CHENNAI METRO RAIL LIMITED

(A Joint Venture of Government of and Government of Tamilnadu)

TENDER DOCUMENT FOR

Tender No. – TM -01-2017

TENDER FOR MAINTENANCE OF BALLAST LESS INCLUDING SUPPLY, TRANSPORTATION OF MATERIALS, PERIODIC INSPECTION AND RENEWALS OF TRACK COMPONENTS, TRAINING AND OTHER REPAIR WORKS IN CONNECTION WITH ELEVATED, UNDERGROUND

STRETCHES AND DEPOT IN CORRIDOR 1 & 2 , PHASE 1 –

APPROXIMATELY FOR THE LENGTH OF 105 TKM

APRIL-2017

CHENNAI – 600107.

INDEX

S. No. Description Page No. Remarks

1 Disclaimer 3 2 Notice Inviting Tender 4 3 General Guidelines 5 4 General Conditions of Contract 6 5 Special Conditions of Contract 27 6 Part-A Scope of work 29

Packet A- Techno Commercial Bid

7 Covering Letter 103 8 Joint Bidding Agreement 105 ANNEXURE-1 9 Power of Attorney for signing Bid 109 ANNEXURE-2 10 Power of Attorney for lead member of 111 ANNEXURE-3 consortium 11 Bank Guarantee for EMD 113 ANNEXURE-4 12 Techno-Commercial Experience of Bidder 114 ANNEXURE-5 13 Mandatory Information for eligibility of 115 ANNEXURE-6 Bidder 14 Third Party Audit 118 ANNEXURE-7 15 Non-engagement of middlemen 118 ANNEXURE-8 16 Checklist 119 ANNEXURE-9 17 Initial filter criteria 120 ANNEXURE-10 18 Performance Bank Guarantee 122 ANNEXURE-11 19 Indemnity Bond 124 ANNEXURE-12 Packet-B – Financial Bid 20 Covering Letter 125 21 BOQ- Detailed Criteria 132 ANNEXURE-13 22 Evaluation Criteria 140 23 Master Contract Agreement 142

2 of 154.

DISCLAIMER

1. RAIL LIMITED, (hereinafter mentioned as CMRL) does not make any representation or warranty as to the accuracy, reliability or completeness of the information in this Bid Document. Therefore, each Bidder should conduct their own investigations and analysis and check the accuracy, reliability and completeness of the information in this Bid Document and obtain independent advice from appropriate sources. The Bidder shall bear all its costs associated with the preparation and submission of its Bid including expenses associated with any clarifications, which may be required by CMRL or any other costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and CMRL shall not be liable in any manner.

2. CMRL will have no liability to any Bidder or any other person under the law of contract, tort, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this Bid Document, any matter deemed to form part of this Bid Document, the award of the License, the information and any other information supplied by or on behalf of CMRL or otherwise arising in any way from the selection process of the License.

3. The issue of this Document does not imply that CMRL is bound to select the Bidder or to appoint the Selected Bidder. CMRL reserves the right to reject any or all of the Bids submitted in response to this Bid Document at any stage without assigning any reasons whatsoever. CMRL also reserves the right to withhold or withdraw the process at any stage with intimation to all Bidders who have submitted the Bid.

4. CMRL reserves the right to change / modify / amend any or all of the provisions of this Bid Document at any stage. Such changes shall not be notified to all bidders who have bought the tender document.

5. Bidders are advised to remain vigilant and monitor the website www.chennaimetrorail.gov.in for all updates on the Tender Document such as Addendum(s), Reply to Query, Postponement of any schedule etc. No claims or compensation will be entertained on account of the Bidder having not read/noticed the updates.

3 of 154. CHENNAI METRO RAIL LMITED CHENNAI 600107, INDIA NIT No. CMRL-TM-01-2017 CMRL invites sealed Open Tender from “ Reputed Metro Railway/Indian Railway Track MAINTENANCE Service Providers” for the subject works under two cover ( Techno-Commercial and Financial bids ) system for the works as detailed below: Contract No. TM-01-2017 “Tender for maintenance of ballast less track including transportation of materials, periodic inspection and renewals of track components, training and 1 Name of work other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , phase 1 – approximately for the length of 105 Tkm.” 2 Tender Security Amount (EMD) INR 5.20 lakhs (Rupees Five lakhs and twenty thousand only). INT 4.71 crores (Rupees four crores and seventy one lakhs 3 Tender Value only) 4 Tender validity 180 Days from Date of Submission of works 5 Validity of Tender Security Amount 180 Days from Tender validity plus 28 days (208 days) 6 Duration of Contract Three Years From 03.04.2017 to 02.05.2017 Between (10.00 Hrs to 17.30 7 Tender Documents on sale Hrs) on working days 1. The Tender documents can be downloaded from the internet, if so desired (see below for website details). There will be a non-refundable Tender submission fee of Rs.16,000/-(Rupees Sixteen thousand only) including TNVAT in the form of DD in favour of Chennai Metro Rail Cost of Tender Documents (Non- Limited payable at Chennai to be submitted along with bid. 8 refundable) 2. A hard copy of the complete tender documents is available on payment of non-refundable fee of Rs.20,000/-(Rupees twenty thousand only) including TNVAT from CMRL office in the form of DD in favour of Chennai Metro Rail Limited payable at Chennai.

9 Last date of seeking clarification 17.04.2017 (up to 14:00 hours) 13.04.2017 at 11:00 hours in the CMRL Conference Room Address: Chennai Metro Rail Limited, Administrative Building, CMRL 10 Pre-bid Meeting Depot, High Road, Koyambedu, Chennai 600 107 Tel No.044-2379 2227, 2379 2202 Fax No.044-2379 2213, Email id: [email protected] 11 Last Date of issuing addendum for pre- bid 21.04.2017 03.05.2017 up to 14:00 hrs at office of the Director Project, 12 Date and Time of submission of Tender CMRL, Address as mentioned in item No.10 above Date and Time of opening of Tender (At the 03.05.2017 at 14:30 hrs 13 place of submission) Authority and place of purchase of Tender Director Projects, CMRL, Address as mentioned in item No.10 14 Documents above Those who are single or JV under suspension, debarred, backlisted by GOI, GOTN,PSU’s, Metro Rail Corporations, 15 Bidders barred from bidding for this work CMRL or whose contracts were terminated as on date of submissions of bid are ineligible to apply for this tender work. Website from which Tender Documents and www.chennaimetrorail.org 16 any additional information can be

downloaded Note: If the date of submission of tenders happens to be a public holiday, Tenders will be received and opened on the next working day at the same venue and time. Director –Projects Chennai Metro Rail Limited

4 of 154. GENERAL GUIDELINES

1. Tender for maintenance of ballast less track including transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , phase 1 – approximately for the length of 105 Tkm.

