Project Manager(s) will be
the in-charge of individual construction contract package and will act as the
Engineer in terms of GCC of construction contracts.

2. Employer reserves the right to reduce the number and estimated person-months of
key personnel, supervisors and Office Staff without any claim on either side.

7.3 Consultants Key Personnel - Role & Responsibility:

7.3.1 While the role and responsibility of the personnel have to cover the provisions of the
TOR, details for Team Leader and Project Managers are given below for the guidance
of Consultants

i) Team Leader: He shall:


a) Be in the overall charge and control of the consultancy contract.
b) Be the nodal person for the Employer.
c) Be the overall in-charge for contract management of construction contracts
supervise by PMC. He shall be responsible for laying down systems to be
followed for contract management including supervision & quality control
in accordance with provision of these TOR for all contract packages and
shall ensure that the systems are being followed by the PMC personnel.
d) Ensure compliance of the instructions given by the Employer for proper
execution of the project and report back to the Employer.
e) Distribute the role and responsibility of each of the personnel working
under him in consultation with the Employer.

ii) Project Manager: He shall:


a) Be in the overall charge and control of the project contract package.
b) Perform the role and responsibility envisaged for the consultant in these
TOR and Contract agreement as a whole for particular contract package and
act as the Engineer for that contract package.
c) Act as the leader for contract management, contract administration (post
award) which also includes site supervision, Quality Control in accordance
with provision of these TOR for the particular contract package.
d) Comply with the instructions given by the Team Leader and Employer for
proper execution of the project contract package.
e) Distribute the role and responsibility of each of the personnel working
under him in consultation with the Team Leader.

7.3.2 The qualifications of personnel required are indicated in various forms in Section 3
i.e. Form 8 A for respective positions.

Section 4 Page 19 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

7.4 Deleted.

7.5 Facilities for the PMC Personnel:

(a) The Consultant shall provide mobile phones for communications to all the
personnel at his own cost. In case of failure of the Consultant to do so, the
Employer may purchase and provide the same and recover double the cost
incurred from the bills of Consultant.

(b) The facilities to be provided to the PMC by the contractor are specified in
data sheet attachment 2 of Section 2. However, safety equipment like
safety shoes, jacket, helmets etc for PMC staff (over and above that
provided by the contractor) may be procured by the Consultant (to
ensure that each and every personnel of the PMC is provided with safety
equipment) of after obtaining prior approval of the Employer or the same
shall be provided by the PMC on the instructions of the Employer and the
expenditure incurred on the same shall be reimbursed to the Consultant
under GCC clause 6.14.

Section 4 Page 20 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Annexure 1 (Section 4)

Safety aspects specified for execution of Works Contract(s) for which presently

Project Management Consultancy Services

Is called for

Employers requirement regarding safety aspects are stipulated in the Bid Documents
for the works Contract(s) under Section 5 and its Corrigenda, which may be referred to.

AS SOME OF THE WORKS IN CONNECTION WITH THE NEW LINE HAVE TO BE


EXECUTED CLOSE TO RUNNING LINES, SAFETY IS PARAMOUNT. SPECIFIC
PROVISIONS MADE IN THE BID DOCUMENT FOR THE EXECUTION OF WORK
REGARDING SAFETY AND SECURITY ARE REPRODUCED BELOW FOR READY
REFERENCE.

1. Safety and Security


1.1 The works included in this contract are to be carried out close to the running tracks and public
utilities, therefore, safety of running trains and the public is paramount. Therefore, all activities
undertaken by the Contractor/his Sub-contractors shall ensure safety at all times. The contractor
shall comply with the instructions issued by the Railway/ Engineer/Employer from time to time to
ensure safe running of trains while carrying out works. The rates quoted by the Contractor shall be
deemed to include all expenditure incurred in compliance with the same.
1.2 Before starting any excavation work adjacent to existing track, the contractor shall ensure
that necessary permissions has been obtained and required precautions have been taken for
doing such work in terms Joint Procedure Order reproduced below:

JOINT PROCEDURE ORDER FOR UNDERTAKING DIGGING WORK IN THE VICINITY OF


UNDERGROUND SIGNALING, ELECTRICAL AND TELECOMMUNICATION CABLES
A. A number of Engineering works in connection with gauge conversion/doubling/third line
are in progress on various railways, which require extensive digging work near the running
track, in close vicinity of the working S&T cables carrying vital safety circuits as well as
electrical cables feeding the power supply to cabins. ASM room, RRI Cabin, Intermediate
Block Huts (IBH) etc. Similarly, S&T organisation under open line or construction units
under CAO/C, are executing various Signaling and Telecom works requiring digging of earth
for laying of cables or casting of foundations for the erection of signal posts etc. RailTel is
also executing the work of laying of quad cable and OFC on various Railways as a part of
sanctioned works for exclusive use of Railways for carrying voice and data i.e.
administrative and control communication, PRS, FOIS etc. or shared by RailTel Corporation
of India Ltd. On certain sections digging is also required for laying of electrical cable and
casting of foundation for the erection of OHE masts by Electrical Deptt. Generally, these
works are executed by contractors employed by these organisations.
B. However, while carrying out these works in the vicinity of working signaling,
telecommunication and electrical cables, at times, cable cuts take place due to JCB machines
working along the track or during the digging work being done by contractors carrying out
the Civil Engineering Works. Similarly, such cable cuts are also resulting due to works
undertaken by S&T or Electrical departments. Such cable faults results in the failure of vital
signaling and telecommunication circuits & electrical installations.

Section 4 Page 21 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
C. Henceforth, the following joint procedure shall be followed by Engineering, Electrical and
S&T (and RailTel organisation, wherever such works are being done by them) officers of the
respective divisions and by the construction organisation, while carrying out any digging
work near to existing signaling & telecommunication and electrical cables, so that the
instances of cable cut due to execution of works, can be controlled and minimized.
1. S&T Department (and RailTel, where they have laid the cables) and Electrical department
shall provide a detailed cable route plan showing exact location of cable at an interval of
200m or wherever there is change in alignment so that the same is located easily by the
Engineering official/contractor. In addition, S&T department and Electrical department shall
also provide cable markers along the alignment of the cable. These cable route plans shall be
made available to the Sr.DEN/DEN or Dy.CE/C, as the case may be, by Sr. DSTE/DSTE or Sr.
DEE/DEE of the divisions or Dy.CSTE/C or Dy.CEE/C within 15 days in duplicate.
Sr.DEN/DEN or Dy.CE/C will send copies to their field unit i.e. AEN/SE/P.Way & Works.
2. Before taking up any digging activity on a particular work by any agency, Sr.DSTE/DSTE or
Sr.DEE/DEE of the section shall be approached in writing by the concerned Engg. or S&T or
Electrical officer for permitting to undertake the work. Sr.DSTE/DSTE or Sr.DEE/DEE, after
ensuring that the concerned executing agencies including the contractor have fully
understood the S&T and Electrical cable route plan shall permit the work in writing within 7
days of the request by concerned department.
3. After getting the permission from S&T or Electrical department as the case may be, the
relevant portion of the cable route plan shall be attached to the letter through which
permission is issued to the contractor by concerned Engg. official for commencement or
work and ensuring that the contractors have fully understood the cable route plan and
precautions to be taken to prevent damage to the underground cables. The contractor shall
be asked to study the cable plan and follow it meticulously to ensure that the safety of the
cable is not endangered. Such a provision, including any penalty for default, should form
part of agreement also. It is advisable that a suitable post of SE/Sig or SE/Tele or
SE/Electrical (TRD or G) shall be created chargeable to the estimates of doubling/gauge
conversion, who can help Engg. agencies in the execution of the work. However basic
responsibility will be of the department executing the work and the Contractor. Creation of
posts is not mandatory.
4. The SE/P.Way or SE/Works shall pass on the information to the concerned SE/Sig SE/Tele
or SE/Electrical (TRD or G) about the works being taken up by the contractors in their
sections at least 3 days in advance of the day of the work. In addition Engineering control
shall also be informed by SE/P.Way or SE/Works, who in turn shall pass on the information
to the test room/network operation centre of RailTel/TPC/Electrical control.
5. On receiving the above information, SE/Sig or SE/Tele or SE/Electrical (TRD or G) shall visit
the site on or before the date of taking up the work and issue permission to the contractor to
commence the work after checking that adequate precautions have been taken to avoid the
damage to the cables. The permission shall be granted within 3 days of submission of such
requests.
6. The name of the contractor, his contact telephone number, the nature of the work shall be
notified in the Engineering control as soon as the concerned Engineering officials issue the
letter authorizing commencement of work to the contractor. Test room shall be given
copies. Test room shall collect any further details from the Engineering Control and shall
pass it on to S&T/RailTel & Electrical officials regularly. In case the supervisors of concerned
departments do not turn up on the day as advised in terms of para 4 and 5 above, the works
of contractor should not be stopped on this account.
7. In case of works being taken up by the State Government, National Highway Authority etc.,
the details of the permission given i.e. the nature the work, kilometer etc. be given to the
Engineering control including the contact persons number so that the work can be done in a
planned manner. The permission letter shall indicate the contact numbers of Test
room/network Operating Centre of RailTel/TPC/Elect. Control.

Section 4 Page 22 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
8. Where the nature of the work taken up by the Engineering department is such that the OFC
or other S&T cables or Electrical cables is to be shifted and relocated, notice of minimum one
week shall be given so that the Division/RailTel/Construction can plan the works properly
for shifting. Such shifting works shall in addition, for security and integrity of the cables, be
supervised by S&T supervisors/RailTel supervisors/Electrical Supervisors.
9. The concerned SE/P. Way/SE/Works/SE/Sig/SE/Tele/SE/Electrical (TRD or G) or RailTel
supervisors supervising the work of the contractor shall ensure that the existing emergency
sockets are not damaged in view of their importance in providing communication during
accident/emergency.
10. In case of minor nature of works where shifting of cable is not required, in order to prevent
damage to the cable, the Engineering contractor shall take out the S&T or optical fibre cable
or Electrical cable carefully from the trench and place it properly alongside at a safe location
before starting the earthwork under the supervision of SE/Sig or SE/Tele or
SE/Electrical(TRD or G). The cable shall be reburied soon after completion of excavation
with proper care including placement of the brick over the cable under the supervision of
S&T or Electrical supervisors. However, the work will be charged to the concerned
engineering works. The responsibility for ensuring availability of SE (Signal), SE (Electrical)
as per para 4 and 5 above lies with the respective department. The contractor will go ahead
with the shifting of cables as per the program decided and he will not be held responsible
for any cable cut.
11. In all the sections where major project are to be taken up/going on RailTel/S&T department
shall deploy their official to take preventive/corrective action at site of work. As regards
Electrical Department, the official may be deputed on need basis.
12. No new OFC or quad cable shall be laid close to existing track. It shall be laid close to the
Railway boundary on one side of the Railway track to the extent possible to avoid any
interference with the future works (doubling etc.). It shall be ensured in the new works of
cable laying that the cable route is properly identified with electronic or concrete markers.
Wherever multiple cables are laid in a trench, RFID markers may be provided for easy
identification of the cable. Henceforth, wherever cable laying is planned, before undertaking
the cable laying work, the cable route plan of the same shall be prepared by the Dy. CSTE/A
or Dy. CEE/C and shall be got approved from the concerned Sr. DSTE/DSTE or Sr.DEE/DEE
and also from the concerned Dy. CE/C for new lines and from the concerned Sr.DEN for all
other projects including GC etc., to avoid possible damages in future. Such approvals shall be
granted within 15 days of the submission of the request.
13. The works of excavating the trench and laying of the cable should proceed in quick
succession, leaving a minimum time between the two activities.
14. In case damage caused to OFC/Quad cable or Electrical cable during execution of the work,
the contractor is liable to pay a penalty for damaging the cable. Penalty shall not be levied in
case of the following:-
Detailed cable route plan as per clause C-1 not provided by concerned department or cable
is not protected as per laid down procedures.
The alignment of the cable does not tally with the information provided to the contractor.
The cable depth is found to be less than 800 mm from normal ground level.
No representative of S&T department/RailTel was available at site guarding the cables on
the fixed pre determined date and time.

Section 4 Page 23 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
15. Penalty to be imposed for damages to cable shall be as under:-

Cable damaged Penalty per location


Only Quad cable or Signalling cable Rs.1.0 Lakh
Only OFC Rs.1.25 Lakh
Both OFC & Quad Rs.1.5 Lakh
Electrical Cable Rs.1.0 Lakh
Necessary debit in this regard shall be raised on the department undertaking the
work who shall in turn levy the penalty on the defaulting contractor. S&T department shall
raise the debits in case of damage to OFC or Quad or Signaling cable and Electrical
department shall raise the debits in case of damage to Electrical cable.
16. Railways will not lodge FIR with RPF in case of works being executed by authorized
contractors of Railways who have been duly permitted to execute the works in accordance
with this JPO. Joint note by the supervisors of the concerned department shall be prepared
and the responsibility of the cable cut should be decided without involving RPF. The joint
note deciding the fact whether the contactor should be penalized shall be completed in a
days time from the occurrence of cable cut.
In all other cases, when the cable is cut by an agency that was not permitted to
execute any work, FIR should be lodged with RPF.
17. While giving permission for taking up the works, concerned departments may note that
earthwork by engineering contractors will normally be done by machines except in a few
isolated locations where the quantity of earth work is very less.
18. Railways shall make necessary correction in their future contract so that this JPO can also be
enforced contractually.
19. In case of damages to OFC, RailTel should be paid 5/6th of the penalty recovered. RailTel
shall raise demands on the S&T department in this regard.
20. All types of signaling & OHE bonds i.e. rail bond, cross bond and structure bond shall be
restored by the contractor with a view to keep rail voltage low to ensure safety of personnel.
21. Above joint circular shall be applicable for construction as well as open line organization of
Engineering, S&T and Electrical.
22. S&T cable and electrical cable route plan should be prepared by the concerned S&T and
Electrical officers respectively and got approved as stipulated in para C-12 before
undertaking the work. The completion cable route plan should be finalized block section by
block section as soon as the work is completed.
23. All cable laying works shall be executed as per laid down technical specifications, such as
protection measures/protective cover, compaction of refilled material etc.
1.3 Working near running line
1.3.1 The contractor shall not allow any road vehicle belonging to him or his suppliers etc. to ply
in railway land next to the running line. If for execution of certain works viz. earth work for
parallel railway line and supply of ballast for new or existing rail line, gauge conversion etc,
road vehicles are necessary to be used in railway land next to the railway line, the
contractor shall apply to the Engineer for permission giving the type & no. of individual
vehicles, names & license particulars of the drivers, location, duration & timings for such
work/movement. The Railways/Employer/ Engineer or his authorized representative will
personally counsel, examine & certify, the road vehicle drivers, contractors flag men &
supervisor and will give written permission giving names of road vehicle drivers,
contractors flag men and supervisor to be deployed on the work, location, period and
timing of the work. This permission will be subject to the following obligatory conditions:
1.3.2 Road vehicles can ply along the track after suitable cordoning of track with minimum
distance of 6 meters from the centre of the nearest track. For working of machinery close to
the running tracks or plying of road vehicles during night hours, the contractor shall apply
to the Engineer in writing for permission, duly indicating the site details in a neat sketch and
safety measures proposed to be taken. Subject to the approval of concerned Railway

Section 4 Page 24 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
authorities, the Engineer or his authorised representative will communicate permission to
the contractor/contractors representative. The contractor and his men shall strictly adhere
to the instructions given along with such permissions.
1.3.3 Nominated vehicles and drivers shall be utilized for work in the presence of at least one flag
man and one supervisor certified for such work. In order to monitor the activities during
night hours, additional staff may have to be posted based on the need of the individual site.
1.3.4 The Contractor machinery, equipment and vehicles shall normally operate 6 m clear of
track. Any movement/work at less than 6m and upto a minimum of 3.5m clear of track
centre, shall be carried out only in the presence of a person (including any railway
employee) authorized by the Engineer. No part of the road vehicle shall be allowed at less
than 3.5m from track centre. Cost of such railway employee shall be borne by the Employer.
1.3.5 The Contractors machinery and equipment like Cranes, Flash Butt Welders, Ballasting
machinery, Compactors, Track Laying Systems etc., are required to operate close to the
existing line carrying traffic. Contractor is fully responsible for operating these machinery
without endangering the safety of the running line and traffic.
1.3.6 Safety Fencing :
(i) Before commencing any work close to the running track, the Contractor shall provide safety
fencing and obtain the specific permission of Engineer to commence the work in that
stretch.
(ii) The fencing shall be for a height of 1.5 meters with wooden/Casurina balli posts of length
2.1 m at 3 m centre to centre spacing as per relevant BOQ item.
(iii) The Contractor shall maintain the safety fencing in good working condition throughout the
period till the work in a given stretch is completed. He can remove the fencing after getting
the approval of Engineer. The fencing material will be the property of the Contractor.
Serviceable materials obtained from the released fencing can be re-used for providing
fencing in subsequent stretches.
(iv) The Contractor will be paid for providing safety fencing along the track as per the relevant
item in the BOQ.
1.4. The contractors special attention is drawn to Para 826 of Indian Railways Permanent Way Manual
introduced under Advance Correction Slip no. 69 dated 23.05.2001, reproduced below which should
invariably be complied with.
826 Safe working of Contractors -- A large number of men and machinery are deployed by the
contractors for track renewals, gauge conversions, doublings, bridge rebuilding etc. It is therefore
essential that adequate safety measures are taken for safety of the trains as well as the work
force. The following measures should invariably be adopted:
(a) The contractor shall not start any work without the presence of Railway supervisor at site.
(b) Wherever the road vehicles and/or machinery are required to work in the close vicinity of
railway line, the work shall be so carried out that there is no infringement to the railways
schedule of dimensions. For this purpose the area where road vehicles and/or Machinery
are required to ply, shall be demarcated and acknowledged by the contractor. Special care
shall be taken for turning/reversal of road vehicles/machinery without infringing the
running track. Barricading shall be provided wherever justified and feasible as per site
conditions.
(c) The look out and whistle caution orders shall be issued to the trains and speed restrictions
imposed where considered necessary. Suitable flag men/detonators shall be provided
where necessary for protection of trains.
(d) The supervisors/workmen should be counseled about safety measures. A competency
certificate to the contractors supervisor as per proforma annexed shall be issued by AEN
which will be valid only for the work for which it has been issued.
(e) The unloaded ballast/rails/sleepers/other P.Way materials after unloading along track
should be kept clear off moving dimensions and stacked as per the specified heights and
distance from the running track.
(f) Supplementary site specific instructions, wherever considered necessary, shall be issued by

Section 4 Page 25 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
the Engineer.
COMPETENCY CERTIFICATE
Certified that Shri_______________________ P. Way supervisor of
M/S___________________________________________has been examined regarding P. Way working
on______________________ work. His knowledge has been found satisfactory and he is capable of
supervising the work safely.