2. The tender document encompasses the scope of work, eligibility criteria, selection procedure, instructions, terms and conditions and other associated / related document(s) / annexure(s).

3. This Tender Document does not purport to contain all the information that each bidder may require. Bidders are requested to conduct their own investigation / analysis and to check the accuracy, reliability and completeness of the information in this Tender Document before participating in the tender process. CMRL makes no representation or warranty and shall incur no liability under any law, statute, rules and regulations in this regard. Information provided in this Tender Document is only to the best of the knowledge of CMRL.

4. Bidders should read carefully the contents of this document and to provide the required information. Each page of the Tender Document (including General Conditions of Contract), Addendum (if any), Reply to Query (if any) and other submissions, along with submission of the tender, should be Numbered, Signed and Stamped, as a token of acceptance of terms and conditions of the tender. Any unsigned and unstamped document will not be considered for evaluation. Signature is required to be done by the bidder himself / authorized signatory of the Bidder for which a valid Power of Attorney shall be enclosed. All documents shall be submitted in English Language.

5. Each Tenderer shall submit only one tender either by himself, or as a partner in a joint venture, or as a consortium. If a Tenderer submits, or if any one of the partners in a joint venture, or any one of the members of the consortium participates in more than one tender then all such tenders in which the bidder has participated will be considered as invalid.

6. Bidders should provide all the required Techno-Commercial and associated information and attach supporting documents as earmarked / mentioned duly signed by the bidder / authorized signatory of the bidder and attested by the certified auditors wherever required.

7. For any query from the bidder, CMRL reserves the right not to offer clarifications on any issue raised in a query. No extension of any deadline will be granted if CMRL does not respond to any query or does not provide any clarification.

8. Bidders may clearly note the date and time of submission of Tender. Late or delayed Tenders will not be accepted. Bidders are reminded that no supplementary material will be entertained by CMRL and Techno-Commercial Evaluation will be carried out only on the basis of submissions received by CMRL by the date / time of the tender submission. However CMRL may call for any supplementary information, if required.

9. Techno-Commercial Evaluation will help to assess whether the bidder possesses the earmarked Techno-Commercial / financial capabilities. Bidders will not be considered if they have a poor performance record such as abandoning works, not following statutory requirements, financial failure etc. CMRL reserves the right to approach previous clients of the Bidders to verify / ascertain Bidder’s performance.

10. Separate Techno-Commercial and Financial bids are required to be submitted for the tender.

11. Bidders should note that CMRL will not discuss any aspect of the evaluation process. Bidders will deem to have understood and agreed that no explanation or justification of any aspect of the selection process will be given by CMRL and that CMRL's decisions are without any right of appeal / litigation whatsoever. Applicants may note that the selection process will entirely be at the discretion of CMRL.

5 of 154. 12. Bidders will not be considered if they make any false or misleading representations in statements / attachments. If any submission is found false or misleading, even at later stage i.e. after completion of the tender process then also CMRL may annul the award, forfeit EMD (if any held with CMRL) and Performance Security (if any available). Further the bidder may be blacklisted for participation in any future tender(s) of CMRL.

13. CMRL will display the name of the successful bidder on CMRL’s website for information of all concerned.

14. Bidders are requested to remain in touch with CMRL’s Website www.chennaimetrorail.gov.in for any kind of latest Information, Addendum, etc.

GENERAL CONDITIONS OF CONTRACT

1. PREAMBLE.

Law Governing the Contract: The contract shall be governed by the law for the time being in force in the Republic of India.

CMRL, Chennai Metro Rail and Chennai Metro wherever used means “Chennai Metro Rail Limited, ( a Joint Venture of Govt. of India and Govt. of Tamil Nadu) with Corporate Office at Admin Building, CMRL Depot, Poonamalle High Road, ( Adjacent to Koyambedu Metro Station), Koyambedu, Chennai- 600107. a) “Contract” means and includes the invitation to tender, instructions to tenderers, tender, acceptance of tender, General Conditions to Contract, Special Conditions of Contract, particulars and other conditions specified in the acceptance of tender and includes a repeat order which has been accepted or acted upon by the Contractor and a formal agreement, if executed; b) “Tenderer” or “Bidder” shall mean the person / the firm / co-operative or company who tenders for the works with a view to execute the works on contract with the CMRL and shall include their personal representatives, successors and permitted assigns. c) “Tender Documents" means all documents whether containing words, figures or drawings which are, before the delivery of the Contractors tender and for the purposes of his tender, issued to him by or on behalf of CMRL or embodied by reference in such delivered documents or specified therein as being available for inspection by the Contractor d) Words importing the singular number shall also include the plural and vice versa where the context requires and similarly men shall also include women and vice versa where the context requires e) “Omissions and Discrepancies”: Should a tenderer find discrepancies in or omissions from the drawings or any of the Tender Forms or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all tenders. It shall be understood that every endeavour has been made to avoid any error which can materially affect the basis of tender and successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof. f) “Contractor's Understanding”: It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the

6 of 154. progress of the works, the general and local conditions, the labour conditions prevailing therein and all other matters which can in any way affect the works under the contract. g) “Contractor’s Office”: The Contractor shall establish an office in Chennai and the address with all contact details of the same may be communicated to CMRL. Whenever change of his office is effected the address of the changed location shall be advised to CMRL without fail. h) “Notices and Instructions”: Any notice or instructions to be given to the Contractor under the terms of the contract shall be deemed to have been Served on him if it has been delivered to his authorized agent or representative at site or if it has been sent by registered post to the office, or to the address of the firm last furnished by the Contractor. i) “Language of Tender”: The tender prepared by the bidder and all correspondence and documents relating to the tender shall be in English language. Submitted documents will not be returned by CMRL to the bidder. j) “Currency”: The currency for the purpose of the Proposal shall be the Indian National Rupee (INR). k) “EMD”: Earnest money Deposit and means Tender Security.