ASSISTANT ENGINEER
1.5. The work of formation in banks and cuttings throughout the length of doubling is adjacent to track
under running traffic. Many of the bridges on the proposed double line are to be constructed either
as extensions or just adjacent to the existing bridges under running traffic. The work of Installation
of Track throughout the length of doubling is adjacent to track under running traffic. The work of
Installation of Track and Signals in the Station yards including alterations to the existing Track and
Signals has to be done adjacent to or in replacement of the existing Track and Signals which are
under running traffic. The contractor shall ensure that the safety of the running lines and running
traffic is not endangered, because of his work.
1.6. Any traffic/traction blocks, temporary speed restrictions and caution orders required in this
connection shall also be got sanctioned from the Railway authorities well in advance, through the
Engineer. The Railways may sanction the same for specific sites within the overall recovery time
available in the Railways time table. The contractor shall have to schedule his programme
according to the convenience of the Railways. No claim from the contractor for any
delay/inconvenience/loss on this account shall be entertained by the Employer.
1.7 The contractor shall provide at site at his own cost, all protection measures including exhibition and
lighting of all Temporary Engineering Signals as per Railway rules, instructions and norms. All lights
provided by the contractor shall be screened so as not to interfere with any signal light on the
Railways or with any traffic or signal lights of any local or other authority.
1.8. Ancillary and Temporary works
(a) The Contractors proposals for erection of all ancillary and temporary works shall be in
conformity with the proposals submitted along with the tender and modifications thereto as
approved by the Engineer.
(b) The Contractor shall submit drawings, supporting design calculations where called for by
the Engineer and other relevant details of all such works to the Engineer for approval at
least one month before he desires to commence such works. Approval by the Engineer of
any such proposal shall not relieve the contractor of his responsibility for the sufficiency of
such works.
(c) The contractor shall, at his own cost, design and provide any temporary arrangements
including relieving/service girders required in connection with the above said works and
remove the same, when no longer required. These arrangements shall conform to Railway
norms. The contractor shall obtain all necessary approvals and sanctions of the concerned
Railway authorities including Commissioner of Railway Safety through the Engineer in
advance and well in time.
(d) The contractor shall ensure and be entirely responsible for proper design, fabrication,
provision and upkeep of all temporary arrangements and all associated activities so as not
to endanger safety of any assets, running track, traffic and traveling public and for following
all extent instructions, norms, practice and procedures laid down by Railway authorities in
this respect, which may be ascertained from the Railways through the Engineer.
(e) If required, Railways may, in order to ensure the safety of the running track, post at site
Regular Railway staff to watch the efficacy and safety of temporary arrangements and
protection measures round the clock for the period the same exist in the running line and
till the running line is restored back to normal. Railways may also supervise the insertion,
maintenance and removal of the temporary arrangements. The cost of such staff shall be
borne by the Employer.
(f) Notwithstanding the above, the contractor shall not, however, be relieved of his

Section 4 Page 26 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
responsibility and obligation as aforesaid.
(g) Save as provided in Para 7 (e) above, the contractor shall bear the cost of complying with all
safety requirements. No extra payment will be made for complying with the safety
provisions under this chapter and the cost of all such elements to meet the safety
requirements shall be deemed to be included in the Bill of Quantities.
1.9 The contractor remains fully responsible for ensuring safety. In case of any accident, the Contractor
shall bear cost of all damages to his equipment and men and also damages to Railway and its
passengers.
1.10 Suitable barricading to forewarn road vehicle driver shall be provided by the contractor. The
luminous tape, strung on bamboo or steel poles can be considered for such barricading. Barricading
arrangement should be got approved by the Engineer.
1.11 Indemnity by Contractor
The Contractor shall indemnify and save harmless the Railway/Employer/Engineer from and
against all actions, suit proceedings, losses, costs, damages, claims, and demands of every nature and
description brought or recovered against the Railways/ Employer/Engineer by reason of any act or
omission of the contractor, his agents or employees, in the execution of the works or in his guarding
the same. All sums payable by way of compensation under any of these conditions shall be
considered as reasonable compensation to be applied to the actual loss or damage sustained, and
whether or not any damage shall have been sustained.
1.12. Damage to Railway Property or Life or Private Property
The contractor shall be responsible for all risks to the works and for the trespass and shall make
good at his own expense all loss or damage whether to the works themselves or to any other
property of the Railway or the lives of persons or property of others from whatsoever cause in
connection with the works until they are taken over by the Employer and this although all
reasonable and proper precautions may have been taken by the Contractor, and in case the
Railway/Employer/Engineer shall be called upon to make good any costs, loss or damages, or to pay
any compensation, including that payable under the provisions of Workmens compensation act or
any statutory amendments thereof to any person or persons sustaining damages as aforesaid, by
reason of any act, or any negligence or any omissions on the part of the contractor, the amount of
any costs or charges including costs and charges in connection with legal proceedings, which the
Railway/Employer/Engineer may incur in reference thereto, shall be charged to the contractor. The
Railway/Employer/Engineer shall have the power and right to pay or to defend or compromise any
claim of threatened legal proceedings or in anticipation of legal proceedings being instituted
consequent on the action or default of the contractor, to take such steps as may be considered
necessary or desirable to ward off or mitigate the effect of such proceedings, charging to Contractor,
as aforesaid, any sum or sums of money which may be paid and any expenses whether for
reinstatement or otherwise which may be incurred and the propriety of any such payment, defence
or compromise, and the incurring of any such expense shall not be called in question by the
Contractor.
1.13. Safety of Public
(i) The Contractor shall be responsible to take all precautions to ensure the safety of the Public
whether on Public or Railway property and shall post such look out men as may in the
opinion of the Engineer be required to comply with regulations pertaining to the work.
(ii) The Contractor shall provide effective barricading using G.I. corrugated sheets around
foundation pits, trenches, erection sites, demolition sites etc., to prevent accidents and
injuries to the public. He shall erect barricading duly leaving safe passage for the movement
of the public as per the directions of Engineer.
(iii) No payment will be made for providing such barricading and the rates quoted by the
Contractor shall be inclusive of such safety measures.
1.14. Reporting of Accidents
The Contractor shall report to the Engineer details of any accidents as soon as possible after its
occurrence. In the case of any fatality or serious accident, the Contractor shall, in addition, notify the
Engineer and the Employer immediately by the quickest available means.

Section 4 Page 27 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
1.15 Life-saving Appliances and First-aid Equipment: The Contractor shall provide and maintain upon
the Works sufficient, proper and efficient life-saving appliances and first-aid equipment to the
approval of the Engineer and in accordance with the requirements of ILO Convention No. 62. The
appliances and equipment shall be available for use at all time
1.16 Security Measure
(a) Security arrangements for the work shall be in accordance with general requirements and
the contractor shall conform to such requirements and shall be held responsible for the
action or inaction on the part of his staff, employees and the staff and employees of his
subcontractors.
(b) Contractors as well as Sub Contractors employees and representatives shall wear
identification Badges (cards), uniforms, helmets, gum boots and other safety/protection
gadgets/accessories provided by the Contractor. Badges shall identify the Contractor and
show the employees name and number and shall be worn at all times while at site.
(c) All vehicles used by the contractor shall be clearly marked with the Contractors name or
identification mark.
(d) The contractor shall be responsible for security of works for the duration of the contract and
shall provide and maintain continuously adequate security personnel to fulfill these
obligations. The requirements of security measures shall include, but not be limited to,
maintenance of Law and Order at site, provision of all lighting, guard, flagmen, and all other
measures necessary for protection of works within the colonies, camps and elsewhere at
site, all materials delivered to the site and all persons employed in connection with the
works continuously throughout working and non-working periods including nights,
Sundays and holidays, for the duration of the contract. However, at work sites in close
proximity of traffic corridors where public and traffic are likely to come close to the work
area, suitable barricading as proposed by contractor and approved by Engineer shall be
provided.
(e) No separate payment will be made for providing security measures and will be deemed to
be included in the rates quoted by the contractor.
1.17 Contractor will have to comply the instructions circulated for Safety on Worksites Specially
Doubling and Third line Works being implemented by RVNL, circulated vide RVNLs letter No.
2005/RVNL/P/CC/Circular Dt. 10.02.2009 and letter of even No. Dt. 12.03.10 (enclosed as
Annexure I and II of this chapter) and any subsequent instructions on this issue.

It is presumed that bidders have gone through the Rail Vikas Nigam Ltd.s above mentioned
letters including any subsequent instructions on this issue if any, before quoting the rates.

Section 4 Page 28 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
Annexure I

Section 4 Page 29 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Section 4 Page 30 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Section 4 Page 31 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
Annexure II

Section 4 Page 32 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Section 4 Page 33 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Annexure 2 (Section 4)
Scope of Works Specified for execution of Works Contract(s)
for which
Project Management Consultancy Services
are called for

Employers requirements as stipulated in Bid Documents for the works contract(s) is


contained in the Bid Document under Section 5 and in its Corrigenda, which may be
referred to. Some of the details with the same para numbers as in the bid documents
and in its Corrigenda are detailed below for ready reference. The A&C issued may also
be referred.

2.0 Scope of work:


Package No. 1 Dhasa (including)-Lunidhar (including)

Execution of gauge conversion of meter gauge track between DHASA (Incl.) and LUNIDHAR (Incl.)
stations (0.00 TO 49.50 Kms.) -Construction of Roadbed, bridges, supply of ballast, Dismantling of
existing Meter gauge track, Installation of track (excluding supply of rails & ordinary PSC line sleepers),
Electrical (General Electrification), Indoor Signaling and Telecommunication works between DHASA
(Incl.) & JETALSAR (Incl.) and outdoor Signaling and Telecommunication works between DHASA (Incl.) to
LUNIDHAR (Incl.) in Bhavnagar Divisions of Western Railway, Gujarat, India.

Package 2 Lunidhar (excluding)-Jetalsar (including)

Execution of gauge conversion of meter gauge track between LUNIDHAR (Excl.) and JETALSAR
(Incl.) stations (49.50 TO 104.50 Kms.) -Construction of road bed, bridges, supply of Ballast,
Dismantling of existing Meter Gauge track, Installation of track (excluding supply of rails & ordinary PSC
line sleepers), Electrical (General Electrification), Outdoor Signaling and Telecommunication works
between LUNIDHAR(Excl.) & JETALSAR(Incl.) in Bhavnagar Division of Western Railway, Gujarat, India.

2.1 Introduction

2.1.1 The tendered work is part of the project of Gauge conversion of existing Meter gauge line
to Broad gauge Railway line between Dhasa and Lunidhar stations of Bhavnagar
division of Western Railway.
The work is primarily to be executed on the existing alignment of the Meter Gauge
track except at few locations where permanent diversions are proposed,
predominantly within the Railway land, to facilitate construction of the formation,
bridges etc. Land acquisition will be required at a few isolated locations only for
facilitating the construction of roads for interconnecting of the level crossings, easing
of curves etc.
It is proposed to take up the work of this section as it is equally important from the
point of view of both passenger and freight traffic.

The Pre block works on the full stretch of 49.50 Kms between DHASA (Including) and
LUNIDHAR (Including) can be started immediately. Similarly the work for
construction of Major Bridges No 2,3 & 5 of package-1 & Bridge No.7, 8 & 9 of
package-2 and casting of RCC boxes for minor bridges & PSC Slab, widening of the
formation (wherever feasible) shall be started prior to the mega block.

Package 1

Section 4 Page 34 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
The total length of the proposed section in Package-1 is 49.50 Kilometers including indoor work of
Signaling and Telecommunications which covers the section from DHASA to JETALSAR.
The scope of work includes dismantling of old M.G. track, leading & stacking of released P. Way material,
earthwork & blanketing for widening of the formation to make it to suitable to Broad Gauge standards,
bridge works, transportation and casting of R.C.C. boxes, miscellaneous works like construction of station
building, residential accommodation, construction of RCC overhead tanks, Bore wells, provision of site
facilities, general electrification and signaling and telecommunication works. The indoor signaling and
telecommunication work for the entire project section between DHASA (including) to JETALSAR
(including) is included in the Package-1 whereas the outdoor Signaling and Telecommunication for the
section between DHASA (including) to LUNIDHAR (including) is included in package-1 and the outdoor
signaling & telecommunication work between LUNIDHAR (excluding) and JETALSAR (including) is
included in the package-2I.

The Pre block works/activities on the full stretch of 49.50 Kms between DHASA (Incl.) and LUNIDHAR
(Incl.) can be started immediately. Similarly the work for construction of Major Bridges No 2, 3, 4, 5 and
casting of RCC boxes for minor bridges & PSC Slab, widening of the formation(wherever feasible) shall
be started prior to the mega block.

The proposed Gauge conversion between DHASA (Including) and LUNIDHAR (Including) has 5 Crossing
stations as given below-

1. DHASA
2. LATHI
3. KHIJADIYA
4. CHITAL
5. LUNIDHAR
Package -2:
The total length of the proposed section in Package-2 is 55.00 kilometers however the indoor work of
Signaling and Telecommunications for this stretch is covered in the Package-1.
The scope of work includes dismantling of old M.G. track, leading & stacking of released P. Way material,
earthwork & blanketing for widening of the formation to make it to suitable to Broad Gauge standards,
bridge works, transportation and casting of R.C.C. boxes, miscellaneous works like construction of station
building, residential accommodation, construction of RCC overhead tanks, Bore wells, provision of site
facility, general electrification and signaling and telecommunication works. The indoor signaling and
telecommunication work for the entire project section between Dhasa (including) to Jetalsar (including)
is included in the Package-1 whereas the outdoor Signaling and Telecommunication work for the section
between Lunidhar (excluding) and Jetalsar (including) is included in the package-2.

The Pre block work/activities on the full stretch of 55.00 Kms between LUNIDHAR & JETALSAR can be
started immediately. Similarly the work for construction/strengthening of major bridges No. 7, 8, 9 and
casting of RCC Boxes/PSC slabs for the bridges, widening of the formation (wherever) feasible shall be
started prior to the mega block.

The proposed Gauge Conversion line between LUNIDHAR and JETALAR has 5 Crossing stations & 1 flag
station as given below-

1. KUNKAVAV
2. KHAKHARIYA
3. VADIYA DEVLI
4. VAVDI
5. JETPUR
6. JETALSAR

Section 4 Page 35 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
2.1.2 The proposed work is in connection with the gauge conversion of track between DHASA
& JETALSAR. The proposed GC will connect major railway stations viz.DHASA,
KHIJJADIYA, KHAKHRIYA, KUNKAVAV, JETPUR, JETALSAR.

2.1.3 Position of Land Acquisition:

This is a Gauge conversion work and existing center line will be followed except at certain
stretches where permanent diversions are proposed to facilitate ease of construction of the
Bridges, raising of formation etc. Major portion of the required land for the execution of works
is available .Land acquisition is required in certain yards like DHASA etc. primarily for easing of
curve, shifting of L.C etc. However, the contractor may have to lease the land temporarily for
installation of his facilities like batching etc. The bidders are advised to make detailed study and
cater for such expenditure in the bid.
2.1.4 Quarries for getting earth for making embankment:

The contractor has to make detailed survey on availability of quarries for earthwork and
blanketing near to the project site. The bidder may also ascertain lead/lift involved for
carrying this earth from these quarries. The contractor has to obtain permission from
the District Revenue Authorities for quarrying earth. RVNL will only forward
contractors request to District Revenue Authorities in obtaining permission for earth
quarrying. However, it is the responsibility of the contractor to obtain the permission.
Royalty/seigniorage charges have to be borne by the contractor. The bidder has to take
into account the above aspects while quoting the rates.
2.1.5 Earthwork in cutting:
The bidders are advised to ascertain the extant laws regarding payment of royalty/seigniorage
charges for executing the earthwork in cutting and leading to embankment within railway
boundary. In case any such charges are to be paid, the same shall be included in the rates quoted
for the item.
2.1.6 Approaches to the project site: The land acquired for the project caters for operational
of the proposed line. The contractor shall plan for approach road to the various sites
of work conducting detailed survey and should include the cost of inputs for any such
approach roads in his bid for the work.
2.1.7 Availability of sand and aggregates:

The bidders are advised to make their own enquiries with regard to availability of the
construction materials such as sand, aggregates etc. and quote their rates accordingly.

Methodology and activities proposed:

2.1.8 Earthwork: The earthwork has to be executed for the entire section. As the work has to
be executed by the side of existing running railway line, full safety precautions has to
be taken to completely avoid any disruption to existing train operations.

2.1.9 Methodology for execution of earthwork:

The execution of formation of earthwork in filling has to be carried out in a systematic manner as
per the RVNL Standard specifications for Materials and Works (Engineering works).

Following are the steps involved for executing the above earthwork:

(i) Fencing: Before starting the work, where the earthwork is to be done along the existing
running track, the existing track should be protected with safety fencing. No work will
be allowed to be executed without provision of safety fencing. The Contractor has
to strictly maintain safety fencing in good condition at all times. The Contractor
shall cater for the maintenance of safety fencing in his rates till the completion of
the work. RVNL will stop the work in case the work is carried out by the Contractor in
the vicinity of running track with improperly maintained safety fencing. THE SAFETY

Section 4 Page 36 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)
OF EXISTING TRAIN SERVICES IS PARAMOUNT AND NON NEGOTIABLE. The
payment for providing safety fencing will be made under relevant item of the bill.

(ii) Site Clearance: Site clearance shall be done for full formation width at ground level plus
additional width of one meter on both sides. Site should be cleared of all obstructions,
viz. Vegetation, trees, bushes etc. and there after it should be dressed and levelled.
Depression if any should be filled with suitable soil duly compacting. Final level surface
should be properly compacted by mechanical means to get level and uniform ground
surface.

(iii) When bank is constructed on ground having steep slopes, the ground surface should be
suitably benched so that the new material of bank gets well bonded with the existing
ground surface.

(iv) Setting out of construction limits: Centre line alignment at 50m centre to centre and
full construction width should be demarcated with reference pegs duly painted for
identification/marking with lime powder/dug belling about 90cm away from the
proposed toe of the bank. Care should be taken not to disturb the pegs during
construction.

(v) Benching: Pitching stones from the protected bank slopes shall be removed and stacked.
Then, benching has to be carried out on the side slopes of the existing bank so that the
new material of the bank gets well bonded with the existing bank.

(vi) Selection of fill material: Only suitable soil as per specification shall be used as
construction material which shall be approved by Engineer in charge.

(vii) Field trial for compaction: Field trial for compaction shall be conducted on fill material
to assess optimum thickness of layer and optimum number of passes to arrive at desired
density.

(viii) Earthwork in filling: Earthwork shall be spread in not more than 30cm layer using
grader up to an extra width of 0.5m beyond design profile for the proposed formation
and trolley refuges at 100m centre to centre. Lumps of soil if any shall be broken to
75mm or lesser size before placing on embankment. Layer should be compacted up to
the required level of compaction commencing from sides before putting up next upper
layer towards centre with minimum overlap of 200mm between each run of the roller.
Compaction shall be carried out so as to achieve specification as per RDSO guide line and
specification for design of formation for heavy axle load of 25t. In the final part, the roller
should move over the surface without vibration so that top surface is properly finished.
After reaching final level, top and side dressing including removal of extra earth from
sides shall be carried out to arrive at a final formation as per design profile. As the
widening of the existing M.G. formation will also be done prior to the mega block for the
section, full safety precautions for the running of M.G. train and others shall be taken in
accordance with safety circulars issued by Railways.
(ix) Provision of sub bank: In case of bank height exceeds 6m, sub bank has to be provided.
The quantity of earthwork of sub bank has been catered in the item of earthwork in the
schedule.

The Cost of executing earthwork as per above methodology is assumed to be included in the bid
submitted by the contractor.

Section 4 Page 37 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Monsoon:

Normally, October, November and December are the monsoon months. It is desirable that the
contractor completes the earthwork at desired locations before the onset of monsoon to avoid
discontinuity of work.

2.1.10 Minor Bridges:

The scope of work includes construction of Bridges between Dhasa to Jetalsar in


respective section of different packages. Most of the minor Bridges are planned with
R.C.C Boxes which will mainly be precast and will be cast in segments of appropriate
length(number of segments shall be as per the approved structural design) in a
nominated casting yard. The precast segments shall be transported to the site of work
and launched using cranes of appropriate capacity. The launching of the precast
segments has been planned primarily during the mega block. The payment for precast
bridges shall be made against item No 2014 of Bill no 2A of the BOQ. In case the RCC Box
is planned for construction cast -in-situ, the payment shall be made against item no 2005
of BOQ. Dismantling of existing bridges shall be paid against the relevant items.

The list of minor bridges to be constructed is as follows:

Section 4 Page 38 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

MINOR BRIDGES (Package 1)


(Existing) / Existing Bridges. Proposed Bridges.
Sr. Between Chainage Chainage
Proposed Br. Span Water Span Water way
No. Station Ex. DLJ Ex.DAS Type Type
No. No x Length way (m) No x Length (m)

1 DAS-LAT 1 026561 000541 1 x 1.20 1.20 RCC Box


2 DAS-LAT 2 028045 002025 1 x 1.20 1.20 RCC Box
3 DAS-LAT 3 028980 002960 1 x 1.20 1.20 RCC Box
4 DAS-LAT (1) 4 30761 004741 1 x 1.52 1.52 Arch 1 x 1.50 1.50 RCC Box
5 DAS-LAT 5 032220 006200 1 x 1.20 1.20 RCC Box
6 DAS-LAT (1A) 6 032474 006454 1 x 0.23 0.23 RCC Pipe 1 x 1.20 1.20 RCC Box
7 DAS-LAT 8 034920 008900 1 x 1.20 1.20 RCC Box
8 DAS-LAT 9 035920 009900 1 x 1.20 1.20 RCC Box
9 DAS-LAT 10 036570 010550 1 x 1.20 1.20 RCC Box
10 DAS-LAT 11 037820 011800 1 x 1.20 1.20 RCC Box
11 DAS-LAT 12 038370 012350 1 x 1.20 1.20 RCC Box
12 DAS-LAT 13 40070 14050 1 x 1.20 1.20 RCC Box
13 LAT-KJV (3A) 14 043016 016996 1 x 0.23 0.23 RCC Pipe 1 x 1.20 1.20 RCC Box
14 LAT-KJV (3C) 15 043154 017134 1 x 0.23 0.23 RCC Pipe 1 x 1.20 1.20 RCC Box
15 LAT-KJV (3F) 16 043433 017413 1 x 0.16 0.16 RCC Pipe 1 x 1.20 1.20 RCC Box
16 LAT-KJV 18 048020 022000 1 x 1.20 1.20 RCC Box
17 LAT-KJV 19 048470 022450 1 x 1.20 1.20 RCC Box
18 LAT-KJV 20 049320 023300 1 x 1.20 1.20 RCC Box
19 LAT-KJV 21 051620 025600 1 x 1.20 1.20 RCC Box
20 KJV-CTL 23 057470 031450 1 x 1.20 1.20 RCC Box
21 CTL-LDU 24 058520 032500 1 x 1.20 1.20 RCC Box
22 CTL-LDU (4A) 25 059220 033200 1 X 0.46 0.46 RCC PIPE 1 x 1.20 1.20 RCC Box
23 CTL-LDU 27 061320 035300 1 x 1.20 1.20 RCC Box
24 CTL-LDU 28 065770 039750 1 x 1.20 1.20 RCC Box
25 CTL-LDU 29 067370 041350 1 x 1.20 1.20 RCC Box
26 CTL-LDU (5A) 30 068816 042796 1 x 0.61 0.61 RCC Pipe 1 x 1.20 1.20 RCC Box
27 CTL-LDU (5B) 31 069564 043544 2 x 0.31 0.62 RCC Pipe 1 x 1.20 1.20 RCC Box
28 CTL-LDU 32 071370 045350 1 x 1.20 1.20 RCC Box
29 LDU-KKV 33 074620 048600 1 x 1.20 1.20 RCC Box

MINOR BRIDGES (Package 2)

Section 4 Page 39 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

(Existing) / Existing Bridges. Proposed Bridges.