2.0 TENDER DOCUMENT:

1. Tender for maintenance of ballast less track including transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , phase 1 – approximately for the length of 105 Tkm. The tender herein after shall be referred as “TM-01-2017”.

2. The bidder shall quote his bid for all the services lump sum only. The lump sum amount shall be arrived as total of all the unit wise cost per annum. The quote shall be for per annum. The bidder shall carefully quote in the financial bid. Monthly quote or three yearly quotes will entail disqualification.

3. General condition and special conditions for specific activity shall be read and understood thoroughly.

4. All the queries shall be clarified before quoting the bid. 5. In the event of any ambiguity or conflict among General conditions, Special Conditions and scope of work. The order of precedence shall be as follows;

1. Scope of work 2. Special conditions of contract 3. General conditions of contract

3.0 BID NOTICE :-

1. CMRL invites sealed bid on single stage two packet systems, from bidder for “Tender for maintenance of ballast less track including transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with

7 of 154. Elevated, Underground stretches and Depot in Corridor 1 & 2 , phase 1 – approximately for the length of 105 Tkm. 2. The Scope of Work and Terms of Reference is provided in the respective Activity.

3. Bid Documents:

a. The interested Bidders may purchase ‘Bid documents’ which can be obtained between 11.00 hrs and 17.00 hrs on all working days up to 02.05.2017 in person from the CMRL Office at the address given in paragraph 9 below, on payment of non-refundable document fee of Rs.20,000.00 (Rupees Twenty Thousand only), inclusive of TNVAT, in the form of Demand Draft in favour of “Chennai Metro Rail Limited”, payable at Chennai drawn on any scheduled commercial Bank in India approved by Reserve Bank of India.

4. Bidding document can also be downloaded from the website www.chennaimetrorail.org and the bids can be submitted on the downloaded document along with a separate Demand Draft for Rs.16,000.00 (Rupees Sixteen Thousand Only) inclusive of TNVAT, towards the cost of bidding documents at the time of bidding, failing which the offer will be summarily rejected.

5. Earnest Money: The bid must be accompanied by Earnest Money of INR 5.20 lakhs (Rupees Five lakhs and Twenty Thousand only) in the form of Bank Demand Draft drawn on any a public sector undertaking bank, and shall be in the form annexed to the Packet-A, as stipulated by CMRL, or in another form approved by CMRL valid for 208 days, or unconditional Banker’s Guarantee for the amount INR 5.20 lakhs (Rupees Five lakhs and Twenty Thousand only) from a Scheduled Bank approved by Reserve Bank of India, payable at a designated Bank Branch located in Chennai.

6. Receipt of Bids: Sealed bids should be dropped in the designated box at the address given in Para 9 below not later than 14.00 hours on ( 03.05.2017). Techno-commercial bids shall be opened on the same day at 14.30 hrs in the presence of Bidders’ Representatives who choose to attend. For this an authority letter of the firm is required. The onus of dropping the bid in the box lies with the bidder. Bids received after 14.00 hrs on (03.05.2017) will be called ‘late’ bid and late bids will be summarily rejected.

7. CMRL reserves the right to accept / reject any or all Bids without assigning any reason thereof.

8. The Bidder fulfilling the eligibility criteria will be evaluated based on the evaluation criteria given in this Bid document.

9. Address for Communication: The Director-Projects, Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, (Adjacent to Koyambedu Metro Station), Koyambedu, Chennai – 600107. Tel no: 044 2379 2227 Fax No.: 044 2379 2163 Email id: [email protected]

8 of 154.

10. Pre-Bid Meeting: A Pre-Bid Meeting is scheduled to be held on (13.04.2017) at 11:00 hrs at the address given on para 9 above, with the prospective bidders who have purchased the tender document.

4.0 Scope of Works :-

The detailed Scope of the Works is described in PART A- Scope of Work

5.0 ELIGIBILITY CRITERIA AND EVALUATION CRITERIA OF BIDDERS :-

The tenderer shall predominantly be a service provider to carryout regular track maintenance including transportation of materials, periodic inspection and renewals of track components, training to his staff and other repair works in connection with Chennai Metro Rail Limited – Phase 1 including Koyambedu Depot.

Relevant particulars of the tenderer shall be submitted in ANNEXURE -5 and ANNEXURE -6.

The Bidder shall submit the following details.

a. Turnover details :

b. Work Experience:

Work Experience from reputed maintenance service providers of having completed similar works during last 5 years, either in India or abroad or both, ending last day of the previous month. Similar work means “Regular track maintenance including transportation of materials, periodic inspection or preventive maintenance and renewals of track components and other repair works or corrective Maintenance of Ballastless\Ballasted Metro Railway Track system or MRTS or Indian Railways.

i. Three similar completed works costing not less than the amount equal to 40% of the estimated cost

or

ii. Two similar works costing not less than the amount equal to 50% of the estimated cost or iii. One similar work costing not less than the amount equal to 80% of the estimated cost.

Note: Copies of the work order and certificate for satisfactory performance of the work issued by respective clients shall be enclosed.

b. Profitability

5.1 Legal Status of the Bidder (Who can apply)

5.1.1 The Bidder shall be a legally qualified person as per Indian Contract Act 1872. The Bidder should be either an individual or a Company incorporated under the Companies Act

9 of 154. 1956 or a Partnership Firm registered under the Partnership Act, 1932 or a group of entities (the ‘Consortium’) coming together to render desired services under and/or in relation to the License.

5.1.2 A Bidder may be a Private Entity, Government owned Entity, or any combination of them with all members of the consortium having a prior written arrangement viz. Joint Bidding Agreement Annexure-1 (Packet-A) or an existing agreement of a Joint Venture. The said arrangement of the Members of Consortium shall not be for less than three (3) years and shall subsist during the term of the License.