Sr. Between Chainage Chainage
Proposed Br. Span Water way Span Water way
No. Station Ex. DLJ Ex.DAS Type Type
No. No x Length (m) No x Length (m)
1 LDU-KKV (5C) 34 076176 050156 1 x 0.61 0.61 RCC Pipe 1 x 1.20 1.20 RCC Box
2 LDU-KKV (5D) 35 079429 053409 1 x 0.31 0.31 RCC Pipe 1 x 1.20 1.20 RCC Box
3 LDU-KKV 36 080520 054500 1 x 1.20 1.20 RCC Box
4 LDU-KKV 37 082570 056550 1 x 1.20 1.20 RCC Box
5 LDU-KKV (5E) 38 084250 058384 1 x 0.31 0.31 RCC Pipe 1 x 1.20 1.20 RCC Box
6 KKV-KKK 39 087470 061450 1 x 1.20 1.20 RCC Box
7 KKV-KKK 40 088140 062120 1 x 1.20 1.20 RCC Box
8 KKV-KKK (5F) 41 090380 064360 1 x 0.41 0.41 Hume Pipe 1 x 1.20 1.20 RCC Box
9 KKV-KKK 42 091920 065900 1 x 1.20 1.20 RCC Box
10 KKV-KKK (6) 43 092987 066937 1 x 1.22 1.22 Slab Stone 1 x 1.20 1.20 RCC Box
11 KKV-KKK 44 094620 068600 1 x 1.20 1.20 RCC Box
12 KKV-KKK (7) 45 096673 070653 2 x 6.10 12.20 Steel Girder 2 x 6.10 12.20 PSC slab
13 KKK-VVD 46 098770 072750 1 x 1.20 1.20 RCC Box
14 KKK-VVD (7A) 47 100240 074220 1 x 0.61 0.61 Hume pipe 1 x 1.20 1.20 RCC Box
15 KKK-VVD 48 102220 076200 1 x 1.20 1.20 RCC Box
16 KKK-VVD 49 104370 078350 1 x 1.20 1.20 RCC Box
17 KKK-VVD 50 106170 080150 1 x 1.20 1.20 RCC Box
18 KKK-VVD 51 107220 081200 1 x 1.20 1.20 RCC Box
19 KKK-VVD (7B) 52 110470 084450 1 x 0.91 0.91 IRS pipe 1 x 1.20 1.20 RCC Box
20 KKK-VVD (7C) 53 110740 084720 1 x 1.22 1.22 IRS pipe 1 x 1.20 1.20 RCC Box
21 VVD YARD (7D) 54 111767 085747 1 x 0.15 0.15 CI Pipe 1 x 1.20 1.20 RCC Box
22 VVD-JTP 55 113370 087350 1 x 1.20 1.20 RCC Box
23 VVD-JTP 56 114820 088800 1 x 1.20 1.20 RCC Box
24 VVD-JTP 57 115420 089400 1 x 1.20 1.20 RCC Box
25 VVD-JTP (7E) 58 116271 090251 1 x 6.10 6.10 Steel Girder 1 x 6.10 6.10 PSC Slab
26 VVD-JTP (8A) 59 118200 092180 1 x 0.45 0.45 RCC Pipe 1 x 1.20 1.20 RCC Box
27 JTP-JLR (9A) 60 124035 098015 1 x 0.45 0.45 RCC Pipe 1 x 1.20 1.20 RCC Box
28 JTP-JLR (10A) 61 126356 100336 1 x 6.10 6.10 Steel Girder 1 x 6.10 6.10 PSC Slab
29 JTP-JLR 65 127620 101600 1 x 1.20 1.20 RCC Box
30 JTP-JLR (11) 66 128756 102736 1 x 1.22 1.22 Steel Girder 1 x 1.20 1.20 RCC Box
31 JTP-JLR (12) 67 130105 104085 1 x 2.13 2.13 Arch 1 x 2.00 2.00 RCC Box

Section 4 Page 40 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

The type of bridges proposed are broadly indicative and type of some of the bridges can be modified depending upon the approved General
arrangement Drawings (GAD).
2.1.11 Major Bridges:

The scope of work includes construction of following major bridges.


Package-1:
Existing Bridges. Proposed Bridges.
Exist /
Sr. Between Chainage Chainage Span Span Water
Propo Water River
No. Station Ex. DLJ Ex.DAS Type way Type
Br. No. No x Length way (m) No x Length
(m)
1 DAS-LAT 2 032992 006972 3 x 6.10 18.30 Steel Girder 3 x 6.10 18.30 Jacketing & Lindio River
PSC Slab
2 LAT-KJV 3 041784 015764 16 x 6.10 97.60 Arch 16 x 6.10 97.60 Jacketing & Gagdio River
PSC Slab
3 KJV-CTL 4 054828 028808 14 x 6.10 85.40 Arch 14 x 6.10 85.40 Jacketing & Thebi River
PSC Slab
4 CTL-LDU 5 060423 034403 8 x 6.10 48.80 Arch 8 x 6.10 48.80 Jacketing & Chital River
PSC Slab

Package-2:
Existing Bridges. Proposed Bridges.
Exist /
Sr. Between Chainage Chainage Span Span Water
Propo Water River
No. Station Ex. DLJ Ex.DAS Type way Type
Br. No. No x Length way (m) No x Length
(m)
1 VVD-JTP 8 117220 091200 7 X 12.20 85.40 Arch 7 X 12.20 85.40 Jacketing & Surva River
PSC Slab
2 VVD-JTP 9 121500 095480 8 X 12.20 97.60 Arch 8 X 12.20 97.60 Jacketing & Galoria River
PSC Slab
3 JTP-JLR 10 125140 099120 4 X 6.10 24.40 Arch 4 X 6.10 24.40 Jacketing & Saran River
PSC Slab

These bridges are planned with PSC slabs. The substructure and foundations of bridges are planned for open foundation with RCC. The planning is indicative & there
can be some modifications in the planning as per the site conditions.

Section 4 Page 41 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

2.1.12 Load Testing of Arch Bridges (item No. NS-1 & NS-2, Bill No. 2A) (Package-1&2)
The scope of work covered under this work is to carryout arch load testing on arch
bridges with single axle loading. The loading arrangement at Bridge site as
required for stimulation of BG, 25 t loading of 2008Loading standard is to be
arranged by contractor. A sample BG track (Auxiliary BG track) shall be laid
keeping centre line of track coinciding with centre line of existing MG track. The
load is to be transmitted on both the broad gauge rails by taking reaction using
two hydraulic jacks of capacity of 50 MT or more if required, each monitored by a
remote control pumping unit fitted with pre calibrated pressure gauge for
measuring the load. Eleven dial gauges, five for crown observation and six for
springing level will be observed for different condition of loading viz. initial
loading without any load thereafter at intermediate stages of loading and further
full test load condition or until the settlement reaches the permissible value,
whichever occurs earlier, after release of loads detailed in the observation sheet.
The load and corresponding settlement /spread values will be noted in the
separate sheet.

A telltale of plaster of paris will be put along joints in longitudinal direction for
observation of crack development during the test.

All arrangement required for testing viz. tools, plants, hydraulic jacks, Dial gauges,
labour etc. shall be made by contractor.

The contractor is required to submit technical reports of each bridge in duplicate


copies which includes calculation of test loads, visual observation of bridge
conditions, test schemes detail of equipments used, suitability of arch for 25 T axle
loads along with digital photographs of testing at least 05 per span
2.1.13 Boring of tube well (Item NS-1 of Bill No. 7A) (Pkg-1&2)
Following shall be the scope of the work:
(i) Boring of 250 mm dia. Tube well in all type of soil including rocky strata up to a
depth of 250 M. minimum boring should be done up to 500 mm dia. To
accommodate 250 mm dia. Solid and strainer pipe remaining portion to be filled
by gravel shrouding and cement sealing and mud balls as per electro logging
report.
(ii) Supplying of solid drawn 250 mm dia. (B class 6 mm thick) MS pipe of approved
quality and installing in the well up to 250 M depth. Depth and quantity of MS solid
pipe as per electro logging report.
(iii) Supplying of solid drawn 250 mm dia. (6 mm thick) slotted MS pipe strainer of
approved quality and installing in the well up to 250 M depth. Depth and quantity
of MS strainer pipe as per electro logging report.
(iv) Developing and testing of 250 mm dia. Tube well by air compressor including all
labour, tools & fuel etc. up to 10 Hrs. of running.
(v) Shrounding of tube well by gravel packing all round MS strainer pipe as per electro
logging report and remaining portion should be filled by cement grouting and mud
balls as per electro logging reports.
(vi) In case of any dispute, the decision of Project director will be final.

2.1.14 Providing & laying of DI pipe (Item NS-2 of Bill No. 7A) (Pkg-2)
Providing & lying of S&S centrifugally cast (spun) ductile Iron pipe conforming
to IS: 8329 of class K-9 up to 300 mm dia. The scope of work includes laying of
pipe in all type of soil with contractors tools and labour.

2.1.15 Construction of RCC overhead tank (Item NS-2 of Bill No. 7A) (Package-1)
& (Item NS-3 of Bill No. 7A) (Pacakge-2)
Scope of work and specification for RCC overhead tank is placed at Annexure-A

Material availability:

Section 4 Page 42 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

The contractor is advised to check the availability of sand, aggregate, water fit for
construction/concrete work.

Status of design and drawings:


The GAD for all the minor bridges & major bridges are under preparation.

Geotechnical Details:
The geotechnical investigation for foundation for all the minor & major bridges has been completed.
The bore log for each bridge can be seen in the office of the Chief Project Manager, PIU, Ahmedabad
on any working day

Use of Admixture:
In order to ensure desired strength and durability of the concrete, the Contractor shall make use of
water reducing admixture to the maximum extent as per relevant IS code. It shall be ensured that
the design mix of concrete above M25 mix will be with use of admixture to reduce the use of water.

Precast elements of concrete:


The following items of work are to be done as pre-cast:
(a) CC slabs for inspection steps
(b) CC coping slabs for bridges
(c) R.C. precast Boxes for minor Bridges
(d) Other items as considered necessary for successful execution of the project.

The Contractor has to cast the above elements at suitable location where sufficient space for
casting, water etc. is available. Thereafter, these elements will have to be transported to the
required location and to be laid as per relevant item. Transportation cost is included in the cost of
the items and no separate payment shall be made for any transportation. The Contractor is advised
to cater for this cost while bidding for the work.

The casting yard shall be planned at location having sufficient space, water etc. The casting of all
precast elements shall be done as per the relevant I.S. code/Railway Codes/Specifications.

Curing:
Curing of concrete is extremely important for the strength and durability of the structure. The
Contractor has to ensure desired curing of the concrete. The use of curing compound is permitted.
The contractor shall give details of the curing compound and get the approval of the
Employer/Engineer before use. Contractor shall cater for the cost of curing compound and other
expenditure on curing in the rate of concrete as per schedule.

Unsatisfactory curing:
In case of improper or unsatisfactory curing, the balance 15% payment will not be released.
Further, the strength of concrete will be tested with non destructive testing method at the
expense of the contractor to decide about the efficacy of concrete and further necessary action.

Setting up of laboratory:
The contractor should set up separate laboratories at various sites for testing of concrete for minor
bridges and testing of earthwork & blanketing materials etc. Material require specialized test will
be got done at Lab which is approved by National accreditation board for testing and calibration
Laboratories (NABL) or IIT/NIT/Reputed Engg. Colleges as approved by the Engineer/ RVNL.
Similarly for testing of Ballast it should be carried out from any in house approved lab by Rlys or
any other lab which is approved by RVNL.

Removal of shuttering:
In order to ensure, clean removal of shuttering so as not to spoil the concrete structure and also to
get smooth surface, the contractor should use concrete form release oil, viz. Reebol Emulsion
(FOSROC product) as cleaning agent.

Compaction of concrete:

Section 4 Page 43 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

The vibration of concrete to ensure proper compaction shall be carried out only by use of High
frequency Motor in Head immersion Vibrators of out supply frequency of 200Hz (12000 rpm) of
various sizes or magnetic needle vibrators.

Design Mix:

The contractor shall submit design mixes within one month of award of contract for various
bridges. The same will be approved by Employer/Engineer giving due consideration to

(a) Use of admixtures to reduce W/C ratio.


(b) Use of retarders if any proposed to be used for carrying cement concrete.

Note: The above instructions will override the RVNL Standard Specification in case there is a
conflict between the two stipulations.

2.2 Scope of Present Tender

The scope of work includes Dismantling of old M.G. track, leading & stacking of released P.Way
material, earthwork & blanketing in formation, bridge works , transportation and casting of R.C.C.
boxes, linking of BG track, miscellaneous works like construction of station building, residential
accommodation, construction of RCC overhead tanks, Bore wells, level crossing works, supply of
cement and provision of site facilities, general electrification and signaling and telecommunication
works and other allied and connected work.

Salient features of the proposed New Line are as under:

Dhasa (including) - Lunidhar (including) section Package -1:

Sl. Gauge conversion between Dhasa-


Description
No Lunidhar
1 Length of Section 49.50 Kms.
2 Ruling Gradient 1 in 200 compensated
3 Degree of curvature 1.43 Degree Maximum
4 Major Bridges 4
5 Minor Bridges 29
6 Limited height Subway 14
7 No. of crossing Stations 5
8 No. of Junction Stations 1
9 LC gates 12 Nos. (manned & unmanned)
10 Loading Standard 25 T Axle Load of 2008/MBG loading of
1987

Lunidhar (excluding) Jetalsar (including) section Package 2:

Section 4 Page 44 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

Sl. Gauge conversion between Lunidhar-


Description
No Jetalsar
1 Length of Section 55.00 Kms.
2 Ruling Gradient 1 in 200 compensated
3 Degree of curvature 1.43 Degree Maximum
4 Major Bridges 3
5 Minor Bridges 31
6 Limited height subways 17
7 No. of Stations 5
8 No. of Junction Stations 1
9 LC gates 12 Nos. (manned & unmanned)
10 Loading Standard 25 T Axle Load of 2008/MBG loading of
1987

A. Formation

Earthwork in formation and cuttings for the full length, laying of a blanket layer as per RDSO
guidelines with suitable materials as approved by Engineer. Compaction shall be carried out
so as to achieve specification as per RDSO guideline &specification for Design of formation for
heavy axle load of 25 t.

The top width of the proposed new alignment for bank shall normally be 6.85m and 7.15m on
curves with 2(H):1(V) side slopes. For cutting width of the proposed line excluding side drain
shall be 6.25m on straight and 6.55m on curves, side slopes for cutting shall be as under:

H:V
(i) Hard rock :1
(ii) Soft rock :1
(iii) Moorum/Hard soil/Ordinary soil 1:1

Formation in embankment shall be provided with side slopes of 2:1 or flatter as required. Side
slopes shall be turfed. Bank of height more than 6 Mts shall be designed for slope stability and
the slope shall be adopted accordingly. Earthwork shall be provided with contractors own
earth.

Formation in cutting shall be provided with side slopes of 1:1 in ordinary soil and up to
1/10:1 in rocky strata. Flatter slopes in ordinary soil can be adopted subject to the design.

B. PERMANENT WAY WORKS

Supply and Installation of Permanent Way for the proposed 2nd line including in loops and
crossovers (Rails, thick web switches & weldable crossings will be provided by the Employer
free of cost)

Supply and installation of Ballast for Permanent Way in between stations and in station yards.

C. LEVEL CROSSINGS
Dhasa-Lunidhar(Incl) (Package -1):
There are 12 Nos. level crossings (Manned and Un manned) are proposed on project section.
The exiting level crossings will be accordingly dismantled and rebuild to Broad gauge
standards.

Lunidhar(Excl)-Jetalsar (Package 2):

There are 12 Nos. level crossings (Manned and Un manned) are proposed on project section.
The exiting level crossings will be accordingly dismantled and rebuild to Broad gauge

Section 4 Page 45 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

standards.

RUB/LHS
There are no Road under Bridges of Meter gauge Standard in Dhas-Jetalsar section. In
addition limited height subways are proposed in lieu of 31 nos.level crossings which will be
subject to the approval of the District Administration.

D. STATIONS INCLUDING SERVICE BUILDINGS

Dhasa-Lunidhar(Incl) (Package -1):


There are 05 crossing stations on the proposed Gauge Conversion section falling in package
1. The work basically involves dismantling of existing buildings, platforms shelters,
platforms, other structures wherever required. Out of these all stations involve construction
of new station building .In addition offices, stores, rest houses are also planned which will be
constructed at various stations on the section. The construction activities also include
provision of passenger amenities as per categories of station such as provision of platforms,
passenger shelters, Foot Over Bridges, water booths, benches, boring of tube well,
construction of RCC Overhead tank etc. and other miscellaneous building works at
Bhavnagar station. Part of the work can be executed prior to mega block and part will have
to be executed during the mega-block.

Lunidhar(Excl)-Jetalsar (Package 2):

There are 5crossing stations& 1 flag station on the proposed gauge conversion section
falling in package II. The work involves dismantling of existing Building, platform shelters,
platforms, other structures wherever required. A new station building will have to be
constructed in all the stations. In addition offices, stores, rest houses are also planned which
will be constructed at various stations on the section. The construction activities also include
provision of passenger amenities as per categories of station such as provision of platforms,
passenger shelters and Foot Over Bridges, water booths, benches boring of tube well,
construction of RCC Overhead tank, laying of DI pipes etc. and other miscellaneous building
works at Bhavnagar station. Part of the work can be executed prior to mega block and part
will have to be executed during the mega-block.

E. RESIDENTIAL ACCOMMODATION
Dhasa-Lunidhar(Incl) (Package -1):
26 Nos quarters are planned in package 1. These quarters will be constructed at nominated
stations/locations as per the requirement.
Lunidhar(Excl)-Jetalsar (Package 2):
16 Nos quarters are planned in package 2. These quarters will be constructed at nominated
stations/locations as per the requirement.

F. ELECTRIFICATION

Dhasa-Lunidhar(Incl) (Package -1):


The work involved modification to existing power line crossings in the section

1. Work also involves electrification of service buildings, platforms, platform


shelters, Foot Over Bridges level crossing gates, residential buildings, other
installations and Provision of submersible pump in tube well. Alteration to
the existing service connections will also be involved.

2. The work is to be executed as per the latest instructions, SMIs and drawings
issued by RDSO/Railway board/CEE/Western Railway.

Lunidhar(Excl)-Jetalsar (Package 2):


The work involved modification to existing power line crossings in the section.
1. Work also involves electrification of service buildings, platforms, platform

Section 4 Page 46 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

shelters, FOBs, level crossing gates, goods yards, residential buildings, other
installations and Provision of submersible pump in tube well. Alteration to the
existing service connections will also be involved.
2. The work is to be executed as per the latest instructions, SMIs and drawings
issued by RDSO/Railway board/CEE/Western Railway

1.

G. SIGNALING & TELECOMMUNICATION WORKS

Signaling & telecommunication works in connection with the provision of Gauge


Conversion are proposed to be executed as a part of this contract.

Package-1 consists of 5 block sections & Package-2 consists of 5 block sections which are
to be provided with universal fail safe block interface with axle counter & conventional
track circuit with multiple aspect colour light signals.

2.3 Brief description of the important activities for the proposed Gauge conversion is given
below:
2.3.1 Providing and maintaining office accommodation and vehicles for
use of Employer and Engineer, their Assistants and Staff.

2.3.2 Setting out the alignment of proposed double line and establishing
working, bench marks and alignment references, taking the details
from bench marks and alignment references established by the
Employer earlier. This work has to be done before commencing any
works under this contract.

2.3.3 Preparation of working plans for longitudinal sections, cross


sections and bridge layouts.

2.3.4 Alterations and extensions to the existing station yards including


dismantling, removal & stacking of released material of existing
platforms, foot over bridges, service buildings, and parts of track,
turnouts, glued joints Insulated Rail Joints, Signalling and
Electrical works etc.

2.3.5 Alterations to level crossings falling in the length of the proposed


Gauge conversion to suit the provision of the B.G. including relaying
of some of the level crossings as required.
2.3.6 Construction of limited height sub way in lieu of level crossing based
on the feasibility.

2.3.7 Supply of ballast along the track in mid section and in yards and
running out this ballast to the top of formation and compacting of
ballast with mechanical means. The ballast from existing track
should be retrieved and used in gauge Conversion.

2.3.8 Supply of 1 in 12/1 in 8.5/Derailing Turnout sleepers, switches and


CMS crossings, Switch Expansion Joints, Glued joints etc. Rails for
these items to be arranged by the Contractor at his/their own cost.

2.3.9 Rails, lead rail for turnouts will be issued free of cost by the

Section 4 Page 47 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

Employer.

2.3.10 Supply of all PSC Sleepers required for Bridges, Level Crossings,
Turnouts, SEJs, Glued rail joints etc.
2.3.11 All transportation, handling, stacking materials required for the
above works including Rails, issued by the Employer free of cost,
along with watching, protection, rehandling & restacking etc., of
material.
2.3.12 Dismantling of entire existing Meter Gauge Track, Transportation
and stacking of all released material, taking out & screening of
existing ballast, preparation of top of formation, re-spreading of
screened ballast on prepared formation.

2.3.13 Assembling and laying of new track, turnouts, and switch expansion
joints, glued joints, derailing switches etc., on newly made up
formation with/without traffic blocks.