6. Authorized Signatory and address of the contractor:-

1. The Signatory of the bidder should attach an authorization certificate Annexure-2 (Packet-A) mentioning: i) The proprietor in case of “Sole Proprietor” firm or constituted attorney of such sole proprietor. ii) One of the partners in the case of a “Partnership” firm, in which case he must have authority to refer to arbitration disputes concerning the business of the partnership either by virtue of the partnership agreement or a power of attorney. iii) In the absence of such authority all partners should sign the Tender. iv) A director or the regional head in case of a limited company or an official of requisite authority in the case of a government institution, duly authorized by a resolution of the board of directors.

2. The bidder whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, Annexuer-3 (Packet-A) receive money, compromise, settle, relinquish any claim(s) preferred by the firm and sign "No Claim Certificate" and refer all or any disputes to arbitration.

7. Minimum Annual Turnover and Work Experience:-

A- Applicant should have annual turnover of last three audited financial years as follows.

Total Annual turnover of the bidder during the last three audited financial years shall not be less than 80% of the advertised tender value per annum. Bidder has to produce attested audited balance sheet duly certified by chartered accountant etc. along with the tender offer. Bidder shall submit the details in the prescribed proforma in Annexure – 6 (form Tech-1) (Packet-A)

B- Work Experience (Annexure-5) (Packet-A)

Experience of having satisfactorily completed similar works during last 5 years ending last day of previous month to the one in which the tenders are invited should be either of the following: (a) Three similar completed works costing not less than the amount equal to INR 1.884 crores: Or (b) Two similar works costing not less than the amount equal to INR 2.355 crores:

10 of 154. Or (c) One similar work costing not less than the amount equal to INR 3.768 crores. Note: In case of Joint Venture/Consortium/Partnership, lead partner/ member should have experience as above.

8. Additional Mandatory Requirements – Annexure-6 (Packet-A):-

(i) All other mandatory requirements have been enlisted at Annexure -6 of the Bid document. This includes Permanent Account Number, VAT / Service Tax Registration, ESIC and PF Registration, etc. (ii) Undertaking by the Bidder to conduct third party audit by an independent agency authorized / prescribed by CMRL/ by CMRL every three months along with regular in-house audit. Annexure -7 (Packet-A). (iii) The Bidder should have been a profit making entity for the preceding three financial years in which the annual turnover is calculated (Copy of statement of Profit and Loss Account certified by Chartered Accountant for each of the three financial years to be enclosed.) Annexure-6 (Packet-A)

9. Evaluation Criteria :-

Bids which satisfy the above criteria will be called “eligible bid”. All eligible bids shall be evaluated in terms of the process defined at Packet-B.

10. Consortium:-

Bids submitted by a Consortium must comply with following requirements:

i) The number of Consortium members shall not exceed four.

ii) The Consortium shall furnish a Joint Bidding Agreement Annexure-1 (Packet-A) in non-judicial Stamp Paper of minimum Rs. 100/- as per the format provided in this document, which shall be legally binding on all the members. iii) The Joint Bidding Agreement for the Consortium shall state the responsibility regarding the Techno-Commercial and financial arrangements in respect of each member in the Consortium. The Joint Bidding Agreement should be valid for a minimum period of 208 days from the last date of submission of the Bid.

iv) The members of the Consortium shall nominate one member as the lead member (the “Lead Member”) to act on behalf of the others as their representative to apply/bid for the award of License. This authorization shall be evidenced by submitting a Power of Attorney signed by legally authorized signatories of all the members as per format shown in this Document.(Annexure-3) (Packet-A)

v) The Lead Member shall have an equity share with highest of the paid up and subscribed equity of the Special Purpose Vehicle.

vi) No change in the composition of a Consortium shall be permitted after submission of bid.

vii) A company or a firm can be a member in only one Consortium, if a company or a firm participates in more than one Bid, all Bids of which it is a part would be summarily rejected.

11 of 154. viii) All members of the Consortium shall be jointly and severally liable, for the obligations and responsibilities entailed by the License Agreement.

ix) In the event of death of lead partner or other partner during the tenure of the contract, the legal heirs shall be permitted to continue for the unexpired period of license, with approval of CMRL. In the event of any of the partner withdrawing from the Consortium, the contract will stand terminated.

x) In case of a Consortium emerging as the Selected Bidder, the Selected Bidder must incorporate a Special Purpose Vehicle (SPV) under the Indian Companies Act 1956, within 21 days of issue of the Letter of Acceptance (LOA) by CMRL to render desired services under the License. It is clarified that CMRL will execute the License Agreement only with the SPV. The Lead Member shall have the highest equity share holding of the paid up and subscribed equity of the SPV.

xi) In case of a SPV formed by a Consortium as mentioned above, the Lead Member and member of Consortium who claims substantial Techno-Commercial experience or substantial net work in the Bidding Documents must hold the highest of the total paid up equity share capital of the SPV for at least 3 years from the date of execution of the License Agreement. Each of the other members shall compulsorily hold at least 10% of the total paid up equity share capital of the SPV for at least 3 years from the date of execution of the License Agreement. In case the Lead Member or bidding company is holding equity through Affiliate/s such restriction shall apply to such entities.

xii) Each member of the Consortium shall be ISO certified.

xiii) All members of the Consortium should have registered in India as per Indian Laws.

xiv) All the members of the Consortium shall comply with all the conditions individually of this contract.

11.0 Fraud and Corrupt Practices:- a. The Bidders and their respective Officers, employees, agents and advisers shall observe the highest standard of ethics during the Bidding Process and subsequent to the issue of the LOA and during the subsistence of the License Agreement. Notwithstanding anything to the contrary contained herein, or in the LOA or the License Agreement, CMRL may reject a Bid without being liable in any manner whatsoever to the Bidder or the Contractor if it determines that the Bidder or the Contractor, as the case may be, has, directly or indirectly or through an Agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process. In such an event, CMRL shall b. Forfeit and appropriate the Bid Security or Performance Security, as determined by CMRL, without prejudice to any other right or remedy that may be available to CMRL hereunder or otherwise. c. Debar the Bidder or Contractor to participate in any Bid, etc. issued by CMRL for a period of 5 (five) years from the date of occurrence of such event.