2.3.14 Slewing and lifting/lowering of track as required with/without


blocks.

2.3.15 Packing of PSC sleepers including lifting and lining of track, turnouts,
etc., as required.

2.3.16 Welding of rail joints by Flash Butt/ SKV process for Conversion of
free rails to LWR/CWR/SWR/10/20-Rail panels.

2.3.17 De-stressing of LWRs/CWRs, gap adjustments for SWRs and Free


Rails.

2.3.18 Fabrication of check rails for Level Crossings, Provision of lifting


barrier, Provision of road sign boards & Level crossing boards etc.

2.3.19 Installation of P. Way components for all level crossings including


shifting of existing gates posts, fencing etc for the new line.

2.3.20 Installation of P. Way components for shifting of level crossings in


yards for both the lines including provision of gate posts, fencing
etc.,

2.3.21 Laying of guard rails on bridges including at bridge approaches.

2.3.22 Erection of all type of Boards/Indicators/Caution Boards

2.3.23 Construction of Passenger Platform including dismantling, alteration


to the existing platform and transport and disposal of muck where
necessary.

2.3.24 Construction of Station Buildings and Other Service buildings


including alterations to the existing Station buildings and other
Service buildings; where necessary.

2.3.25 Modification to existing overhead electrical crossing in accordance


with the supply authority of the area as per Regulation of 1987 and
liaison with them to ensure energisation of newly laid cable and
removal of overhead conductors.

2.3.26 Electrification and provision for water supply to station buildings,


other Service Buildings.

2.3.27 Construction and alteration to road surfaces, where found necessary


in approaches to stations and other buildings, and at level crossings

Section 4 Page 48 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

2.3.28 All other miscellaneous electrical and civil works connected with the
proposed line including removal of infringement and making of
temporary arrangements.

2.3.29 Making and supply of As Built drawings of all the assets


created.

2.3.30 Preparation of working plans for longitudinal sections, cross


sections and bridge layouts.

2.3.31 Construction of cover over platforms and foot over bridges


including supply of all materials.

2.3.32 Dismantling of existing foot over bridges where required and


Provision of new foot over bridges or modification to existing foot
over bridges.

2.3.33 All other miscellaneous works connected with Civil, Signalling and
Electrical disciplines.

2.3.34 Making out design drawings for all circuits for signaling and
interlocking works including for track circuits.

2.3.35 Supply and installation of all Signaling and Interlocking and


Telecommunication works, including supply of all the required
materials.

2.3.36 Setting out alignments and levels and marking of locations for all
cables, location boxes, signals, point machines, block proving axle
counters etc., for Signaling & Interlocking and Telecommunication
works.

2.4 The contemplated works as a part of this tender consists of --

2.4.1 Providing and maintaining office accommodation and vehicles for


use of Employer and their Assistants and Staff.

2.4.2 Survey for fixing the working alignment and establishment of


working bench marks for doing Earth Work and Bridges, river
training and protection works.

2.4.3 Earth Work in formation in banks are to be done with suitable filling
/ blanketing material. Also required protection works are to be
done.
2.4.4 Construction of Major Bridges, Minor Bridges for the proposed GC
line including laying of suitable backings for the bridges and earth
work in bridge gaps.
2.4.5 Protection works for bridges against severe exposure conditions and
temperate climate with heavy to very heavy rain fall.
2.4.6 Casting, stressing and launching of PSC girder, pile foundations etc.
2.4.7 Setting of batching plant for production of controlled concrete.
2.4.8 Setting out alignments and levels and marking of locations for all
piers, abutments of bridges as well as river training and protection
works

2.4.9 Construction of Buildings & Platforms.


2.4.10 Construction of RCC tank &Laying of DI Pipe line
2.4.11 Boring of tube well
2.4.12 Laying & Linking of Track
2.4.13 Supply & installation of S & T equipments.

Section 4 Page 49 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

2.4.14 General Electrical works.

2.4.15 Making and supply of As Built drawings of all the assets created.

2.5

The Nature of work:

The works to be executed can broadly be grouped as under:

Civil

1. Providing and maintaining office accommodation, equipment and


vehicles for the use of the Employer and their Assistants and Staff
during the contract and defect liability periods.
2. Setting out the alignment of proposed new line and establishing
working, bench marks and alignment references, taking the details from
bench marks and alignment references established by the Employer
earlier. This work has to be done before any works under this contract.

3. Preparation of working plans for longitudinal sections, cross sections


and bridge layouts.

4. Carrying out the work of Earth work in formation in banks with


Contractors earth, blanketing material with Contractors material. The
earth work and blanket layer have to be compacted with suitable
machinery at in accordance to the specifications contained in RDSO
guidelines and specification for heavy axle load of 25 ton.
5. Construction of 29 nos. (for package-1) & 31 Nos. (for Package-2) of
Minor bridges (either RCC Box), 4 Nos. (for package-1) & 3 Nos. (for
Package-2) Major bridges with pile foundations/open foundation and
PSC slab for superstructure. The minor bridges are either balancing
bridges or RUB over village roads or small nullahs and irrigation canals.
6. Fixing of bridge plaques, bridge boards, painting of HFL etc.
7. Transportation, handling, stacking, watching, protection, etc of all
material from the manufacturers works/place of purchase to the sites
of use.

8. Setting out the line and level of alignment for the proposed GC and
establishing working bench marks and alignment references, taking the
details from bench marks and alignment references established by the
Employer/ other designated contractors.

9. For carrying out accurate survey work, survey control points shall be
established along the railway line using high end survey equipment
such as DGPS or Total Station connected with nearest GTS Bench Mark.
Also reference pillars are to be established for relocation. This work is
meant for maintaining & checking proper alignment of mid-section &
bridges for which the contractor is solely responsible.
10. Every precaution has to be taken such that there shall be least
disturbance to road traffic during transportation of construction
materials to the site of work.

11. Making and supply of As Built drawings for the new assets
created.

Track Laying & Linking

1. After the receipt of the mega block the section will be blocked for
movement of train traffic and the existing Meter Gauge track will be
dismantled. The dismantled rails &sleepers, fittings etc. will be
transported &stacked at nominated station yard/L.C. /Yard etc. If

Section 4 Page 50 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

required, the 90R/75R released rails from old M.G. track may be
initially utilized for laying of the BG service track on the formation
constructed to the B.G. standard. The service rail in that case will be
released and replaced by single/3/5/10/20/longer rail panels. In this
case the payment of TRR shall be made against relevant item of BOQ.
2. After dismantling of the old Meter Gauge track, the existing ballast
will be Scarified & screened.
3. The earth work, blanketing will be done to bring the formation as per
approved level.
4. The ballast bed will then be prepared as detailed in relevant para.
5. 60 Kg/90UTS rails on PSC sleepers with density of 1660 sleepers per
km with 300 mm ballast cushion shall be provided for the main line.
In station yards, for the loop lines, 52 Kg rails on PSC sleepers with
density of 1540 sleepers/Km with 250 mm ballast cushion have been
proposed. The main line is proposed to be provided with LWR / CWR.
Loop line is shall be provided with SWP/ LWR.
The anti-corrosive paint to be applied in accordance with BOQ item
no. 5014 shall be done to the following specifications:
The anticorrosive painting of the rails shall be carried in accordance
with IS-9862 and as prescribed below:
Surface preparation of rails shall be done, with the help of hand
operated or power operated tools i.e. scrappers, wire brushes, sand
paper, pumice stones etc. Wire brushing shall invariably be done at
the end so as to obtain uniform rubbed surface. The surface
prepared shall be checked visually for uniformity of surface. Special
care should be taken in surface preparation at weld collars and liner
contact areas. Chemical should not be used for surface preparation.
Painting should be done in two coats as follows:
First coat Anti-corrosive bituminous black paint conforming to IS
9862-1981 to a thickness of 100 microns

Second coat- Anti-corrosive bituminous black paint conforming to IS


9862-1981 to a thickness of 100 microns

The second coat shall be after an interval of 8 hours after the first
coat.

6. Yards will be track circuited. Glued joints shall be provided wherever


required. 60 Kg points and crossings on PSC fan shaped lay outs have
been proposed.

7. The work also involves slewing / regrading of existing tracks and


relaying / dismantling of existing MG track and Points & crossings,
wherever necessary.

8. After the formation is ready and cleared by the Engineer for track
linking the rails (Single Rails/3 Rail Panels) shall be unloaded on the
formation. The 52/60 Kg 90 UTS rails shall be handled in accordance
to RDSO specification.

9. Flash butt welding shall be done to convert the single rails into
LWR/CWR as per plan approved by RVNL by contractors portable
road trailer mounted flash butt welding machine. If there is delay in
formation being ready, single rails can be converted into 3/4 Rail
Panels in depots and then these 3/4 Rail Panels can be converted into
LWR/CWR after transferring them to formation.

10. PSC sleepers shall be transported by road and stacked near level
crossings.

Section 4 Page 51 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

11. After dismantling of the Meter Gauge track and rasing of the
formation to the desired level, the required quantity of ballast to the
maximum extent (not less than 2 Cum per meter length) shall be
brought by contractors dumpers on the formation and spread on the
proposed alignment by contractors grader. The grader should
spread and level the ballast in a width of 3.2 meter (Bottom) and
cushion of 200 mm. The ballast bed shall then be compacted with
8/10 Ton capacity roller. The remaining quantity of ballast shall
remain on the common cess of existing/proposed track, leaving clear
space for linking of auxiliary track.

12. After laying of ballast is completed in a particular stretch between


level crossings then auxiliary track shall be laid at a gauge of 3400
mm with centre line matching the proposed track.

13. Now the sleepers shall be lifted from the stacks near the level
crossings with the help of hydra and kept on the formation between
auxiliary track for being picked up by portals for leading them to
point of laying in case portals are proposed to be used for transport
and laying of sleepers.

14. Contractor shall bring his own mechanized portal equipment which
will be capable of traveling on the auxiliary track and will transport
the sleepers from L-Xing to the location of linking. At the location of
laying, the sleepers shall be laid at the required spacing ensuring that
the centre line of sleepers matches with the centre line of proposed
track. Instead of portals, sleeper laying equipment which does not
require use of auxiliary track, can also be used for laying of sleepers.

15. After the sleepers are laid on the ballast bed of 200 mm thickness,
contractor shall arrange his own Rail Threader to pick up the
auxiliary track rails from both sides and lay on the PSC sleeper at Rail
Seat to complete the laying of track.

16. The ballast lying along the track shall be put in the track in the cribs
and shoulders for taking up the work of lifting of track to provide
required cushion of 300 mm.

17. Track shall be lifted and aligned by small track machines. The lifting
and aligning machine should be light in weight and should be
transportable by road from one site to another. This lifting, aligning
and tamping may be required in 2-3 phases until the desired clear
cushion and proper alignment is achieved.

18. Behind the lifting aligning machine, a contractors small track


machine capable of tamping to be deployed. The Tamping machine
should have 8 Nos. of tamping tools so that one sleeper can be tamped
completely per insertion. This light duty tamper should be self
propelled and should be transportable by road from one place to
another.

19. The contractor shall unload additional ballast over the track by his
own mechanized means or manually as per site conditions and
directions of Engineer to achieve desired ballast profile.

20. For achieving the desired cushion and to fill the inter-space of
sleepers as well as crib ballast as per final profile, whatever ballast
will be required in phases to be unloaded by the contractor with his
own equipment and machinery.
21. The contractor, after sequence of linking, lifting, aligning and packing
with his own tools, plants and equipments shall bring the track
parameters in floating condition within the following tolerance limits:

Section 4 Page 52 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

Sr. No. Parameters Extent of irregularities


permitted
1. Gauge (to be measured on each Up to = 3 mm
sleeper)
2. Twist on 3.6 Meter base (for arriving Up to 2.78 mm per meter.
twist cross level to be measured on
each sleeper and twist to be
calculated with respect to every 7th
sleeper)
3. Unevenness on 3.6 meter chord Up to 15 mm.
4. Alignment on 7.2 meter chord Up to 5 mm.
5. Spacing of sleepers with respect to Up to = 20 mm.
theoretical spacing.
6 Joints
i) Low Joints Not permitted
ii) High Joints Up to = 2 mm.
iii) Squareness of joints on Up to = 10 mm.
straight

22. The track thus laid shall have speed potential of 45 kmph. After this
Railways heavy on track tampers shall be made available for machine
packing to achieve normal sectional speed.

23. Two packings shall be done by the contractor with Railways heavy on
track tampers. After the first tamping the track shall be made suitable
for speed potential of 75 kmph. The second tamping (final tamping)
shall be done in design mode and the track shall be made suitable for
maximum permissible sectional speed.

24. Profiling of ballast shall be done to achieve the ballast section as


prescribed in IRPWM.

S & T Work

1. Provision of Route setting type centralised operation of points and


signals with EI at all stations involved with yard remodeling in
connection with Gauge conversion between Dhasa-Lunidhar &
Lunidhar-Jetalsar on Bhavnagar Division of Western Railway.
2. Supply, Installation, wiring, programming, testing of Electronic
Interlocking by the RDSO approved manufacturer, provision of
motor operated points, D.C. tracks circuits and MACLS.
3. Provision of interlocking of level crossing gates located in station
section along with commissioning of Electronic Interlocking at
stations.
4. Provision of Block Proving by Digital axle counters and interlocking
of midsection LC gates as per requirement an approved Signal
Interlocking Plans.
5. Designing and documentation including completion documents of
signaling drawings for indoor and outdoor work.
6. Removal of S&T infringements or shifting of signaling gears like LC
gates, location boxes, signals, cables etc. and telecom gears like cables,
EC post etc. to facilitate the progress of earth work and bridge work
for Gauge conversion.
7. Supply and installation of signaling equipments viz. Electronic
interlocking with wiring, operating cum indication panel, signal units
and accessories, Integrated power supply equipments, Block
Working with axle counter, location boxes and accessories, track

Section 4 Page 53 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

circuit equipments, point machines with ground connection,


electric lifting barrier, data logger with networking etc.
8. Indoor work of programming and commissioning of electronic
Interlocking, erection of Relay rack, CT rack, wiring of relays, testing
and alterations in circuits, installation of power supply equipments &
IPS, operating and indication panel, data logger and networking, axle
counter, installation of DG sets, painting and lettering of all indoor
gears, releasing of all indoor gears etc.
9. Outdoor work of trenching and laying of cables, foundation for
signals, location boxes, etc. wiring of location boxes, signal units,
points machines, track circuits, axle counter jointing of signaling
cables, earthing, RE protection, erection of electrical lifting
barrier, painting and lettering of all out door gears, releasing of all
outdoor gears.
10. Testing of all indoor equipments for functional/operational
requirements and all outdoor equipments of signals, points,
track circuits, LC gates etc. and carrying out necessary
adjustments and modifications in consultation with Engineer.
Preparation of all documents related with testing and test reports.
11. Shifting of all control and communication equipments in the new
ASM room along with associated telecom work.

General Electrical Work.


1. Electrification of Service buildings including alterations to the
existing Service buildings; where necessary.

2. Electrification of FOB, ROB, Level Crossing gates, other Service


Buildings and Residential Buildings.

3. Modifications to existing overhead Electrical Crossings


4. Liaison with GSEB to ensure energisation of newly laid cable and
removal of overhead conductors.

The above is not an exhaustive list covering all the works to be done
under this Tender. Only Major works have been listed for guidance.

2.6 Some Special stipulations/features:


2
Civil
. Work
2.6.5 While planning for the work of transportation of bridge construction
6
materials to the bridge site., the finished formation of earth work in banks
and cuttings with or without blanket layer should not be used for plying of
trucks or other vehicles used for transportation. This restriction has
specially been imposed to save the top surface of the formed formation
from forming pits and ruts, which later are likely to accumulate water and
pose problems for maintenance.
2.6.6 The mechanical means required to meet the stipulations mentioned in the
above sub Para should be arranged by the Contractor.
2.6.7 Railway land, if available and spareable, shall be provided for the purpose
of stacking of material and setting up of concrete batching plant, etc.
However, the Contractor shall be responsible for arranging any such
requirement of land and arranging/developing any required approach to
site of work, etc at his own cost.
2.6.8 The Contractor shall be required to mobilise resources for taking up work
at a number of locations simultaneously. A tentative scheduling of major
activities is given at sub-clause 2.14 of this section for purpose of guidance
only. The planning of resources may be done at least to meet these
requirements.
2.6.9 Suitable/preferred type of soil for embankment is not available in close
proximity of the proposed new line. The bidder may ascertain availability
and lead/lift involved before quoting his rates.

Section 4 Page 54 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

Inspection of S & T Work


2.6.10 S &T work is required to be carried out in accordance with the IRS
specification for RRI/PI (S/36/87) and conforming to RDSO Specifications
No. RDSO/SPN/192/2005 for EI with latest amendments issued. The
installation practices of all signaling gears should be as per the Signal Engg
Manual Part I &II issued in September 2001 and to suit latest relevant
correction slips. The work is required to be carried out in accordance with
the RE manual for stations falling under 25 KV electrified traction. The
execution is required to be carried as per standard specifications of RVNL.
However, specifications, drawings and other details mentioned in BOQ or
in special conditions, wherever applicable will prevail over the standard
specifications. Copy of the standard specification of RVNL can be
purchased from the office of RVNL on payment.
2.6.11 The Signal & Telecom material to be supplied by the contractor as per
RDSO Specifications/ Drawings will have to be procured from approved
firms appearing in PART-I list of RDSO and to be supplied duly inspected
by RDSO. In case where no manufacturers are available in Part I of
approved list issued by RDSO, procurement may be done through the firms
included in Part-II of approved list treating them as approved
manufacturers as per board letter no. 77/RS(G)/779/17 dated 23.1.79
and 78/W3/SGB/1 dated 21.01.80
2.6.12 The Signal & Telecom material to be supplied by the contractor as per
TEC/DOT/BSNL specification will have to be procured form DOT/TEC
approved firms. The inspection of such items will however be carried out
by RDSO provided the value is more than value stipulated in inspection
policy of RDSO.
2.6.13 In case the contractor is supplying imported equipments from approved
manufacturer, then in addition to manufactures test certificate, such
equipments shall be inspected by RDSO.
2.6.14 Signal & Telecom items not inspected by RDSO/ RITES for any reason will be
inspected by the Engineer / Authorised Representatives of RVNL. In case of
any difficulty in inspection, RVNL may decide the authority of inspection,
either by any other Govt. agency or by consignee. Whenever materials are
inspected by Authorised Representatives of the RVNL/Engineer, the
contractor will be required to furnish his or manufacturers Guarantee
Certificate.
2.6.15 The RVNL shall have full power to reject any material that it may consider to
be defective or inferior in quality, workmanship, or otherwise not in
accordance with the Specification and the RVNLs decision shall be final,
even though they might have been inspected by RDSO/RITES. The
contractor shall remove forthwith any such material rejected and replace
them promptly at his own cost. Inspected and accepted material, if
damaged during transit shall be replaced by the contractor free of cost
prior to installation.
2.6.16 Inspection Charges of RDSO and RITES will be borne by the Contractor. In case
of change of inspection from RDSO/RITES to RVNL/Consignee, 1% cost of
the material will be deducted by RVNL, as inspection charges.
2.6.17 Items included in the list of items to be inspected by RDSO & RITES and are
not inspected by RDSO/RITES for any reason whatsoever and will be
inspected by the Authorized Representatives of RVNL. The following
conditions will apply:
i) Material conforming to RDSO specn/drg is procured from RDSO
approved source.
ii) Contractor shall submit Manufacturers Guarantee Certificate for the
material.
iii) All such cases where change in agency of inspection other than
mentioned in the schedule is required will be processed for specific approval
of competent authority.

2.6.18 Inspection of Electrical material. All material to be used for electrical

Section 4 Page 55 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

general works will be inspected by RITES/RVNL representative as per the


extant directives from Railway/RVNL.

Procurement of materials
2.6.19 Procurement of Track, S&T and Electrical Items has to be planned by the
contractor in consultation with the Engineer and procurement plan shall be
got approved from the Employer before placing any orders for such materials.

Procurement Plan should be prepared in such a manner that those materials


which have a shelf life like rubber pads etc may be procured in a staggered
manner so that the materials are used before its properties get modified with
age. The procurement of materials shall be planned as per the milestone/key
activities specified in pursuance to GCC clause 8.3 .If the material/product
does not remain of required specifications at the time of its actual use the
same will be replaced by the contractor with materials conforming to
Specifications at his own cost.

2.6.20 If the Contractor is required to purchase certain material(s) from firms in the
approved list of RDSO/Zonal Railways /RVNL, as per terms and conditions of
the contract, then the Contractor shall place orders accordingly on firms
appearing in the approved list, as specified, on the date of placing the order
and provide details of such orders placed to RVNL.

In case the contractor places an order on an approved firm, but the firm is
subsequently de-listed before the supply is completed, then in such cases, if
there are any outstanding orders on the de-listed firm, then wherever the
balance delivery period is available, the extent of supply made by the firm
within the original delivery period, shall be accepted provided it passes the
inspection of RITES/RDSO/inspecting authority specified in the contract. If
the de-listed firm fails to deliver the material within the original delivery
period, no extension shall be granted by the Contractor to such firms after
date of issue of de-listing order. In case where delivery period has expired, no
extension shall be granted and all such orders shall be cancelled and a fresh
purchase action should be taken.

2.7 CODES & SPECIFICATIONS

The works shall be carried out as per Standard Specifications of Rail Vikas Nigam Limited,
which can be obtained on payment. Wherever reference is made in the Contract to specific
standards and codes to be met by the goods and materials to be furnished and work performed
or tested the provisions of the latest current edition or revision of the relevant standards and
codes in effect shall apply, unless otherwise expressly stated in the Contract. Where such
standards and codes are national or relate to a particular country or region, other authoritative
standards which ensure an equal or higher quality than the standards and codes specified will
be accepted subject to the Engineers prior review and written approval. Differences between
the standards specified and the proposed alternative standards must be fully described in
writing by the Contractor and submitted to the Engineer at least 28 days prior to the date when
the Contractor desires the Engineers approval. In the event the Engineer determines that such
proposed deviations do not ensure equal or higher quality, the Contractor shall comply with the
standards specified in the documents.

All goods and materials to be incorporated in the goods be new, unused, and of the most recent
or current models, and that they incorporate all recent improvements in design and materials
unless provided for otherwise in the contract.

(a) The Standard Specifications of Rail Vikas Nigam Limited and the list of codes and
manuals given in the annexure thereof shall be prime governing.

Section 4 Page 56 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

(b) Where there is conflict between provisions in IRS & IS specifications, provisions in IRS
specifications shall prevail.

(c) Where there is no provision of specifications in IRS, provisions in IS specifications


should be adopted. Where there are no provisions in IRS and IS Specifications,
provisions in IRC Specifications should be followed.

(d) For items not covered in IRS/IS/IRC specifications, BS-5400 Part 1 to 10 may also be
considered.

(e) The decision of Engineer shall be final and binding in the interpretation of the clause of
the codes of practice and specifications of this tender and no claim whatsoever shall be
entertained on this account from the Contractor.

2.8 SURVEY AND FIXING WORKING BENCH MARKS AND ALIGNMENT MARKERS.

2.8.1 The work of conducting survey and fixing bench marks and alignment markers before the start
of any work on this tender is included in the works covered by the present Tender.

2.9 Bench marks:

2.9.1 All along the length of the proposed double line benchmarks have been set up by the Employer
at intervals of about a kilometer. The details of these bench marks along with their reduced
levels have been marked on the design drawings indicating the plan and L section which form
a part of the tender. The contractor along with the Engineer should verify the details of these
bench marks in the first instance, soon after taking possession of the site. If any mistakes are
detected in these details of these bench marks the same should be indicated to the Engineer.
The mistakes detected should be corrected in consultation with the Engineer. These corrections
should be got approved by the Engineer before starting of any other work.

2.9.2 The contractor shall then in presence of the Engineer establish working bench marks at short
intervals, adequately connecting them to the reference bench marks set up by the Employer in
the Project length. The working bench mark levels should be got approved from the Engineer.
An up to date record of all bench marks including approved corrections if any, shall be
maintained by the contractor and also the Engineer.

2.9.3 All levels taken for making out the longitudinal section and cross section should be related only
to these working bench marks.

2.9.4 While doing the above mentioned work, the fact that similar work will have to be done once
again on the completed earth work in formation for fixing up the longitudinal levels of the
installed P. Way should be kept in view.

2.10 Alignment:

2.10.1 All along the length of the proposed double line at a intervals of about half a kilometer,
alignment reference pillars have been set up the Employer; in addition five reference pillars
have been erected for each of the curves to indicate the start & end of the over all length of the
curve and its circular portion and apex, by the Employer. In the design drawings showing the
plan and L section, which forms part of the tender, the co-ordinates for these pillars have also
been given. This has been done to facilitate setting of the alignment of the proposed line. The
contractor along with the Engineer should verify the details of these alignment pillars, soon
after taking possession of the site. If any mistakes are detected in these details, the same
should be indicated to the Engineer before starting any other work. These detected mistakes
should be corrected by the Contractor in consultation with the Engineer. These corrections
should be got approved from the Engineer.

2.10.2 The contractor shall then in presence of the Engineer establish working alignment reference
markers at shorter intervals, adequately connecting them to the reference pillars set up by the

Section 4 Page 57 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

Employer in the Project length. The location of these subsidiary alignment markers should be
got approved from the Engineer. An up to date record of all alignment pillars, and corrections, if
any done, shall be maintained by the contractor and also the Engineer.

2.10.3 The alignment for the double line should be related only to these working bench marks.

2.10.4 While doing the above mentioned work, the fact that similar work will have to be done once
again on the completed earth work in formation for fixing up the alignment of the installed P.
Way should be kept in view.

2.10.5 After the formation has been constructed, the centre line of track both in Block Sections and
Yards should be re-fixed taking guidance from already set up alignment references. Similarly
the rail levels of track both in the block sections and the yards should also be fixed with
reference markers. These will be used for installation of track.

2.11 Responsibility for establishing and maintaining working bench marks and alignment
markers

2.11.1 The Engineer when necessary will provide the contractor with the data necessary for setting
out of the centerline. All dimensions and levels shown on the drawing or mentioned in the
documents forming part of or issued under the contract shall be verified by the contractor on
the site; he shall immediately inform the Engineer of any apparent errors or discrepancies
noticed in such dimensions or levels. In consultation with the Engineer, the noticed mistakes
should be corrected. These corrections should have the approval of the Engineer.

2.11.2 The contractor will be entirely responsible for accurate setting out of the works and
safeguarding all survey monuments, bench marks, alignment references etc. The work of
setting out shall be deemed to be a part of the general works preparatory to the execution of
work and no separate payment shall be made for the same.

2.11.3 The above mentioned points have been repeated in the respective sections dealing with
specifications for different works for laying emphasis on these items.

2.11.4 The contractor will be entirely responsible for accurate setting out of the works and
safeguarding all survey monuments, bench marks, alignment references etc. The work of
setting out shall be deemed to be a part of the general works preparatory to the execution of
work and no separate payment shall be made for the same.

2.12 Issue of materials by Employer:

2.12.1 All rails required for track linking in block sections, yards, including loops, rails required for
use as Guard Rails on bridges, Check rails at Level Crossings and for manufacture of Turnouts,
Switch Expansion Joints, Derailing Switches and Glued Insulated Rail Joints will be issued, free
of cost, by the Employer within the Project area.

The employer will also issue thick web switches, weldable crossings and line sleepers free of
cost within the project area. All other materials required for completion of works shall be
supplied by the Contractor. The transportation required within the project area to the actual
site of laying will be paid only once as per relevant BOQ items for rails required for laying in
track, line sleepers, thick web switches and weldable crossings. However, the cost of
transportation of rails being issued for manufacture of items like turn outs, SEJs, glued joints,
guard rails etc. from project area to workshop and manufactured items to the site of laying has
to be borne by the Contractor which is deemed to be included in his rates.

2.12.2 The rails and other materials to be issued by the Employer to Contractor will be handed over at
any convenient locations within Railway Land in the contract section. The contractor should
collect the same from these locations and transport them to the work site as found necessary.
He shall use only mechanical means for handling of rails during all stages of work to avoid any
damages to the rails. Leading will be paid separately as per relevant item of BOQ.

2.12.3 Normally rails supplied by the Employer will be in nominal lengths of 13m / 26m. However,
rails of short lengths may also be supplied. The quantity of rails issued to the contractor will be

Section 4 Page 58 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

reckoned on the basis of weight obtained as a product of length measured up to centimeter and
sectional weight as per standard weight.

If the new rails required for manufacture of turnouts (including lead rails and check rails),
Switch Expansion Joints, Derailing Switches and Insulated Rail Joints, given by the Employer
free of cost require Ultrasonic Testing, the Contractor should arrange for the same.

The Contractor will be permitted to use the rails issued to him as per Sub para 2.12.1 as Service
rails for a maximum length of 2 km. free of cost for carrying out Mechanized track laying by
using any approved method. However, the Contractor should ensure that these service rails
are not damaged and plan to use them ultimately in the permanent works.

2.12.4 Payment for transportation of rails from the place of issue to the final place of laying will be
made only once as per the relevant item of BOQ, irrespective of the method of welding and
linking proposed to be adopted by the contractor involving multiple handlings etc.

2.12.5 Payment for track linking will be made only for the actual length of rails forming part of
permanent assets. No payment will be made for any temporary tracks or auxiliary track laid for
convenience for execution of works, any other temporary arrangements or multiple handling of
track materials and components.

2.12.6 Accountal of Rails: The contractor shall exercise utmost caution while planning welding and
track linking works to minimize wastage of rails issued to him. In case it becomes necessary to
cut ends of new rails either to bring them to the straightness and twist tolerances specified or
for squaring of rails for making equal length panels at the time of welding, then the Contractor
shall obtain the specific approval from the Engineer or his representative for such cuttings on a
case by case basis.

The contractor shall return all left over rails including cut pieces to the Engineer at the end of
work, duly accounting for them.

The length of rails to be returned by the Contractor will be in linear measurements, section-
wise after reconciling the total quantity of rails used for the permanent works.

The length of rails to be returned by the Contractor will be computed by deducting from the
total weight of rails issued, section-wise, the total weight of rails used for permanent works and
the weight of rails including cut pieces, returned section wise. While computing, the total
weight of rails used for the permanent works, due allowance for shortening of the rails for
Flash Butt Weld joints and increase in the length for AT Welds, forming part of the permanent
work as per yard sticks (24 mm for Flash Butt Weld and 25 mm for AT Weld) will be allowed.

No allowance will be given for either the lengths or part of the sections of rails lost in the
manufacturing process. Only cut rail lengths of full rail sections, resulting from the
manufacturing operations should be returned by the Contractor.

Computation of weight of rails will be as indicated before.

2.13 If the ends of the rails are not square, the contractor shall make them square by grinding by
mechanical means but no separate payment will be made for such incidental works. If the ends
of the rails are bent or twisted, the contractor shall carry out end cropping and payment will be
made for cutting of rail under relevant item in the BOQ.

2.14 The contractor before starting the work of running out of ballast on to the formation, shall
inspect the general condition of top surface of formation in embankment and cuttings.
Wherever the formation is not satisfactory for running out ballast, he shall specifically bring the
matter to the notice of Engineer in writing, who after inspecting the site will decide the
locations requiring attention by the Contractor.

2.15 Wherever, the undulations in formation are less than 100mm, the contractor, with prior
permission of the Engineer, shall dress up and level the top surface duly cutting the excess
materials from the humps, filling the depressions with approved blanketing material and
compact the surface preferably with a vibratory roller or a minimum of 8/10 tonne road roller

Section 4 Page 59 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

to give plain surface with the requisite camber, level and super elevation. As the cost of the
rectification work is already deemed to be included in the quoted rates. No separate payment
will be made for this item to the contractor.

2.16 Wherever the deviation in levels is more than 100mm, the contractor, with prior permission
of the Engineer, shall bring the top of formation to correct levels, grades, camber, super-
elevation as per Plan and L section by filling the depressions with blanketing material and
cutting the excess spots. As the cost of the rectification work is already deemed to be included
in the quoted rates. No separate payment will be made for this item to the contractor.

2.17 Wherever ER clips in existing track proposed for dismantling are found jammed, the contractor
shall remove the same by heating or by any other approved method, without causing damage to
the sleepers, as per the directions of the Engineer. The rates quoted by the contractor shall
cover all such incidental works for which no additional payment will be made.

2.18 After dumping and spreading the initial layer of ballast over the finished formation, the
contractor shall compact the same to 200mm by using a vibratory compactor to give a uniform
and even ballast surface. The rates quoted by the contractor shall cover this item of work for
which no additional payment will be made.

2.19 The rates quoted by the contractor for supply of materials like turn outs, SEJs, Glued joints,
fittings, fastenings etc forming part of permanent assets shall be deemed to include the cost of
supply and transportation to the location of final laying, including storage, watch and ward,
multiple handlings, thefts, damages etc., Only the actual quantity of materials forming part of
permanent assets will only be considered for payment.

2.20 The rates quoted by the contractor for supply of items like turnouts, derailing switches, SEJs,
check rails for turn outs, glued joints etc. shall include the cost of rails also (except lead rails for
turn outs).

2.21 Suggested method of installation of Permanent Way.

The following method of installation of track using PQRS equipment is in vogue. A brief
description of this method of installation of Permanent Way is given only for the information of
the contractor. The contractor, however, can follow any method he chooses for installation of
track.

(a) For installation of Permanent Way on either side to a length of about 1 KM to 2 KM.
suitable locations for making depots are first identified. Mostly such locations will be at
level crossings where road approaches are available.

(b) The required Permanent Way components like rails, PSC Sleepers, fittings and fixtures
of Rails and Sleepers are transported to such locations and stacked.

(c) The rails are welded into long panels and neatly staked on the prepared bed in advance.

(d) Utilising the services of a Road crane, track panels of 13 m length are then fabricated and
stacked.

(e) When Permanent Way is proposed to be installed, service track on to one side for
movement of PQRS is laid for some length.

(f) The assembled track panels are then loaded from the stacks using a road crane and
placed on a suitable carrier specially designed for this purpose. The panels are then
placed in position on the prepared ballast bed on formation by PQRS equipment.

(g) The welded rail panels are then transported on this track made of service rails. The
service rails are replaced by welded panels and the free rails are brought back to the
depot for forming further panels to continue the work.

(h) The process is repeated for installing track on the other side of depot for 1 KM to 2 KM.

Section 4 Page 60 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

2.22 In the case of items under contractor supply like SEJs, turnouts, derailing switches, glued joints
etc where rails are machined or used for fabrication, the contractor shall arrange rails of suitable
quality and arrange for their ultrasonic testing, at his own cost and the rates quoted by him for
respective items shall include the cost of rails and their testing.

2.23 INTERFACING AND INTEGRATION OF WORKS

2.23.1 As a part of provision of Gauge convervsion between Dhasa (including) and Lunidhar (ncluding)
& Lunidhar (excluding) to Jetalsar (including) the work of providing road bed viz., earthwork &
bridges, facilities like construction of station buildings, quarters, platforms, cover over
platforms, foot over bridges, water supply, Signalling, electrification and installation of track
works are being executed by one Agency only. The interfacing for the purpose of integration of
works between the partners of JV, in case the work is awarded to a JV or between the
Contractor and his sub contractors will arise. This has to be kept in view.

2.23.2 Major portion of the Land is available throughout the section for carrying out the works.
However if additional land is required in yards/mid-section, necessary arrangements will be
made for acquiring the land without affecting the progress of work.

2.23.3 The site for collection of materials like ballast, P Way fittings etc., is readily available. In case the
Contractor chooses to collect the above said material on the other side of existing track, due
care, as defined before, shall be taken while carting these material on to the formation for double
line. In any case, no additional payment will be made for either crossing of tracks or for extra
arrangements to ensure safety while crossing the tracks for carting materials. Rails, line
sleepers, thick web switches and weldable crossings for the works under this contract are under
procurement and will be supplied progressively as per the pace of the construction.

2.23.4 The contractor shall take full responsibility in terms of organizing, managing, coordinating and
administrating the interfacing of all components of works including all issues related to and
arising out of such tasks and responsibility. The contractor shall interface with all concerned
authorities and other contractors as required to complete the work satisfactorily within the
stipulated period.

2.23.5 Under consideration and application of the above clause, the contractor shall and has also the
obligation to liaise with the other contractors and Authorities to obtain all necessary technical
information, all necessary information concerning organization of works, coordinating the
works etc. which are necessary to assess, mitigate, take care of contractual obligations, risks,
liabilities and whatsoever arising out of interfacing, engineering issues, organization of the
works etc. The employer/engineer shall not be held liable in any way, throughout the
preparation of the offer and/or execution of the works and/or maintenance period and/or
defects liability period for any omissions, misunderstanding, negligence etc. arising out of
interfacing, coordinating, organizing etc. of the works. The employer will not entertain any
claim arising out of misunderstanding, miscommunication, omission, withholding of
necessary/required information or whatsoever between the concerned contractors/Authorities
concerning interfacing, organizing etc. of works. In case of any claim arising from any of the
contractors, as aforesaid, referring to interfacing and/or interfacing related issues, the Employer
will hold the concerned contractors liable for not taking care of their contractual obligation
concerning interfacing, organizing, co-ordination etc. of the related works.

2.23.6 It is the intention of the Employer that the overall interfacing, planning, scheduling, logistic
administration inclusive of necessary logistic planning and all tasks that are necessary to
guarantee proper co-ordination and proper interfacing of all activities during the complete
execution of the works, is clearly understood and agreed to. Integrated programme shall set out
in detail how the different contractors will work together in execution of the works. It shall also
spell out the overall interfacing, planning, scheduling, logistic administration inclusive of
necessary logistic planning and all tasks that are necessary to guarantee proper co-ordination
and proper interfacing of the different activities by various agencies during the execution of the
works. A master schedule incorporating the milestone of works completion by each contractor
shall be included in the integrated programme to demonstrate the capability of all parties
involved in the completion of the works. The essence of the integrated programme shall be that
the contractors have both overall responsibility for the completeness and the timeliness of all
the works and quality of the contractual works within the agreed time frame. Allowance need to

Section 4 Page 61 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document).

be made by the contractors in their resources and pricing to ensure that proper co-ordination of
the various items is incorporated in their contract.

2.23.7 Needless to say that commissioning of this double line project requires close coordination
among various agencies executing the works in this section, Engineer, Employer and the Railway
authorities. The contractor shall therefore plan all his works requiring interfacing, like works in
mid section, station yards, with other agencies, meticulously, in consultation and coordination
with all concerned parties, in advance, for expeditious execution, without causing any delay
either to his works or those of others.

2.23.8 The contractor shall strictly adhere to the work plan made for works requiring interfacing. Any
delay either on his part or on the part of other agencies and other bottlenecks that could affect
the pace of works shall be informed to the Engineer in time so as to enable him to take
corrective steps.

2.23.9 If, in the opinion of Engineer, any delay in execution of any part of the Project requiring
interfacing is attributable to the failures of the contractor to take adequate steps for smooth
execution of such works, then the Engineer shall have the right to take necessary steps to
organize and streamline such works, including excluding the requisite portion of work from the
scope of the Contractor and getting the same executed by other agencies, at the risk and cost of
the contractor.

2.24 Damages to property: The contractor shall organize all his activities so as not to cause any
damage to the property of Railway or that of other agencies or any third party. In spite of taking
all precautions, in the unfortunate event of any damage to the property, then the contractor shall
not only indemnify the Employer of the claims made by the affected parties but also settle the
matters with the affected parties as per law. If the nature of damage is one of that affecting the
train movements or causing a safety hazard to the public, then the situation will be treated as an
emergency and the Engineer reserves the right to take all necessary steps as deemed necessary
to restore train operations or to remove the hazardous situation or to mitigate the damage, at
the risk and cost of the contractor.

2.25 SURVEY EQUIPMENT

The contractor should provide the survey equipment and other accessories as per the
instructions of Engineer as and when required. He should also provide all necessary help as
required by the Engineer for checking the works, whenever required.

2.26 Power Line Crossings:

2.26.1 Modifications to existing overhead electrical crossings:


All 11 & 33 KV overhead crossing will be converted in to cables and structures of EHT overhead
crossings infringing up on work will be suitably modified in consultation with Railway &
Electricity supply authorities (if required or otherwise.)
2.26.2 The Contractor shall co-ordinate with the concerned State Electricity Authorities for
carrying out all modifications to the power line crossings (ensuring approval /sanctioned) and
strictly adhere to the Schedules of power shut down while executing the works.
2.26.3 The Contractor shall hand over all released materials the contractor also liaison with
concern electricity board arising out of modifications to power line crossings to the respective
Authorities and no separate payment will be made for loading, leading, transporting etc. The
entire work shall be planned in advance and submitted to the Engineer for approval. The
Contractor shall provide adequate resources as per the approved plan to complete the work as
per programme.

2.27 All power requirements for execution of works shall be arranged by the Contractor from his
own resources. Subject to availability of power, the Employer/Engineer will recommend to the
Railway Authorities for providing power connection. The Contractor shall bear the cost of
installation and payment of necessary charges for providing such power connections as per the
Terms and Conditions of the Railway.

Section 4 Page 62 of 62
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

SECTION 5

FORM OF AGREEMENT,

GENERAL CONDITIONS OF CONTRACT


AND
SPECIAL CONDITIONS OF CONTRACT

Project Management Consultancy

For
Gauge Conversion of existing Meter Gauge track between Dhasa and Jetalsar:
Construction of roadbed, bridges, supply of ballast, Dismantling of existing
MG track, Installation of track (excluding supply of rails & ordinary PSC line
sleepers), Electrical (General Electrification), Signaling and
Telecommunication works of Bhavnagar Division of Western Railway,
Gujarat, India in 2 (Two) Packages

Section 5 Page 1 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

SECTION 5

CONTENTS

Cl NO. Description Page


4 to 7
A:FORM OF CONTRACT AGREEMENT

CONTAINING CLAUSES
1 Services 4
2 Reports 5
3 Personnel 5
4 Commencement Date 5
5 Date of Arrival 5
6 Provision of Services and Payment to 5
the Consultant
7 Accounts for payment 5
8 Authorized Representative of 6
Consultant
9 Notices and Requests 6
10 Effective Date 6
11 Miscellaneous 7
12 Documents forming the Contract 7
B: GENERAL CONDITIONS OF 8 to 37
CONTRACT

Article
No.