2. For the purposes of this Clause 11.1 the following terms shall have the meaning hereinafter respectively assigned to them:

12 of 154. a) “Corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly of anything of value to influence the actions of any person connected with the Bidding Process (for avoidance of doubt, offering of employment to, or employing, or engaging in any manner whatsoever, directly or indirectly, any official of CMRL who is or has been associated in any manner, directly or indirectly, with the Bidding Process or the LOA or has dealt with matters concerning the License Agreement or arising thereof, before or after the execution thereof, any time prior to the expiry of one year from the date such Official resigns or retires from or otherwise ceases to be in the service of CMRL, shall be deemed to constitute influencing the actions of a person connected with the Bidding Process) ; or (ii) engaging in any manner whatsoever, whether during the Bidding Process or after the issue of the LOA or after the execution of the License Agreement, as the case may be, any person in respect of any matter relating to the award of License or the LOA or the License Agreement, who at any time has been or is a legal, financial or Techno-Commercial adviser of CMRL in relation to any matter concerning the award of License. b) “Fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bidding Process. c) “Coercive practice” means impairing or harming or threatening to impair or harm, directly or indirectly, any person or property to influence any person’s participation or action in the Bidding Process. d) “undesirable practice” means (i) establishing contact with any person connected with or employed or engaged by CMRL with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process ; or (ii) having a Conflict of Interest ; and e) “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement among Bidders with the objective of restricting or manipulating a full and fair competition in the Bidding Process.

12. Default: If the Contractor i) has abandoned the Contract; or ii) is not executing the service in accordance with the Contract or is persistently or flagrantly neglecting to carry out his obligations under the Contract. Then CMRL, after giving 7 (Seven) days’ notice in writing to the Contractor, may expel the Contractor from the premises without thereby releasing the Contractor from any of his other obligations or liabilities under the Contract. 13. Bankruptcy: CMRL may at any time by notice in writing summarily terminate the Contract without compensation any of the following events.

(i) If the Contractor shall at any time be adjudged bankrupt, or shall have a Receiving Order or Order for Administration of his estate made against him or shall instigate any proceedings for liquidation or composition under the relevant legislation for the time being in force, or make any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors, or purport so to do; or

(ii) If the Contractor, being a company, shall pass a resolution, or the court shall make an order for the liquidation of its affairs, a Receiver on behalf of the creditors shall be

13 of 154. appointed. Provided always that such determination shall have not prejudice or affect any right of action or remedy which shall have accrue thereafter to CMRL.

(iii) In either of the cases or in any other case where in the opinion of CMRL, the Contractor is performing his duties unsatisfactorily, CMRL may employ and pay Another contractor to carry out and complete the work and may purchase all materials necessary for the carrying out of the work. In such cases, the value of the work done shall be assessed by CMRL and CMRL shall have the right to recover such sums from the Contractor.

14. LABOUR LAWS, PROVIDENT FUND, ESI etc :-

A. The Contractor shall obtain all legal licenses and approvals before the commencement of license; otherwise the contract shall stand cancelled.

B. Deployment of minimum man-power: The deployment of man power shall be as in schedule at each location.

CVs of the personnel to be deployed should be submitted to CMRL. Each CV shall have the current photographs of the person and shall be signed by the person. Each CV shall be submitted duly verified by the contractor which shall contain the following information but not limited to:- i. Name in full ii. Father’s name iii. Date of Birth iv. Present Address v. Permanent Address vi. Educational Qualification vii. Experience in relevant field of activity viii. Whether any antecedents of Police cases (Police verification certificate to be enclosed). On top of every CV, the proposed category is also to be indicated.

C. The Contractor shall comply with the provisions of all labour legislation’s including the requirements of:

i) The Contract Labour Act, 1970 ii) Minimum Wages Act 1948 iii) Weekly Holidays Act 1942 iv) Prevention of Child Labour Act (No child labour shall be employed by the Contractor) v) The Payment of Wages Act, 1936 vi) Hours of employment Regulations vii. The Workmen’s Compensation Act, 1923 viii) The EPF Act ix) The Bonus Act x) The ESI Act xi) The Inter-State Migrant Workmen (Regulation of Employment and Conditions of Service) Act, 1979 and any other Acts, Rules, Regulations or Statutes, which are in force or which are to be passed by both the Central Government and State of Tamil Nadu.

d. The Contractor shall enforce the provisions of ESI Act and Scheme with regard to all his employees involved in the performance of this License and shall deduct employee’s

14 of 154. contribution from the wages of each of the employees and shall deposit the same together with CMRL’s contribution of such total wages payable to the employees in the appropriate account.

e. The Contractor should comply with the provisions of the Employees Provident Fund Act. They should promptly deposit P.F. deduction of the eligible employees plus the CMRLs’ contribution to the R.P.F.C. For this purpose, the agency must submit a certificate in every month that PF amount has been deducted from the eligible employees and along with the CMRL’s contribution has been deposited with R.P.F.C. In support of this, the agency must furnish the challan / receipt for the payment made to RPFC, along with list of employees who are covered while submitting the Bills for payment.

f. The Contractor has to maintain record of all details called for by EPF organization for the labour employed by them and has to submit the same at any time if called for.

g. All liabilities like Salaries, wages and other statutory obligations in respect of the persons engaged by the Contractor shall be borne by them. The Contractor shall take necessary steps to cover its employees under the said enactments and shall submit proof of such compliance to CMRL periodically or at any date upon such request, as may be made by CMRL. The staff engaged by the Contractor, shall at no stage have any claim for employment in CMRL. This fact should be incorporated in their appointment letter, if any, issued by the Contractor.

h. In the case of delay/default in payment of contribution under ESI Scheme and EPF Scheme, besides the recovery of the amounts due by the Contractor towards their contribution, penal interest and / or damages as may be levied by the ESI or PF Authorities, a penalty of 20% of the above amount would also be levied and recovered from their Security Deposit. In the event of cessation of the License due to any reason whatsoever, the Security Deposit shall be refunded only after due satisfaction as regards the above payments.

i. The bidder shall produce certificate of Registration from the Department of Labour for engaging Contract Labours.

j. The Bidder shall also assist CMRL in providing the details of the employees and the services rendered for inclusion in the Asset Management Software to be set up in CMRL. They shall also assist the system in providing other relevant details as may be required from time to time.