I Personnel 8 to 11
II Staffing Schedule 12
III Performance of the Services 12 to 16
IV Sub-Contracts 17
V Relationship of parties 17
VI Payment and mode of Billings 17 to 22
VII Accounts and Records 23
VIII Indemnity and Insurance 23 to 24

IX Ownership of work product, Computer 25


Programs and Equipment
X Disposal of Data & Equipment 25
XI Co-ordination 26
XII Exemptions and Facilities 26
XIII Force Majeure 27
XIV Suspension 28
XV Termination 28 to 31
XVI Settlement of Disputes 32 to 36
XVII Variations 36

Section 5 Page 2 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

XVIII Conflict of Interest 36


XIX Confidential Information 36
XX Contractual Ethics 37
XXI Compliance to Laws, Bylaws and 37
Regulations
XXII Specifications & Designs 37

C: SPECIAL CONDITIONS OF 39 to 41
CONTRACT

Section 5 Page 3 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

A: FORM OF CONTRACT AGREEMENT

PROJECT MANAGEMENT CONSULTING SERVICES FOR THE IMPLEMENTATION


OF RAILWAY PROJECTS-

CONTRACT No. __________________

This AGREEMENT (hereinafter, together with all the appendices/attachments


attached hereto called the Contract) is made on the _________ day of __________,
2011, between the ______________________________________ on the one part (hereinafter
called the Employer) acting through the Managing Director, and
____________________ in association with_______________________________ (hereinafter
[jointly] called the Consultant) on the other part [notwithstanding such
association] the Consultant will be represented hereunder at all times by
____________________ which will retain full and undivided responsibility for the
performance of obligations hereunder and for the satisfactory completion of the
Consultant's services to be performed hereunder.

WHEREAS

A) Rail Vikas Nigam Limited has been established by Ministry of Railway,


hereinafter referred to as Railway as a Special Purpose Vehicle (SPV)
under the Companies Act 1956 to develop, mobilize resources and
implement these projects which are part of National Railway Vikas Yojana
(NRVY) Scheme through a Memorandum of Understanding.

B) The Employer has requested the Consultant to provide consulting services


for Project management Consultancy for the works -------------------------
-------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------
-----------
C) The Consultant has agreed to provide the Services on the terms and
conditions set forth in this Contract.

NOW THEREFORE the parties hereto hereby agree as follows:

Clause 1. Services.

The work to be performed by the Consultant under the Contract


(such work being hereinafter called the Services) is more
particularly described in the Terms of Reference (TOR) set forth in
the RFP document. Any modifications to such TOR that materially
impact upon the Services which may be agreed between the
Consultant and the Employer pursuant to Section 17.01 of the
General Conditions of Contracts and any subcontract approved by
the Employer pursuant to the terms of Section 4.01 of the General
Conditions of Contract, shall only be implemented with the prior
concurrence of the Employer.

Clause 2. Reports.

Section 5 Page 4 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

The Consultant shall submit to Employer in the English language the


reports and documentation specified in TOR and in Section 6.05(b)
of the General Conditions of Contract:

Clause 3. Personnel.

(a) Subject to Sections 1.01, 1.02, 2.01 and 3.01 of the General
Conditions of Contract, the Services shall be carried out by the
personnel specified in the RFP document (hereinafter called the
personnel) for the respective periods of time indicated therein.

(b) The consultant shall, at all times, ensure that there is a Project
Manager acceptable to the Employer to supervise and coordinate the
operations of the personnel in the field and to be responsible for
liaison between the Consultant and the Employer.

Clause 4. Commencement Date.

The Consultant shall commence the Services within Forty Five (45)
calendar days after the issue of LOA except when the Employer
notifies for commencement of services for a later date.

Clause 5. Date of Arrival.

The Consultant shall promptly inform the Employer of the date of


arrival of the personnel at site.

Clause 6. Provision of Services and Payment to the Consultant:

(a) In consideration of the payments to be made by the Employer to the


Consultant as indicated in this agreement, the consultant hereby
covenants with the Employer to provide the services in conformity
in all respects with the provisions of the contract.
(b) The Employer hereby covenants to pay the Consultant in
consideration of the provision of services for completion of the
project, the contract price or such other sum as may become payable
under the provisions of the contract at the time and in the manner
prescribed in the contract.

Clause 7. Accounts for Payment:

Subject to Articles VI of the General Conditions of Contract, all


payments under this Contract shall be made to the following account
of the Consultant:

(To be indicated by the Consultant and agreed by the Employer)

Clause 8. Authorized Representative of Consultant.

Section 5 Page 5 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Any action required or permitted to be taken, and any documents


required or permitted to be executed under this Contract may be
taken or executed on behalf of the Consultant by a designated
representative and on behalf of the Employer by designated
representative of Rail Vikas Nigam Limited.

Clause 9. Notices and Requests.

Any notice or request required or permitted to be given or made


under the Contract shall be in writing and in the English language.
Such notice or request shall be deemed to be duly given or made
when it shall have been delivered by hand, mail, telex or facsimile to
the party to which it is required to be given or made at such party's
address (given below) specified in writing to the party giving such
notice or making such request.

The Chief Project Manager,


Rail Vikas Nigam Limited
-------------------------------
-------------------------------,
-------------------------------

For the Consultant

_____________________

_____________________

Clause 10.Effective Date.

(a) The Contract shall become effective upon the date notice is given to
the Consultant to proceed with the Services pursuant to Clause 4
above.

(b) Should the Contract not have become effective within ninety (90)
calendar days of the issue of Letter of Acceptance, either party may,
by not less than ten (10) calendar days written notice to the other
party, declare the Contract to be null and void, and in the event of
such a declaration by either party, neither party shall have any claim
against the other party with respect hereto.

Clause 11. Miscellaneous.

(a) No delay in exercising or omission to exercise, any right, power or


remedy accruing to their party under this contract upon any default
shall impair any such right, power or remedy, or be construed to be a
waiver thereof or an acquiescence in any default, affect or impair any

Section 5 Page 6 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

right, power or remedy of such party in respect of any other


subsequent default.
(b) The General Conditions of Contract and documents attached hereto,
which including this Agreement collectively constitute this Contract
(as defined hereinabove) are each integral and substantive parts of
this Contract and are fully binding on each of the parties.
Clause 12: Documents forming the Contract.
The following documents along with original RFP documents,
addendum/corrigendum or any other reference made in connection
with RFP document shall be deemed to form and be read and
construed as part of this Contract Agreement.
i) The Letter of Award

ii) The consultants Proposal along with the addenda


iii) All correspondence between Consultant and Employer after
Submission of RFP and before issue of Letter of Award.
iv) Notice to Proceed.
v) Performance Security.
IN WITNESS WHEREOF, the parties hereof have caused the Contract to be
signed in their respective names as of the day and year first above written.

FOR AND ON BEHALF OF (THE EMPLOYER)

______________________________________
(Authorized Representative)

FOR AND ON BEHALF OF (THE CONSULTANT)

______________________________________
(Authorized Representative)

Section 5 Page 7 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

B: - GENERAL CONDITIONS OF CONTRACT

ARTICLE I

Personnel
Section 1.01: If any of the key personnel, for whom CV has been submitted
with the proposal, and the personnel has obtained a score less
than 70% during evaluation, the Consultant shall provide
replacement at the time of initial deployment as per
undertaking submitted. Consultant shall promptly submit the
CV of the personnel proposed to be deployed as replacement
and RVNL shall convey approval/rejection (after personal
meeting, if required, with Project Director), within a period of
10 days of receipt of such CV. Failure in deployment within 45
days of the request for deployment by the Employer shall
result in deduction @ 1% of the accepted monthly
remuneration rate of the key personnel per day of delay, for
the first 90 days after the notice period of 45 days. After the
above 90 days period is over, a deduction @ 2% of the
accepted monthly remuneration per day of delay shall be
applicable. In case RVNL does not convey the
approval/rejection within 10 days of receipt of CV, the period
of 45 days shall deemed to be extended by the number of days
taken beyond stipulated 10 days subject to the condition that
there is no delay on account of the Consultant in presenting
the person for meeting with Project Director on the date
decided and conveyed by RVNL.

Section 1.02: The Consultant is expected to deploy the key personnel for
whom the Consultant has submitted the CVs with the
proposal, no changes shall be made in the personnel at the
time of initial deployment. However, personnel, who are not
asked to be deployed by the Employer at the time of issue of
LOA or LOA was not issued within 180 days from deadline of
submission of applications, may be changed with equal or
better qualification and experience. If, for any reason (except
as mentioned in the foregoing sentence) beyond the
reasonable control of the Consultant, it becomes necessary to
replace any of the personnel, the Consultant shall forthwith
provide a replacement acceptable to the employer with
equivalent or better qualifications and experience (Total
marks obtained in evaluation as per ITC clause 5.7.2.4 should
be equal or more than the replaced personnel. However,
personnel obtaining lower marks but scoring more than the
minimum 70% and also satisfying the minimum stipulated

Section 5 Page 8 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

qualification and experience may be accepted on reduced rate


{accepted rate x the score obtained by the proposed
personnel/ the score of the personnel being replaced} subject
to further condition that in case this is leading to vitiation in
contract, the rate has to be further reduced to avoid vitiation.)
subject to the provisions of Para 1.04 below.
In case RVNL does not convey the approval/rejection within
10 days of receipt of CV for the proposed replacement, the
Consultant shall give a reminder to the Employer promptly
and wait for the decision of the Employer for another 10 days
from the receipt of such reminder by the Employer, if still
Employer fails to convey its approval/rejection of the CV, then
the CV shall be deemed to be accepted and such proposed
personnel shall become eligible for deployment.

Section 1.03: In the event that any of the deployed personnel is found by
the Employer to be incompetent, guilty of misbehaviour or
incapable of discharging the assigned responsibilities, the
Employer may direct the Consultant by a written notice, at the
expense of the Consultant, to forthwith provide a replacement
with equivalent or better qualifications and experience (Total
marks obtained in evaluation as per ITC clause 5.7.2.4 should
be equal or more than the replaced personnel) acceptable to
the Employer.
Consultant shall promptly submit the CV of the personnel
proposed to be deployed as replacement and RVNL shall
convey approval/rejection (after personal meeting, if
required, with Project Director), within a period of 10 days of
receipt of such CV.
Such replacement should be arranged at the earliest but not
later than 45 days of such notice. If a replacement is not given
within 45 days then a deduction @ 1% of the accepted
monthly remuneration rate per day of delay, for the first
90days after the notice period of 45 days shall be applicable.
After 90days period, a deduction @ 2% of the accepted
monthly remuneration rate per day of delay shall be
applicable. In case RVNL instructs to remove the personnel
with immediate effect in the interest of project
implementation, the Consultant shall be bound to comply with
Employers instructions without demur. However, in such a
case payment of remuneration for the notice period of 45 days
shall be borne by RVNL.
In case RVNL does not convey the approval/rejection within
10 days of receipt of CV, the period of 45 days shall deemed to
be extended by the number of days taken beyond stipulated
10 days subject to the condition that there is no delay on
account of the Consultant in presenting the person for
meeting with Project Director on the date decided and

Section 5 Page 9 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

conveyed by RVNL and in such a case, the Consultant shall


give a reminder to the Employer promptly and wait for the
decision of the Employer for another 10 days from the receipt
of such reminder by the Employer, if still Employer fails to
convey its approval/rejection of the CV, then the CV shall be
deemed to be accepted and such proposed personnel shall
become eligible for deployment.

Section 1.04 If the key personnel are required to be replaced on its own by
the consultant at the time of initial deployment as per section
1.02 above or the key personnel are replaced by the
consultant after initial deployment (including the key
personnel for whom CV were not required to be submitted
along with the proposal), for the reasons other than
permanent long term disability or death (i) for total
replacement above 20% and upto 33% of key personnel,
remuneration shall be reduced by 5% of the accepted
remuneration rate of the personnel replaced (ii) for total
replacement above 33% and upto 50% remuneration shall be
reduced by 10% and (iii) for total replacement above 50%
and upto 66% remuneration shall be reduced by 15% of the
accepted remuneration rate of the personnel replaced (iv) for
total replacement beyond 66% of the key personnel the
employer shall initiate action of higher
deduction/termination/debarment upto 2 years as
considered appropriate.

Section 1.05: The Project Manager/Resident Engineer being important


controlling personnel for the project should normally not be
changed once deployed. However, in exceptional
circumstances if change is a must, then an overlapping period
of 15 days is to be provided for proper handing over and
taking over. For such overlapping period, the Employer will
pay the manmonth rate for one person only. In case if such
overlapping period is not ensured, recovery @2/30th of the
accepted monthly remuneration rate of the personnel shall be
done for each day of reduction in overlap.

Section 1.06: If CV of the proposed personnel is found incorrect or inflated


at a later date, the personnel accepted will be removed from
his assignment and debarred from further assignments in
RVNL works for a period of 3 years. The remuneration rate of
the replacement personnel shall be reduced by 20% from the
remuneration which was payable to the removed personnel. If
a consulting firm submits such incorrect or inflated CV for the
second time in the same contract, necessary action will be
taken by RVNL to debar the firm from participation in future
assignments of RVNL.

Section 5 Page 10 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Section 1.07: To ensure better discipline, management and better


availability of PMC personnel, the Consultant shall ensure that
the deployed personnel reside in the vicinity of the PMC
office(s) in their work area by making suitable arrangement.
Failure to ensure this will be treated as non compliance of
contractual obligations under section 3.07.

Section 1.08 The deployment schedule for each Expert and Supervisor for
Intimation of the next day should be fixed on daily basis by the Project
Daily Deployment Manager on the previous evening, and conveyed by email to
the concerned CPM/Project Director of RVNL. Failure to
ensure this will be treated as non compliance of contractual
obligations in terms of section 3.07. If during check by RVNL
any of the personnel is not found at site as per the
deployment intimated, the person shall be marked absent for
the day.

Section 1.09: The Consultant shall not recruit, or attempt to recruit


personnel from amongst persons in the services of the
Employer, or working on the works of the Employer from
contractors/consultants side unless such recruitment is for a
position higher than the existing position of the person, which
can be done only after the approval of the Employer. In case of
non compliance detected at any time the Employer it will be
treated as non compliance of contractual obligations in terms
of section 3.07 and may also lead to termination of contract.

Section 1.10: Any personnel who have been removed by RVNL, in any of its
contracts, shall not be recruited for the assignment.

Section 1.11 Minimum monthly payment by the Consultant :

The Consultant shall ensure that each key personnel and


supervisor is not paid less than the minimum monthly
payment stipulated below for each category:

Team Leader Rs. 2,25,000/-


Project Manager - Rs.1,37,000/-
Resident Engineer - Rs.78,000/-
Expert - Rs.52,000/-
Supervisor - Rs.39,000/-
Trainee Supervisor - Rs. 30,000/-

The payment for this purpose shall include only salary, leave
salary, medical insurance, PF contribution of the employer.

Section 5 Page 11 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

The minimum payment as specified above shall be applicable


for the first 12 months from the date of commencement and
shall be increased @ 5% every 12 months from the date of
commencement. However, any reduction in remuneration
rate under provisions of this Article 1 of GCC shall not affect
the payment of minimum monthly salary to the personnel by
the consultant.

The Consultant will certify in each interim payment certificate


that no personnel is being paid less than the minimum
stipulated amount. In addition the Consultant will be
required to submit documentary proof thereof as demanded
by RVNL including Form 24 or any other relevant Form
(submitted quarterly to Income Tax Department) and Form
16 or any other relevant Form (Issued annually to the
employee) under Income Tax Act.

Section 1.12 A system of monitoring the progress of the projects


through Remote Eye System is under implementation in
RVNL. The Consultant will be required to visit sites and
upload the required information/data as per the system.

ARTICLE II
Staffing Schedule
Section 2.01: DELETED.

Section 2.02: Employer reserves the right to reduce the nos. and estimated
person months of key personnel and site supervisors by
serving 30 days notice to the consultant, without any claim
on either side, as per site requirement and the staffing
schedule shall be amended accordingly.

ARTICLE III

Performance of the Services


Section 3.01: The Consultant shall carry out the Services with due diligence
and efficiency and shall furnish to the Government and the
Employer such information related to the Services as the
Government, or the Employer, may from time to time
reasonably request.

Section 3.02: The Consultant shall act at all times so as to protect the
interest of the Employer and will take all reasonable steps to
keep all expenses to a minimum consistent with sound
professional practices.

Section 3.03: The Consultant shall furnish to the Employer such


information related to the Services as the Employer may from
time to time reasonably request.

Section 5 Page 12 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Section 3.04:
(a) Performance Security
The Consultant shall furnish performance security as
specified in Data Sheet for carrying out the services in
accordance with the provisions of Contract Agreement. The
consultant shall ensure that the Performance Security is valid
and enforceable until the Consultant has completed the
services and remedied any defects. If the terms of the
Performance Security specify its expiry date, and the
Consultant have not become entitled to receive the
Performance Certificate by the date 28 days prior to the
expiry date, the Consultant shall extend the validity of the
Performance Security upto the anticipated date that the
services will be completed and any defects remedied.
The Guarantee shall be unconditional and irrevocable. The
Employer shall return the Performance Security to the
Consultant within 21 days after issue of Performance
Certificate.
Whenever the contract is terminated under Section 15.01 due
to default of the Consultant, Performance Security shall be
forfeited in full and the Performance Guarantee shall be
encashed.
The balance work shall be got done independently by the
Employer without risk and cost of the failed Consultant. The
failed Consultant shall be debarred from participating in the
tender for carrying out the balance work.

(b) List of Personnel

The Consultant shall submit a list of names of personnel


immediately required as indicated in the notification of award
fulfilling the qualifications and experience as prescribed in
Form 8A along with the Curriculum Vitae of each Personnel in
Form 8C and summary in form 8B, as given in section 3,
within a period of 30 days from the issue of Notification of
Award. Failure to submit the same shall entitle the Employer
to terminate the Consultancy Contract and forfeit the
proposal security.

On submission of the CVs by the consultant, RVNL shall


examine the same and the candidate proposed may be
required to have a personal meeting with the Project Director
before the acceptance of the proposed personnel by the
Employer. The approval or rejection of the personnel will be
communicated by RVNL within 10 days.

The list of balance personnel, in full or part, whenever


subsequently required will be provided, fulfilling the

Section 5 Page 13 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

qualifications as mentioned above within 30 days of receipt of


such request.

Section 3.05: Effectiveness of Contract


The Contract shall come into force and effect on the effective
date subject to fulfilment of conditions precedent to signing of
contract agreement.

Section 3.06: Commencement of Services

The consultant shall commence the services in accordance


with clause 4 of the Contract Agreement. The anticipated
dates of commencement and completion of works for which
project management consultancy is required to be provided
by the consultant are:

a. Date of commencement: As specified in Data Sheet.

b. Period of Consultancy Services: As specified in Data Sheet.

Section 3.07 - Deficiency in Services:

a) In case of failure of deployment of key personnel;


(i) for whom CVs were submitted along with the tender proposal
and not covered under section 1.01 above, within 45 days of
the request of the Employer; and/or
(ii) from the list submitted by the Consultant subsequent to
award of contract and approved by RVNL, within 45 days of
the approval of the personnel/list by the Employer;

RVNL will be entitled to a deduction @ 1% of the accepted monthly


remuneration rate of the personnel not deployed per day of delay,
for the first 90days after the notice period of 45 days. After the
above 90days period is over, the deduction @ 2% of the accepted
monthly remuneration rate of the personnel not deployed per day of
delay shall be applicable.

b) If the Project Director is satisfied about non-performance of any


obligation/provision as stipulated in the Terms of Reference OR non
compliance of any of the provisions of the contract, a deduction of
Rs.25,000/- or higher but not exceeding 1% of the monthly payment
for supervision consultancy shall be applicable for each instance of
non performance/non compliance.
Notwithstanding anything contained above, the Consultant must
ensure to perform/take corrective action on the particular non
performance/non compliance in a reasonable time frame. Failure to

Section 5 Page 14 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

take corrective action within a reasonable time frame, depending


upon the importance of the activity, may lead to termination of
contract as decided by the employer.

c) If more than 5 incidents occur requiring deductions as mentioned in


(b) above, the Employer may initiate action to terminate the contract
due to unsatisfactory performance, on the recommendations of
Project Director.

d) In case an item of work is certified by the Consultant and paid to the


contractor and the work is found to be defective during subsequent
checks by the Employer, or any other agency legally authorised to do
so, requiring replacement, a deduction equal to 5% of the cost of the
defective work shall be applicable on the Consultant (subject to a
ceiling equal to original value of consultancy contract) and shall be
recovered from his interim payments. The Consultants shall also
enquire as to the reasons for such failure and submit a report on the
same to the Employer indicating the remedial measures to be taken
to prevent recurrence of such incidents in future.

e) If at any stage, it is detected that the consultant/consultants


personnel have/has indulged/done any wrong measurements or
accepted sub-standard work, resulting in over-payment to the
contractor, the recovery of such excess amount shall be made from
the works contractor from the next running bill of the contractor and
in case the consultant fails to recover the excess amount the same
shall be recovered from the Consultant. Further, if it is detected that
any such act has been committed wilfully, the concerned personnel
of PMC shall be removed immediately from the project and he shall
be debarred to work in any assignment of RVNL. In addition, action
may be taken against the Consultant for termination of the
Consultancy contract.

f) The Consultant is responsible for ensuring safety of workers,


Railway assets, Rolling stocks and Railway users on the works being
carried out by the contractors. In case any accident happens at work
site which results in loss of life and it is found after inquiry
conducted by RVNL/Railway/Commissioner of Railway Safety(CRS)
that safety measures were lacking, RVNL shall impose a penalty @
Rs. 5 Lacs on the Consultant for every such incident.

g) Failure in certification of provisional payment or payment after


detailed checking by the PMC as envisaged in sub clause 4.2.3(l) of
section 4 shall entitle employer a deduction of Rs 25,000/- per day of
delay.

Section 5 Page 15 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

h) Notwithstanding anything contained above, the Employer may


initiate proceedings for declaring the Consultant Poor
Performer/Banning of Business Dealings for the
default(s)/failure(s) noted of the Consultant in performance of their
assignment depending upon the gravity/frequency of the
default/failure.

Section 3.08 Extension of Time:


a) Extension of time due to reasons not attributable to Consultant:
In case of delays in completion of works and remedying defects
during defect notification period of the construction contract(s) on
account of any reason(s) which are not attributable to the
Consultant, the period of consultancy shall be extended by the
Employer on the same rates and terms and conditions of the
Agreement.
b) Extension of time due to reasons attributable to the Consultant:
If the period of consultancy is required to be extended due to
extension of time of the construction contract for the reasons
attributable to the Consultant, the Employer shall grant such
extension of the Consultancy contract with imposition of delay
damages @ 1/5000 of the contract price for each day of delay.

Section 3.09 Performance Certificate:


Performance of the Consultants obligations shall not be considered
to have been completed until the Employer has issued the
Performance Certificate to the Consultant, stating the date on which
the Consultant completed his obligations under the Contract.
The Employer shall issue the Performance Certificate within 28 days
after the latest of the expiry dates of the Defect Notification Periods
of the construction contract(s), or as soon thereafter as the
Consultant has completed and tested all the Works, including
remedying any defects, prepared final bill, completion report and the
Consultant has handed over all the documents and drawings related
to the works to the satisfaction of the Employer.
Only the Performance Certificate shall be deemed to constitute
completion of the consultancy services.

Section3.10 Maximum limit of delay damages under section 3.08 and


deductions/recoveries/reduction in payment effected in terms of
provisions of section 1.01, 1.03, 1.04, 1.05 1.06 and 3.07 a) shall be
10% of the original contract price.

Section3.11 If validity of contract is extended beyond the original time of


completion of services for reasons not attributed to the Consultant,
then no deduction shall be made in terms of section 1.04 for any
personnel under deployment on replacement basis during such
extended period.

Section 5 Page 16 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

ARTICLE IV

Sub-Contracts

Section 4.01: Not permitted.

ARTICLE V

Relationship of Parties

Section 5.01: Nothing contained herein or in the Technical Assistance


Agreement shall be construed as establishing or creating
between the Employer and the Consultant a relationship of
master and servant or principal and agent.

Section 5.02: The Consultant shall during the performance of the Services
be an independent contractor retaining complete control over
its personnel, conforming to all statutory requirements with
respect to all its employees, and providing all appropriate
employee benefits.

ARTICLE VI

Payments and Mode of Billings

Section 6.01: The Employer shall pay to the Consultant in respect of the
Services, such remuneration on the accepted rates and reimburse
the expenditure as per clause 6.14. The monthly payment will be
made @ 90% of the accepted man month rates as per actual
deployment of staff duly certified by employer or his
representative.

a) 5% will be released proportionately to the average financial


progress of the construction contract for which Consultant
has been appointed.

b) Balance 5% will be released on successful completion of the


work.

c) However, the payment so withheld in terms of sub-section (a)


and (b) above, can be released by the Employer if the
consultant submits Bank Guarantee(s) of equal amount valid
up to 28 days beyond the completion date of the consultancy
contract. The Consultant shall ensure that the guarantees are
valid and enforceable until the completion of work. If the

Section 5 Page 17 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

terms of the guarantee specify its expiry date, and the work
has not been completed by the date 28 days prior to the
expiry date, the Consultant shall extend the validity of the
guarantee until the completion of work failing which
Employer shall have the right to encash the Bank
Guarantee(s).
d) Deleted
e) Deleted
f) In case the project being supervised is completed ahead of
schedule of the original completion date, then the payment to
the consultant will be restricted up to the month in which the
project is concluded plus the defect liability period.
g) In the event of termination of construction contract or
removal of contractor, no further payment beyond 30 days of
such event shall be made to the Consultant, till it is decided by
the Employer, if the services of the Consultant/personnel are
required and in which case the situation shall be reviewed
including further deployment of consultants staff etc.

Section 6.02
a) Remuneration shall be determined on the basis of time spent by
the personnel listed in the Staffing Schedule in performance of
the Services after the Effective Date at the accepted man month
rates.

b) Remuneration for periods of less than one month shall be


calculated on a calendar day basis for the time spent in the field
for part of the month. The personnel shall not be entitled to be
paid for overtime nor to take paid sick leave or vacation leave.
The Consultants remuneration shall be deemed to cover these
items. Any taking of leave by personnel shall be subject to the
prior approval of the Employer and the Consultant shall ensure
that absence for leave purpose will not delay the progress and
adequate supervision of the Services. The period for which the
Consultants personnel will be on leave or absent, shall not be
charged on the bill and the bill must be accompanied with the
attendance record for the period. In case a person remains
absent for more than 3 days in a month, on one hand period of
such absence shall not be charged on the bill and in addition
recovery at the proportionate billing rate shall also be done
from the bills of the consultant for each day of unauthorized
absence exceeding 3 days. The work of the personnel of the
Consultants will have to be adjusted for proper supervision at all
times when the work is in progress, without any over time
according to the requirement at site.

Section 5 Page 18 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

c) PMC Personnel can avail a weekly rest, National holidays and


three of the religious holidays from the list of religious holidays
declared at CPM/RVNL office, with the approval of Project
Director, for which no deduction in their remuneration will be
made. Maximum of Six Weekly rests can be clubbed
With/Without prefixing/suffixing it with National Holiday,
Religious holiday and taken together, solely at the discretion of
the Project Director. However this will only be with the prior
approval of Employer. Consultant if required shall stagger/defer
such weekly rest or availing National Holiday or religious
holiday during exigencies, so as to ensure uninterrupted
progress of works.

Section 6.03: DELETED

Section 6.04: DELETED

Section 6.05:
(a) Payments to be made by the Employer hereunder shall be
strictly subject to, and representative of, satisfactory progress
achieved by the Consultant.

(b) Deleted

(c) Deleted

(d) As soon as practicable and not later than fifteen days after the
end of each calendar month during the period of the Services,
the Consultant shall submit to the Employer, in duplicate,
itemized statements, accompanied by receipted invoices,
vouchers and other appropriate supporting materials
including the attendance record for the period., of the
amounts payable to the consultant for such month. Each such
separate monthly statement shall distinguish that portion of
the total eligible costs which pertains to remuneration from
that portion which pertains to reimbursable expenses.

Section 6.06: As soon as practicable after the completion of the Services or


termination of the Contract, the Consultant shall submit to the
Employer the Final Statement of Eligible Costs incurred, with
vouchers and other appropriate supporting documents for
such reimbursable expenditures referred to in Section 6.14.
The statement shall distinguish that portion of the total
eligible costs which pertains to remuneration from that
portion which pertains to reimbursable expenses.

Section 6.07: Final payment shall be made by the Employer only after the
Final Statement and the Final Report have been submitted by
the Consultant and approved by the Employer. The
Consultant shall submit the Final Statement to the Employer
within 120 calendar days of the date of approval by the

Section 5 Page 19 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Employer of the Final Report. All costs, including


reimbursable expenses, which have not been included in the
Final Statement will not be paid or reimbursed. Should any
discrepancy be found to exist between the actual payments
made by the Employer and the costs authorized to be
incurred by the Consultant pursuant to this Contract, the final
payment shall be adjusted by the Employer to reflect such
discrepancy. The Consultant shall reimburse any amount that
the Employer has paid or caused to be paid in accordance
with this Section in excess of the costs actually incurred to the
Employer within 3 days after receipt by the Consultant of
notice thereof.

Section 6.08: DELETED

Section 6.09:
(a) Subject to Sections 6.01 and 6.05 above, the Employer shall pay
to the Consultants the amounts claimed pursuant to this Article
VI within twenty one (21) calendar days after receipt of
satisfactory statements and supporting documents. The
Employer may add to or subtract from any subsequent payment
any amount to cover the difference between the amount paid and
the cost authorized to be incurred.

(b) All payments by the Employer shall be made to the account(s)


specified in Clause 7 of the Agreement.

Section 6.10: Payments do not constitute acceptance of the Services nor


relieve the Consultant of any obligations hereunder.

Section 6.11: DELETED

Section 6.12: The Consultant shall give the following details of their
bankers for payments in accordance with clause 7 of the
Contract Agreement and Section 6.09 of General Conditions of
Contract.
(i) Name of the Bank
(ii) Address of the Bank
(iii) Title of Bank Account
(iv) Bank Account Number
(v) Banks sort code
(vi) Banks swift code
(vii) Banks telephone number

Section 6.13: Payments shall be made in accordance with Section 6.09. No


interest is admissible on amounts payable by the Employer.

Section 5 Page 20 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Section 6.14: Reimbursable Expenses: The Employer shall pay or


reimburse to the consultant in Indian Rupee (INR) for the
expenditures incurred in India in respect of the Services as
follows on production of vouchers etc:-
a. For the visits of Team Leader as required by the Employer to
project area and other offices, the entitlement for Daily
allowance, Lodging charges and local conveyance shall be as
applicable to E9 category of RVNL employees and shall be
reimbursed on submission of claim supported by vouchers (For
lodging charges & local conveyance).
b. For the visits of Project Manager & other key personnel
(including Resident Engineer) as required by the Employer to
outside project area, the Entitlement for Daily allowance, Lodging
charges and local conveyance shall be as applicable to E7
category of RVNL employees in case of Project Manager, E3 in
case of Resident Engineer, E2 in case of experts, E1 in case of
Supervisors and below Executive category of RVNL employees in
case of other personnel and shall be reimbursed on submission of
claim supported by vouchers (For lodging charges & local
conveyance).
c. Relevant provision regarding entitlement in above respects is
enclosed as Annexure A to Section 5 and shall remain fixed
during the currency of this contract.
d. Cost of Travel for attending RVNL office at New Delhi or other
places outside Project Area by train will be limited to 2nd AC
Class. However, with prior written approval of the Employer the
travel may be permitted by Air limited to Economy class.
e. Cost of drawings/documents and cross acceptance obtained from
RDSO on production of proof as per para 5.1.2(viii) in Section 4.
f. The monthly expenditure on stationery, and other consumable
required for upkeep of office, shall be reimbursed.
i) On submission of vouchers for items costing more than Rs
50/- each subject to monthly ceiling of Rs 20,000/- per
office.
ii) On submission of itemized accountal of claim (duly signed
by Project Manager(PMC) for items costing upto Rs 50 each
subject to monthly ceiling of Rs 2000/- per month per
office.
g. The safety equipment like safety shoes, jacket, helmets etc for
PMC staff (over and above that provided by the contractor) may
be procured by the Consultant (to ensure that each and every
personnel of the PMC is provided with safety equipment) after

Section 5 Page 21 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

obtaining prior approval of the or the same shall be provided by


the PMC on the instructions of the Project Director and the
expenditure incurred on the same shall be reimbursed to the
Consultant.
h. Any other such thing deemed necessary but not covered in this
contract is purchased/hired with the approval of Project
Director.

Section 6.15: Adjustment for changes in cost.


(A) Price Adjustment: The amounts payable to the Consultant at the
accepted remuneration rates as per agreement shall be adjusted
by the formulae prescribed in this clause.
(B) Other Changes in Cost: To the extent that full compensation for any
rise or fall in the costs to the Consultant is not covered by the
provisions of this or other Clauses in the Contract, the unit rates and
prices included in the Contract shall be deemed to include amounts
to cover the contingency of such other rise or fall in costs.
(C) Adjustment Formulae: Remuneration rates for the first 12 months
from the date of commencement of services shall remain the same as
accepted by the employer and indicated in the contract agreement.
From the beginning of 13th month from the date of commencement
of services, remuneration rates shall be adjusted as per the formula
given below for every 12 months.
(i) When adjustment due date falls before original date of
completion of services
Rl Rlo 0.1 0.9
Il
Ilo
(ii) When adjustment due date falls in extension period for
which extension is sanctioned for reasons not attributable to
the consultant
Rl Rlo
Il
Ilo
where
Rl is the adjusted remuneration,
Rlo is the remuneration payable on the basis of the rates set forth in
Form 11 of Section 3 for remuneration payable in local currency,
Il is the all India Consumer Price Index for Industrial Workers as
published by RBI (Reserve Bank of India) Bulletin for the month on
the day 28 days prior to the date of completion of every 12 months
from date of commencement of services and,
Ilo is the all India Consumer Price Index for Industrial Workers as
published by RBI (Reserve Bank of India) Bulletin for the month on
the day 28 days prior to the closing date of submission of proposals.

Section 5 Page 22 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

For other than remuneration rates there shall be no adjustment


for rates or prices and they will remain fixed during the
currency of the contract. In case new category of personnel is
required to be deployed (not provided in the contract), the base
rate would be fixed with mutual consent of both parties and
adjustment as above shall be applicable after 12 months from
the initial deployment of such category.

(D) Price adjustment shall not be applicable during the extension period
for which extension is sanctioned for reasons attributable to the
consultant.

ARTICLE VII

Accounts and Records

Section 7.01: The Consultant shall keep accurate and systematic accounts
and records in respect of the Services in such form and detail
as are customary in its profession and are sufficient to
establish accurately that the remuneration and reimbursable
expenses referred to in Article VI have been duly incurred.

Section 7.02: The Consultant shall permit duly authorized representatives


of the Employer, including auditors selected by the Employer,
to inspect and make an audit of all such documents, accounts
and records in connection with payments made in accordance
with this Contract, including a breakdown of remuneration
rates and reimbursable expenses, and make copies of such
documents, accounts and records if so requested by the
Employer. The basic purpose of this audit is to verify
payments under this Contract and, in this process, to also
verify representations made by the Consultant in relation to
the Contract. The Consultant shall cooperate with and assist
the Employer and its authorized representatives in making
such audit. In the event the audit discloses that the Consultant
has overcharged the Employer, the Consultant shall
immediately reimburse the Employer an amount equivalent
to the amount overpaid or short payment of remuneration as
specified in Section 7.01(i) above, together with interest on
such amount calculated at the then current interest rate for
lending by the Employer from its ordinary capital resources,
payable from the date of such overpayment until the date of
reimbursement. If overpayment is a result of the Consultant
having been engaged in what the Employer determines to
constitute corrupt practices or fraudulent practices, the
Employer shall, unless it decides otherwise, terminate the
contract. Such action shall be in addition to any action that
the Employer may declare the Consultant ineligible for award
of further the Employer-financed contracts.

Section 5 Page 23 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

ARTICLE VIII

Indemnity and Insurance

Section 8.01: The Consultants (a) shall take out and maintain, and shall
cause any Sub-Consultants to take out and maintain, at their
(or the Sub-Consultants, as the case may be) own cost but on
terms and conditions approved by the Employer, insurance
against the risks, and for the coverage, as specified in the
Section 8.02 hereunder, and (b) at the Employers request,
shall provide evidence to the Employer, showing that such
insurance has been taken out and maintained and that the
current premiums have been paid.

Section 8.02: The risks and the coverages shall be:

(1) Third Party motor vehicle liability insurance as required


under Motor Vehicle Act, 1988, in respect of motor vehicles
operated in India by the Consultants of their Personnel or any
Sub-Consultants or their Personnel, for the period of
Consultancy.

(2) Third Party liability insurance, with a minimum coverage for


Rs.2 lakhs for the period of Consultancy.

(3) Employers liability and workers compensation insurance in


respect of the Personnel of the Consultants and of Sub-
Consultants, in accordance with the relevant provisions of
the Applicable Law, as well as with respect to such Personnel,
any such life, health, accident, travel or other insurance as
may be appropriate; and

(4) Professional liability insurance with a minimum coverage


equal to total contract value for this consultancy.

Section 8.03:

(a) The Consultant shall indemnify, protect and defend at Consultants own
expense the Employer, its agents and employees from and against any
and all actions, claims, losses or damages arising out of Consultants
failure to exercise the skill and care required under Section 3.01.
However, the ceiling on Consultants liability shall be limited to the
original value of the consultancy contract, except that such ceiling shall
not apply to actions, claims, losses or damages caused by Consultants
gross negligence or reckless conduct.

(b) In addition to any liability Consultant may have under Section


3.01 Consultant shall, at its own cost and expense, upon
request of Employer, re-perform the services in the event of
Consultants failure to exercise the skill and care required
under Section 3.01.

Section 5 Page 24 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

(c) The Consultant shall have no liability whatsoever for actions,


claims, losses or damages occasioned by (I) Employers
overriding a decision or recommendation of consultant or
requiring consultant to implement a decision or
recommendation with which consultant does not agree.

ARTICLE IX

Ownership of Work Product, Computer Programs and Equipment

Section 9.01: All reports, documents, correspondence, draft publications,


maps, drawings, notes, specifications, statistics, work product
in any form and technical data compiled or prepared by the
Consultant and communicated to the Employer in performing
the Services (in electronic form or otherwise and including
computer-disks comprising data) shall be the sole and
exclusive property of the Employer, and may be made
available to the general public at its sole discretion. The
Consultant may take copies of such documents and data for
purpose of use related to the Services under terms and
conditions acceptance to the Employer, but shall not use the
same for any purpose unrelated to the Services without the
prior written approval of the Employer.

Section 9.02: All computer programs developed by the Consultant under


this Contract shall be the sole and exclusive property of the
Employer; provided, however, that the Consultant may use
such programs for their own use with prior written approval
of the Employer. If license agreements are necessary or
appropriate between the Consultant and third parties for
purposes of development of any such computer programs, the
Consultant shall obtain the Employers prior written approval
to such agreements. In such cases, the Employer shall be
entitled at its discretion to require recovering the expenses
related to the development of the program(s) concerned.

Section 9.03: Equipment, vehicles and materials furnished to the


Consultant by the Employer, or purchased by the Consultant
wholly or partly with funds supplied or reimbursed by the
Employer hereunder, shall be the property of the Employer;
Equipment, or materials furnished by the Consultant shall
remain the property of the consultant.

ARTICLE X

Disposal of Data and Equipment

Section 5 Page 25 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Section 10.01: Upon completion or termination of the Services, the


Consultant shall:
(i) Sort and index the documents and data (including the related
software) referred to in Sections 9.01 and 9.02 hereof and
transmit the same to the Employer; and

(ii) Furnish to the Employer, as the case may be, inventories of


the equipment and materials referred to in Section 9.03
hereof as it then remains, and dispose of the same as directed
by the Employer, respectively.

ARTICLE XI

Coordination

Section 11.01: The Consultant shall at all times cooperate and coordinate
with the Railway and the Employer, with respect to the
carrying out of its assignment under the project.

ARTICLE XII

Exemptions and Facilities

Section 12.01: Taxes and Duties:


(a) For Consultants/personnel:: The consultants and its personnel
shall pay the taxes, duties, fees, levies and other impositions
levied under the existing, amended or enacted laws during life
of this contract and the Employer shall perform such duties in
regard to the deduction of such tax as may be lawfully imposed.
However, Service Tax will be paid extra, as applicable, to the
Consultant by the Employer.

Section 12.02: Facilities: The Construction Contractor shall provide


facilities as detailed in Data Sheet Attachment 2 of Section 2.

ARTICLE XIII

Force Majeure

Section 13.01: If either party is temporarily unable by reason of force majeure


or the laws or regulations of Republic of India to meet any of its
obligations under the Contract, and if such party gives written
notice of the event within fourteen (14) days after its

Section 5 Page 26 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

occurrence, such obligations of the party as it is unable to


perform by reason of the event shall be suspended for as long
as the inability continues.

Section 13.02: Neither party shall be liable to the other party for any loss,
actually incurred or not, or damage sustained by such other
party arising from any event referred to in Section 13.01 or
delays arising from such event.

Section 13.03: The term force majeure shall mean events beyond the control
of either party, which prevent the affected party from
performing and fulfilling its obligations under the Contract, and
could not have been reasonably anticipated or foreseen, or
although foreseen were inevitable, such as acts of war, whether
or not war be declared, public disorders, insurrection, riots,
sabotage, explosions, violent demonstrations, blockades and
other civil disturbances, epidemics, nuclear contamination,
landslides, earthquakes, typhoons, volcanic eruption floods,
washouts and other natural calamities and acts of God, strikes,
lock-outs or other industrial action or equivalent disruption or
disturbances, boycotts and embargo or the effects thereof, and
any other similar events.

Section 13.04: No Breach of Contract:


The failure of a Party to fulfil any of its obligations under the
Contract shall not be considered to be a breach of or default
under this Contract in so far as such inability arises from an
event of Force Majeure, provided that the Party affected by
such an event (a) has taken all reasonable precautions, due care
and reasonable alternative measures in order to carry out the
terms and conditions of this Contract, and (b) has Informed the
other Party as soon as possible about the occurrence of such an
event.

Section 13.05: Extension of Time:


Any period within which a Party shall, pursuant to this Contract
complete any action or task, shall be extended for a period
equal to the time during which such Party was unable to
perform such action as a result of Force Majeure.

Section 13.06: Payments:


During the period of their inability to perform the Services as a
result of an event of Force Majeure, the Consultants shall be
entitled to continue to be paid under the terms of this Contract
for the personnel actually deployed during the period and
reimbursable expenses incurred.