15. Injury to Persons:-

The Contractor shall be solely liable for and shall indemnify CMRL in respect of any liability, loss, claim or proceeding whatsoever, arising under any legislation in respect of personal injury to or the death of any person whomsoever arising out of or in the course of or caused by the execution of the work whether or not due to his negligence and shall effect adequate insurance cover in respect of such risks and shall furnish CMRL with a copy of the insurance policy.

16. Tender Requirements:-

16.1 For the purpose of selection of contractor, the tender document is divided into two parts viz. the Techno-Commercial Bid and the Commercial Bid. The requirements for Techno- Commercial Bid are as under: - (Refer para 22.0 below)

15 of 154. 16.1.1 The bidder shall enclose a signed and stamped (lead member in case of Consortium) copy of the Tender Document and all other associated / required documents duly numbered, signed and stamped. This is in addition to the Tender Document Cost (if applicable) and EMD (Earnest Money Deposit).

16.1.2 Power of Attorney in the name of Authorized Signatory, in case the documents are signed by the authorized signatory of the bidder.

16.1.3 Each bidder (each member in the case of a consortium) shall be required to confirm and declare with the tender submission that no agent, middleman or any intermediary has been, or will be, engaged by them to provide any services, or any other items or works related to the award and performance of the Contract. The format is given in Annexure-8 (Packet-A) of this Tender Document.

16.1.4 The bidder shall be required to enclose Self Attestation, as in Annexure-6 (Packet-A) along with the Techno-Commercial Bid.

16.1.5 The bidder shall be required to enclose the Check List for submission of “Tender for maintenance of ballast less track including supply, transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with elevated, underground stretches and depot in corridor 1 & 2 phase 1 – approximately for the length of 105 Tkm” as in Annexure-9 (Packet-A) of this Tender Document.

16.1.7 Besides above, the Bidder shall submit the following filter criteria duly filled in, on the letter head of its company (each member in case of consortium).Bidder has to first qualify the Initial Filter Criteria in order to be eligible for evaluation of their Techno-Commercial Bid. Bidders are required to enclose the Initial Filter Criteria (Annexure-10)(Packet-A) along with their Techno-Commercial Bid.

17.0 Tender Clarification Process: Query from Bidders:-

1) If the bidder for any reason, whatsoever, be in doubt about the meaning of anything contained in the Tender Document, he may seek clarifications in the form of query, in writing, from the Director Projects, as per schedule given in the Notice Inviting Tender. Reply to Query, if any given by CMRL, shall form part of the Tender Document.

2) Except for written clarifications (Reply to Query(s)) from the Director Projects, which is expressly stated to be an addendum to the tender document issued by CMRL, no written or verbal communication/ presentation/explanation by any other employee of CMRL shall be taken to bind or fetter CMRL under the tender/contract.

18.0 Cost of Tendering:-

The bidder shall bear all costs associated with the preparation and submission of his tender and CMRL will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the tendering process.

19.0 Tender Validity :-

16 of 154. The tender shall remain valid and open for acceptance for a period of 208 days from the date of submission of the tender. In exceptional circumstances, prior to the expiry of the tender validity period, CMRL may request the bidders for a specified extension in the period of tender validity. The request and the response thereto shall be made in writing or by telefax. Bidders may refuse the request without forfeiting their EMD. Bidders agreeing to the request for extension of tender validity period shall not be permitted to modify their tender but will be required to extend the validity of the period of the EMD correspondingly.

20.0 EMD :-

(a) The bidder shall furnish, as EMD, an amount of Rs.5.20 (Rupees Five lakhs and Twenty Thousands only) in the form of Bank Draft from a bank approved by Reserve Bank of India in favour of Chennai Metro Rail Limited” with a validity of 208 days or a unconditional Banker’s Guarantee from a Scheduled Bank approved by Reserve Bank of India for a value of Rs.5.20 (Rupees Five lakhs and Twenty Thousand only) valid for 208 days, payable at a designated Bank Branch located in Chennai.

(b) Tenders not accompanied by EMD will be summarily rejected as non-responsive.

(c) The EMD of unsuccessful bidders will be discharged / returned by CMRL as promptly as possible after the expiry of the period of tender validity / finalization of the tender.

4. The EMD may be forfeited: -

1) If the bidder withdraw/modify its tender during the period of tender validity. 2) In case of a successful bidder fails to: -

i) Furnish the necessary Performance Guarantee within the prescribed time limit. ii) Commence the work as per terms and conditions of the Tender/CMRL instructions given in the Letter of Acceptance. iii) Enter into the Contract Agreement within the time limit.

5. No interest shall be payable by CMRL on the EMD.

21.0 Tender Prices :-

1. The Contract shall be for the whole work, as described in Bill of Quantities/Letter of Acceptance. The bidder is required to quote his rates taking into account all the Terms and Conditions of the Tender.

2. The bidder shall quote his rates inclusive of all taxes, service tax, duties, royalties, statutory minimum payments/contributions to be paid to and/or on behalf of the manpower supplied by the bidder, materials required for maintenance services, overheads, insurance, cost incurred for obtaining various licenses as per statutory requirements, etc. If there are erasures, corrections and over writings, the same shall be attested by the signatory. Any unattested corrections/erasures shall lead to disqualification of the tender rejected.

3. The Price variation @5% for the second year and 10% for the third year to the base rate is permitted.

17 of 154. 22. Tender Submission:-

1. ENVELOPE-1 – It shall contain two sealed covers, one cover shall contain the EMD and Cost of Tender Document and sealed, with superscription as “EMD for TM -01- 2017”. The second cover shall contain the Techno-Commercial Bid for TM-01-2017 (Tender Document including General Conditions of Contract, addenda if any, Reply to Query if any, required documents / annexure) and sealed with superscription as “Techno-Commercial Bid (Packet-A) for TM-01-2017.” Both these covers shall be placed in Envelope - 1 and sealed with superscription as “Techno-Commercial Bid for TM-01-2017.

2. ENVELOPE-2 –The Financial Bid (Packet-B) for TM-01-2017 must be sealed in a separate envelope duly marked as “Financial Bid (Packet-B) for TM-01-2017”. The bidder must then place both these envelopes in another big envelope, seal this envelope and mark it as “Techno-Commercial Bid and Financial Bid for TM -01-2017”.

3. Envelope-1 is mandatory for all the bidders. Both Envelope-1 and Envelope-2 shall be placed in another big envelope and shall be sealed. This envelope should be super scribed as 1. Tender for maintenance of ballast less track including supply, transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with elevated, underground stretches and depot in corridor 1 & 2 phase 1 – approximately for the length of 105 Tkm at the top, with name of the Bidder at the bottom of the Bidder. It should be noted that all the envelopes must be addressed to the following:

The Director Projects, Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, (Adjacent to Koyambedu Metro station), Koyambedu, Chennai – 600107. Tel no: 044 2379 2227 Fax No.: 044 2379 2163 Email id: [email protected] 4. Tenders may be submitted, by hand, not later than 14:00 hrs on 03.05.2017

23.0 Tender Opening:-

(a) On opening of the main Tender envelope, it will be checked if it contains the Envelope-1 for EMD and Tender Document cost, if applicable, and the Techno-Commercial Bid and Envelope-2 super scribed as “Financial Bid for TM-01-2016”.

(b) Firstly Techno-Commercial Bid will be opened in the presence of bidders or their representatives who choose to attend on the date and time as mentioned in tender document. It will be checked if the required documents have been annexed. If the submitted documents do not meet the tender requirements then the Commercial Bid of the said bidder may not be considered for further processing.

(c) The sealed Financial Bid will be kept in the safe custody of CMRL and will be opened on a subsequent date after evaluation of Techno-Commercial bids. Financial Bid of all Techno-Commercially qualified bidders who qualify the Techno-Commercial Evaluation will be opened on the date and time intimated to all such eligible bidders separately.

18 of 154. 24.0 Other Tender Guidelines :-

(i) CMRL reserves the right not to proceed with the tender process at any time without any notice, justification or liability.

(ii) All tenders, documents and other information submitted by the bidders to CMRL shall become the property of CMRL. Bidders shall treat all information furnished as strictly confidential. CMRL will not return any submission.

(iii) The tender is not transferable under any circumstances.

(iv) Telegraphic, conditional or incomplete tenders will not be accepted. Canvassing of any kind, direct or indirect, shall lead to disqualification of the bidder.

(v) Tender in any form other than the prescribed format issued by CMRL will not be entertained and will be summarily rejected.

(vi) Tenders with revised / modified rates / offer after submission / opening of the tender will be summarily rejected. In such a case CMRL may forfeit the Earnest Money Deposit submitted with the tender.

(vii) CMRL may not consider bidders who have poor performance records such as abandoning works, not following statutory requirements, financial failure, etc.

(viii) Bidders are advised to submit only one tender either by themselves, or as a partner in a joint venture, or as a consortium. If a Bidder, or if any one of the partners in a joint venture, or any one of the members of the consortium participates, submits more than one tender, all the tenders in which the bidder has participated shall be considered invalid.

(ix) Sub-contractor shall not contact directly with CMRL on any score. All Rules and regulations applicable for principal contractor’s employees will be applicable to them also.

(x) The services mentioned this document for maintenance of ballast less track including supply, transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with elevated, underground stretches and depot in corridor 1 & 2 phase 1 – approximately for the length of 105 Tkm. This service mentioned in this document is indicative only and may be reduced or enhanced. The payment for services will be reduced/ enhanced proportionately on the quoted /accepted rates as in Packet-B. As the requirement will be based on facilities available, the requirement and payment shall be proportionately made on the quoted price.

(xi) CMRL may offer piecemeal works other than the scheduled works as and when circumstances warrant and demand which shall also be fulfilled by the contractor. CMRL will pay at the proportionate rate on the quoted rates.

25.0 Award of Tender:

1. CMRL in its sole discretion and without incurring any obligation or liability, reserves the right, at any time, to:

19 of 154. (i) Suspend and / or cancel the Bidding Process and / or amend and / or supplement the Bidding Process or modify the dates or other terms and conditions relating thereto.

(ii) Consult with any Bidder in order to receive clarification or further information.

(iii) Retain any information and / or evidence submitted to CMRL by, on behalf of, and / or in relation to any Bidder; and / or

(iv) Independently verify, disqualify, reject and / or accept any and all submissions or other information and / or evidence submitted by or on behalf of any Bidder.

2. It shall be deemed that by submitting the Bid, the Bidder agrees and releases CMRL, its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights and / or performance of any obligations hereunder and the Bidding Documents, pursuant hereto, and / or in connection with the Bidding Process, to the full extent permitted by applicable law, and waives any and all rights and / or claims it may have in this respect, whether actual or contingent, whether present or in future.

3. The Disclaimer as set forth at the outset of this document and the License Agreement as stated in this Document shall be deemed to be the part of this Document.

4. The selected Bidder shall have to execute the License Agreement in the manner and format as indicated by CMRL in this Document.

5. CMRL will award the contract to bidder whose tender has been determined to be substantially responsive, Techno-Commercially and financially suitable, complete and in accordance with the tender document.

6. Responsive bid is one that conforms to all the terms, conditions, and Specifications of the Tender Documents without material deviations, exceptions, objections, conditionality’s or reservation,

(a) One that limits in any substantial way the scope, quality, or performance of the Product/material/materials.

(b) that limits, in any substantial way that is inconsistent with the tender documents, CMRL rights or the successful bidders’ obligations under the contract; and (c) One that the acceptance of which would unfairly affect the competitive position of other bidders who have submitted substantially responsive bids. If a bid is not substantially responsive, it will be rejected by CMRL and may not subsequently be made responsive by the bidder by correction of the nonconformity.

7. CMRL’s determination of bid responsiveness will be based on the contents of bid itself and any written clarifications sought by CMRL in writing the response to which shall also be in writing and no change in rates shall be sought, offered or permitted. 8. In case, two or more Techno-Commercially qualified bidders quote the same amounts in the Commercial Bid, then the tender would be awarded to the bidder who has the highest / higher Average Annual Turnover for the last 3 financial years.