Section 5 Page 27 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

ARTICLE XIV

Suspension
Section 14.01:
(a) The Employer may, by notice to the Consultant, suspend, in
whole or in part, the Services or the disbursement of funds
hereunder if the Employer determines that
(i) The Consultant shall have failed to carry out any of its
obligations under this Contract;
(ii) any other condition has arisen which, in the reasonable
opinion of the Employer interferes, or threatens to interfere,
with the successful carrying out of the Services or the
accomplishment of the purposes of the Contract; or
(iii) A force majeure event has occurred.

(b) In the event of a major delay in the implementation of the


Services, the Employer may suspend the payments as
scheduled.

ARTICLE XV

Termination

Section 15.01: Termination by the Employer:

The Employer may terminate the Contract in case of the


occurrence of any of the events specified in paragraphs (a)
through (i) below. In such an occurrence the Employer shall
(except in the case of paragraph (f), (g) & (h) below)serve not
less than Fourteen (14) days written notice of termination and
if the Consultant does not within 14 days after the delivery to
him of such notice proceed to make good his default in so far as
the same is being capable of being made good and carry on the
work or comply with such directions as specified in such notice
to the entire satisfaction of the Employer, the Employer shall
be entitled to terminate the contract by issue of termination
notice to the Consultant. In the case of sub-paragraph (f) or (g)
or (h), the Employer may by a notice terminate the Contract
immediately.

(a) fails to remedy a failure as specified in a notice of


suspension under Clause 14.01
(b) fails to comply with Sub-Clause 3.04 (a) Article III
[Performance Security] ;

Section 5 Page 28 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

(c) fails to comply with Sub-Clause 3.04 (b) Article III [List of
Personnel];
(d) If as the result of Force Majeure, the Consultants are
unable to perform a material portion of the Services for a
period of not less than forty five (45) days,
(e) abandons the Works or otherwise plainly demonstrates
the intention not to continue performance of his
obligations under the Contract,
(f) without reasonable excuse fails:
(i) to perform any of its obligations under the contract,
including the carrying out of the Services, or

(ii) to take steps to deploy competent and adequate


number of personnel as per requirement of the
Employer
(g) becomes bankrupt or insolvent, goes into liquidation, has
a receiving or administration order made against him,
compounds with his creditors, or carries on business
under a receiver, trustee or manager for the benefit of his
creditors, or if any act is done or event occurs which
(under applicable Laws) has a similar effect to any of
these acts or events, or
(h) gives or offers to give (directly or indirectly) to any
person any bribe, gift, gratuity, commission or other thing
of value, as an inducement or reward:
(i) for doing or forbearing to do any action in relation to
the Contract, or
(ii) for showing or forbearing to show favour or
disfavour to any person in relation to the Contract,
or if any of the Consultants Personnel, agents or
Subcontractors gives or offers to give (directly or
indirectly) to any person any such inducement or reward
as is described in this sub-paragraph (g). However, lawful
inducements and rewards to Consultants Personnel shall
not entitle termination.
(i) If the consultant, in the judgment of the Employer has
engaged in corrupt or fraudulent practices in competing
for or in executing the Contract.

For the purpose of this clause:

Corrupt Practice means the offering, giving, receiving or


soliciting of anything of value to influence the action of a
public official in the selection process or in contract
execution.

Section 5 Page 29 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

fraudulent practice means a misrepresentation of facts


in order to influence a selection process or the execution
of a contract to the detriment of the Employer, and
includes collusive practice among consultants (prior to or
after submission of proposals) designed to establish
prices at artificial non competitive levels and to deprive
the Employer of the benefits of free and open competition.

(j) If the Employer, in its sole discretion and for any reason
whatsoever, decides to terminate this Contract.

The Employers decision to terminate the Contract shall not


prejudice any other rights of the Employer, under the Contract
or otherwise.
The Consultant shall then leave the Site and deliver any
required Goods, Documents, and other design documents made
by or for him, to the Employer.
After termination, the Employer may complete the Services
and/or arrange for any other entities to do so, in the manner
and method at his sole discretion and whose decision shall be
final. The Employer and these entities may then use any Goods,
Documents and other design documents made by or on behalf
of the Consultant.

Section 15.02: By the Consultant:

The Consultant may terminate this Contract, by not less than


thirty (30) days written notice to the Employer, such notice to
be given after the occurrence of any of the events specified in
paragraphs (a) and (b) of this Section 15.02.

a) if the Employer fails to pay any sum due to the Consultants


pursuant to this Contract and not subject to dispute pursuant to
Article XVI hereof within forty five (45) days after receiving
written notice from the consultants that such payment is
overdue, or.

b) If, as the result of Force Majeure, the Consultants are unable to


perform a maternal portion of the services for a period of not
less than forty five (45) days.

Section 15.03: Payment upon Termination:

(a) If the termination has been occasioned by the default of the


Consultant as per section 15.01 (a) to (h) except (c), the
Employer shall encash the performance Guarantee and forfeit
the Performance Security in full. Employer shall release any
payment due to the Consultant for satisfactory services

Section 5 Page 30 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

provided prior to termination and evaluated at the date of


termination as per contract conditions. However, if by this
time the Consultant has failed to make a payment due to the
Employer, the same will be deducted from the payment due
and any balance remaining shall then be paid to the Consultant.

(b) Unless such termination shall have been occasioned by the


default of the Consultant, the Consultant shall be entitled to
reimbursement in full for the costs specified in Section 6.05
as shall have been incurred up to the date of such termination
and for costs incident to the orderly liquidation of the
Services (including return travel of the personnel).

(c) All claims made by the Consultant under Section 15.03 (b)
shall be supported by documentation submitted to the
Employer, satisfactory in form and content to the Employer.

(d) Upon the receipt or giving of any notice referred to in Section


15.03 (a), if the Consultant is not in default under the
Contract and has partly or substantially performed its
obligation under the Contract up to the date of termination
and has taken immediate steps to bring the Services to a close
in prompt and orderly manner, to reflect the reduction in the
Services, provided that in no event shall the Consultant
receive less than his actual costs up to the effective date of the
termination, plus a reasonable allowance for overhead and
profit.

ARTICLE XVI
Settlement of Disputes
Section 16.01 Amicable Settlement:
In case any dispute or difference between the Employer and
the Consultant for which claim has already been made by the
Consultant, remains unresolved, the Consultant shall then,
give notice of dissatisfaction and intention to commence
arbitration to the Employer duly specifying the subject of the
dispute or differences as also the amount of claim item-wise.
The parties shall make attempts to settle the dispute amicably
before the commencement of arbitration. However, unless
both parties agree otherwise, demand for arbitration may be
made by the Consultant after 90 days from the day on which a
notice of dissatisfaction and intention to commence
arbitration was given, even if no attempt for amicable
settlement has been made.

Section 16.02: Arbitration

Any dispute, in respect of which amicable settlement has not


been reached, arising between the Employer and the

Section 5 Page 31 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

Domestic or Foreign Consultant related to any matter arising


out of or connected with this contract, then the Consultant,
after 90 days but within 150 days from the day on which a
notice of dissatisfaction and intention to commence
arbitration was given under clause16.01, shall be entitled to
demand in writing that the dispute or difference be referred
to arbitration.

Only such dispute(s) or difference(s) in respect of which the


demand had been made for amicable settlement under clause
16.01 but could not be settled, together with counter claims
or set off, given by the Employer, shall be referred to
arbitration subject to the condition that total amount of
claims in the contract is not exceeding 20% of the contract
price. Other matters shall not be included in the reference.
The Arbitration proceedings shall be assumed to have
commenced from the day, a written and valid demand for
arbitration is received by Chairman and Managing Director,
Rail Vikas Nigam Limited, New Delhi (CMD/RVNL).

The disputes so referred to arbitration shall be settled in


accordance with the Indian Arbitration & Conciliation Act,
1996 and any statutory modification or re-enactment thereof.

Further, it is agreed between the parties as under:

16.02.1 Number of Arbitrators: The arbitral tribunal shall consist of:


(i) Sole Arbitrator in cases where the total value of all claims in
question added together does not exceed Rs. 2 Crore;
(ii) 3 (Three) arbitrators in all other cases.

16.02.2 Procedure for Appointment of Arbitrators: The arbitrators


shall be appointed as per following procedure:
(i) In case of Sole Arbitrator: CMD/RVNL shall appoint an
arbitrator within 60 days from the day when a written and
valid demand for arbitration is received by CMD/RVNL
(ii) In case of 3 Arbitrators:
(a) Within 60 days from the day when a written and valid
demand for arbitration is received by CMD/RVNL, the
Employer will forward a panel of 3 names to the
Consultant. The Consultant will then give his consent for
any one name out of the panel to be appointed as one of
the Arbitrators within 30 days of dispatch of the request
by the Employer.

Section 5 Page 32 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

(b) Employer will decide the second Arbitrator. CMD/RVNL


shall appoint the two Arbitrators, including the name of
one Arbitrator for whom consent was given by the
Consultant, within 30 days from the receipt of the consent
for one name of the Arbitrator from the Consultant. In
case the Consultant fails to give his consent within 30 days
of dispatch of the request of the Employer then
CMD/RVNL shall nominate both the Arbitrators from the
panel.
(c) The third Arbitrator shall be chosen by the two Arbitrators
so appointed by the parties and shall act as Presiding
Arbitrator. In case of failure of the two Arbitrators
appointed by the parties to reach upon consensus within a
period of 30 days from the appointment of the Arbitrators
subsequently appointed, then, upon the request of either
or both parties, the Presiding Arbitrator shall be appointed
by the Chairman and Managing Director, Rail Vikas Nigam
Limited, New Delhi.
(d) If one or more of the arbitrators appointed as above
refuses to act as arbitrator, withdraws from his office as
arbitrator, or vacates his/their office/offices or is/are
unable or unwilling to perform his functions as arbitrator
for any reason whatsoever or dies or in the opinion of the
CMD/RVNL fails to act without undue delay, the
CMD/RVNL shall appoint new arbitrator/arbitrators to act
in his/their place except in case of new Presiding
Arbitrator who shall be chosen following the same
procedure as mentioned in para (ii)(c) above. Such re-
constituted Tribunal may, at its discretion, proceed with
the reference from the stage at which it was left by the
previous arbitrator(s).

16.02.3 Qualification and Experience of Arbitrators (to be


appointed as per sub-clause 16.02.2 above): The arbitrators
to be appointed shall have minimum qualification and
experience as under:
Arbitrator shall be;
a working/retired officer (not below E-9 grade and above in a
PSU with which RVNL has no business relationship) of any
discipline of Engineering or Accounts/Finance department,
having experience in Contract Management of construction
contracts; or
a retired officer (retired not below the HAG level in Railways) of
any Engineering Services of Indian Railways or Indian Railway
Accounts Service, having experience in Contract Management of

Section 5 Page 33 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

construction contracts; or a retired officer who should have


retired more than 3 years previously from the date of
appointment as Arbitrator (retired not below E-9 grade in
RVNL or a PSU with which RVNL has a business relationship) of
any Engineering discipline or Accounts/Finance department,
having experience in Contract Management of construction
contracts.
No person other than the persons appointed as per above
procedure and having above qualification and experience shall
act as Arbitrator.
16.02.4 No new claim shall be added during proceedings by either
party. However, a party may amend or supplement the
original claim or defence thereof during the course of
arbitration proceedings subject to acceptance by Tribunal
having due regard to the delay in making it.
16.02.5 Neither party shall be limited in the proceedings before such
arbitrators to the evidence nor did arguments previously put
before during amicable settlement.
16.02.6 The reference to arbitration may proceed, notwithstanding that
the services shall not then be or be alleged to be complete,
provided always that the obligations of the Employer and the
Consultant shall not be altered by the reason of the arbitration
being conducted during the progress of the Consultancy.
Neither party shall be entitled to suspend the services, nor shall
payment to the Consultant be withheld on account of such
proceedings.
16.02.7 If the Consultant(s) does/do not prefer his/their specific and
final claims in writing, within a period of 90 days of receiving
the intimation from the Employer/Engineer that the final bill is
ready for signature of the Consultant(s), he/they will be
deemed to have waived his/their claim(s) and the Employer
shall be discharged and released of all liabilities under the
contract in respect of these claims.
16.02.8 Arbitration proceedings shall be held at New Delhi, India or at a
place where CPM/RVNLs (dealing the contract) office is
located, and the language of the arbitration proceedings and
that of all documents and communications between the parties
shall be in English.
16.02.9 The Arbitral Tribunal should record day to day proceedings.
The proceedings shall normally be conducted on the basis of
documents and written statements.
All arbitration awards shall be in writing and shall state item wise,
the sum and detailed reasons upon which it is based.

Section 5 Page 34 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

16.02.10 Any ruling on award shall be made by a majority of members of


Tribunal. In the absence of such a majority, the views of the
Presiding Arbitrator shall prevail.
A party may apply for correction of any computational errors, any
typographical or clerical errors or any other error of similar
nature occurring in the award of a tribunal and interpretation
of specific point of award to tribunal within 60 days of the
receipt of award.
A party may apply to tribunal within 60 days of receipt of award
to make an additional award as to claims presented in the
arbitral proceedings but omitted from the arbitral award.

16.02.11 Where the Arbitral award is for the payment of money, no


interest shall be payable on whole or any part of the money
for any period till the date on which the award is made.
16.02.12 The fees and other charges of the conciliator/arbitrators shall
be as per the scales fixed by the employer from time to time
irrespective of the fact whether the Arbitrator(s) is/are
appointed by the Employer or by the Court of law unless
specifically directed by Honble Court otherwise on the
matter, and shall be shared equally by the Employer and the
Consultant. However, the expenses incurred by each party in
connection with the preparation, presentation will be borne
by itself.

Section 16.03 The Contract Agreement shall be subject to exclusive


jurisdiction of Courts as indicated in the Data Sheet.

ARTICLE XVII

Variations

Section 17.01: The Contract may be varied by agreement between the


parties. All such variations shall be in writing signed by the
authorized representative of the Consultant and the
Employer.

Section 17.02: The Employer may notify the Consultant to alter, amend,
omit, add to, or otherwise vary the Services upto 25% of the
contract value on the same rates, terms and conditions and
the Consultant shall be bound by such variations. Beyond
25% increase of the Contract Value new rates shall be
agreed between Employer and Consultant. In such event, the
Consultant shall submit to the Employer an estimate for the

Section 5 Page 35 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

proposed changes in the Services within fourteen (14)


calendar days of receipt of a notice of variation.

ARTICLE XVIII

Conflict of Interest

Section 18.01: Except as the Employer shall otherwise specifically agree in


writing:

(a) Neither the Consultant, the personnel nor any subsidiary or


affiliate of the Consultant shall engage in any activities, other
than as consultant, on any future project which may emerge
from the Services;

(b) No personnel of the Consultant listed in the Staffing Schedule


shall engage, directly or indirectly, in any business or
professional activities which would conflict with the Services.

ARTICLE XIX

Confidential Information

Section 19.01: Except with the prior written consent of the Employer, the
Consultant and the personnel shall not at any time
communicate to any person or entity any confidential
information acquired in the course of the Services, nor shall
the Consultant and the personnel make public the
recommendations formulated in the course of, or as a result
of, the Services. For purposes of this section, confidential
information means any information or knowledge acquired
by the Consultant and/or its personnel arising out of, or in
connection with, the performance of the Services under this
Contract that is not otherwise available to the public.

ARTICLE XX

Contractual Ethics

Section 20.01: No fees, gratuities, rebates, gifts, commissions or other


payments, other than those shown in the proposal or the
contract, have been given or received in connection with the
selection process or in the contract execution.

ARTICLE XXI

Compliance to Laws Bylaws & Regulations

Section 21.01: The Consultants shall respect and abide by all applicable laws
and regulations in force and effect as of the date hereof and

Section 5 Page 36 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

which may be promulgated or brought into force and effect


hereinafter in the Republic of India including regulations and
rules made there under as may be in force and effect during
the subsistence of this agreement. The consultant shall use its
best efforts to ensure that their personnel and their
dependents, while in India and local employees of the
consultant shall respect and abide by the said laws and
regulations.

ARTICLE XXII

Specifications and Designs

Section 22.01: The consultant shall prepare all specifications and designs
(wherever applicable) using the metric system and so as to
embody the latest design criteria.

Section 22.02: The consultant shall ensure that the specifications and
designs and all documentation relating to procurement of
goods and services (wherever applicable) for the project are
prepared on an impartial basis so as to promote international
competitive bidding.

Section 5 Page 37 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

C. SPECIAL CONDITIONS OF CONTRACT


(These conditions are amendments, supplements and modifications to General
Conditions of Contract (GCC) and shall supercede the GCC in interpreting the contractual
obligations)

Definitions: Unless the context otherwise require the following terms wherever
used in this contract shall have the following meaning:

a) Applicable Law means all laws in force and effect as of the date hereof and
which may be promulgated or brought into force and effect thereafter in India,
including regulations and rules made there under, as may be in force and effect
during the subsistence of this Agreement.

b) Contingencies means provision for items of work which have been overlooked
or which may turn out to be necessary during the progress of the services and
price contingencies due to increase in international and domestic costs for the
person-months rates and reimbursable.

c) Contract means the Contract Agreement signed by the Parties which includes
all the documents listed in clause 14 of the Contract Agreement.

d) Effective Date means the date on which `notice to proceed is given to the
consultant pursuant to clause 12 and clause 4 of the Contract Agreement.

e) Foreign Currency means currency of any other country other than the
currency of the Republic of India.

f) Local Currency means the currency of the Republic of India.

g) Party means the Employer or the Consultants, as the case may be, and parties
means both of them.

h) Personnel means persons hired by the Consultants or by any sub-consultant as


employees and assigned to the performance of the services or any part thereof.

i) SCC means the Special Conditions of Contract by which the General Conditions
of Contract may be amended or supplemented; and

j) Services means the work to be performed by the Consultants pursuant to this


Contract as described in RFP document.

k) Sub-Consultant means any entity to which the Consultants subcontract any


part of the Services in accordance with the provisions of Section 4.01 of Article
IV of GCC.

l) Consultant means the firm providing project management services to the


Employer.
m) Contractor means the firm who is executing the project for the Employer

Section 5 Page 38 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

ANNEXURE A

(RELEVANT ABSTRACT OF RVNLS HAND BOOK ON ESTABLISHMENT MATTER)

9. TRAVELLING AND DAILY ALLOWANCE RULES


9.1 In cases of journeys from Headquarters to contiguous places like Delhi/New Delhi
to Tughlakabad, Dadri, Ballabgarh, Gurgaon, Ghaziabad, Noida, Faridabad, i.e.
within a radius of 40 km. from the Headquarters, daily allowance is not admissible.
However, actual conveyance charges as per entitlement as mentioned in para 9.2
will be reimbursed.

9.2 Entitlement of local conveyance

Category of Employees Entitlement


E-9 & E-7 Actual Taxi fare
E-0 to E-3 Actual Auto charges/Tong/Rickshaw
Below Executive Public Transport

9.3 An amount equal to maximum 80% of the anticipated expense including TA/DA
and conveyance to much use of the term etc. can be drawn as advance adjustable
from the TA/DA bill, which must be submitted within one month after resuming
duty at Headquarters. No advance on this account will be payable to credit card
holders except in the following cases:

9.3.1 For travel by train, if the train reservation is to be made by a person other than
credit card holder.

9.3.2 While travelling to smaller cities where it cannot be ensured if the hotels will
accept the payment through a credit card.

9.4 In case the tour expenditure is estimated to exceed the credit card limit, advance to
the extent of 80% of the difference of estimated expenditure and credit card limit
can be drawn.

9.5 Travel entitlements while on tour/transfer: -

S.No. Mode Category of Employees Entitlement


(i) By Air E-9 & E-7 Economy. Y class

(ii) By Rail
a) E-0 to E-3 AC 2 Tier

b) Below Executive AC 3 Tier

(iii) By Road a) E-7 Actual Taxi Fare

b) E-0 to E-3 Actual Auto


Charges/Tonga/Rickshaw or
Rs.6.00 per km.

c) Below Executive Actual bus fare

Section 5 Page 39 of 40
RVNL-Ahmedabad DAS-JLR PMC services (Revised Document)

9.6 ENTITLEMENT OF DAILY ALLOWANCE

Category of Employees Entitlement


(1) (2)
E-9 950
E-7 800
E-3 625
E-2 625
E-1 550
E-0 450
Below Executive 350

9.7 Daily allowance may be drawn for broken periods of a Day on the following
scales:

For absence of less than 6 hours 30%

For absence of 6 hours and more but less than 12 hours 70%

For absence of 12 hours and above 100%

9.8 For the time spent on Journey, rates of D.A. as indicated in Para 9.6 above (for
other cities) will be admissible.

9.9 Lodging Charges: Upper ceiling for lodging charges shall be as under: -

Category and Upper ceiling for lodging charges


scale of the *X Class Cities (Rs.) *Y Class Cities (Rs.) *Z Class Cities (Rs.)

employee
(I) (II) (III) (IV)
E-9 10000 9000 7500
E-7 7500 6000 5000
E-3 & E-2 3000 2500 2000
E-1 2000 1500 1000
Below Executive 500 300 200

* - As notified by Ministry of Finance for the purpose of grant of HRA.

Note:
The above rates of accommodation are exclusive of taxes and surcharges.

Section 5 Page 40 of 40

También podría gustarte