9. Prior to the expiry of the period of tender validity, CMRL will notify the successful bidder in writing, either through Letter of Intent or Letter of Acceptance, that his tender has been accepted.

20 of 154.

26.0 Letter of Acceptance:-

(i) The Letter of Acceptance would be sent in duplicate to the successful bidder, who will return one copy to CMRL duly acknowledged, signed and stamped by the authorized signatory of the bidder, as an unconditional acceptance of the Letter of Acceptance, within three days from the date of issue of LOA.

(ii) Letter of Acceptance shall communicate the sum which the CMRL would pay to the Contractor during the contract period, to be paid on month to month basis and based on bills submitted by the Contractor as per procedure chalked out in the Terms and Conditions of the Contract, in consideration of the execution / completion of the works by the Contractor as prescribed in the Contract Agreement (hereinafter called 'the Contract Price').

(iii) No correspondence will be entertained by CMRL from the unsuccessful bidders.

(iv) Upon Letter of Acceptance being signed and returned by the successful bidder, CMRL will promptly notify the unsuccessful bidders and discharge / return their EMD/ BG thereof.

(v) The commencement of work by successful bidder will be on the date of issue of LOA.

27.0 Cancellation of Letter of Acceptance (LOA) :-

(i) After issuance of the Letter of Acceptance, in case, the successful bidder fails to commence the work, for whatsoever reasons, as per terms and conditions of Tender then the LOA shall be cancelled and the EMD will be forfeited in favour of CMRL.

(ii) CMRL will reject the tender or rescind the contract if CMRL determines that the Bidder / Contractor or the employees deployed by the contractor for the performance of services are engaged in corrupt or fraudulent practices or other immoral activity.

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

(iv) The successful Bidder/Contractor shall apprise CMRL through Chief Vigilance Officer, CMRL of any fraud/suspected fraud as soon as it comes to their notice.

(v) Contactor shall be debarred from disputing the correctness of the items covered by "No Claim" Certificate or demanding a clearance to arbitration in respect thereof.

28.0 Performance Security (ANNEXURE-11):-

(a) The successful bidder shall furnish to CMRL a security in the form of Bank Guarantee for an amount, equivalent to 10% of the Contract Price within 21 days from the date of issue of Letter of Acceptance. The validity of the Bank Guarantee shall be six month beyond the expiry of contract period. The Bank Guarantee shall be prepared as per the format of Bank Guarantee provided in this Tender Document with a nationalised Bank of India, based in India. Further as and when contract value increases, even as a result of revision in Service Tax, the contractor shall be required to deposit additional BG(s) so as to ensure availability of Bank Guarantee @ 10% of contract value with CMRL at all times.

21 of 154. (b) Failure of the successful bidder to submit the required Performance Security shall constitute sufficient grounds for the annulment of the award of the Tender and forfeiture of the EMD.

29.0 Signing of Contract Agreement:-

(a) CMRL shall prepare the contract agreement as in the proforma given in this tender document, duly incorporating all the terms and conditions of the tender.

(b) For the purpose of preparing of the contract agreement, the successful bidder shall be required to deposit 2 Non Judicial Stamp Papers each of appropriate value, as intimated by CMRL.

(c) Prior to signing of the Contract Agreement, the successful bidder shall be required to submit the following: - (i) Performance Security within 21 days of award of Letter of Acceptance. (ii) Power of Attorney in favour of Authorized Signatory(s) (iii) Consortium Agreement (duly signed and executed) duly incorporating the requirements as in this Tender Document.

(d) The Contract Agreement shall require to be executed within forty five (45) days from the date of issue of the Letter of Acceptance.

30.0 Confidentiality:-

a) The Contractor shall take all precautions not to disclose, divulge and / or disseminate to any third party any confidential information, proprietary information on the CMRL’s business or security arrangements (including but not limited to the Assignment Instructions, Schedules and other subsequent Agreements) and/or business of the CMRL. The obligation is not limited to any scope and the Contractor shall be held responsible in case of breach of the confidentiality of CMRL’s information. b) If the Contractor receives enquiries from Press / News / Media/ Radio / Television or other bodies / persons, the same shall be referred by the Contractor to CMRL immediately on receipt of such queries and shall not divulge any information.

31.0 Noise and Disturbance/Pollution:-

All works shall be carried out without unreasonable noise and disturbance. The Contractor shall indemnify and keep indemnified the CMRL from and against any liability for damages on account of noise or other disturbance created while carrying out the work, and from and against all claims, demands, proceedings, damages, costs, charges, and expenses, whatsoever, in regard or in relation to such liability. Subject and without prejudice to any other provision of the Contract and the law of the land and its obligation as applicable, the Contractor shall take all reasonable precautions.

32.0 Damage To CMRL Property Or Private Life And Property:

The Contractor shall be responsible for all risk to the work and for 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 CMRL or the lives, persons or property of others from whatsoever cause in connection with the works until they are taken over by the CMRL and this although all

22 of 154. reasonable and proper precautions may have been taken by the Contractor, and in case the CMRL shall be called upon to make good any costs, loss or damages, or to pay any compensation, including that payable under the provisions of the Workmen's Compensation Act or any statutory amendments thereof to any person or persons sustaining damages as aforesaid by reason of any act, or any negligence or 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 CMRL may incur in reference thereto, shall be charged to the Contractor. The CMRL 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 expenses shall not be called in question by the Contractor.

33.0 Right Of Way:

Right of way (within CMRL land) to the work site will be provided to the Contractor and his employees. They shall always carry their Photo identity card jointly signed by the contractor and authorized signatory of CMRL.

34.0 Coordination with other contractors:

The contractor for this package shall plan and execute work in coordination and in co-operation with other contractors working for CMRL in the same package /other packages.

35.0 Specifications:

One copy of specifications shall be supplied to the Contractor. The Contractor shall promptly inform CMRL of any error, omission, fault and other defects in the Specifications, which are discovered when reviewing the Contract Documents or in the process of execution of the Works.

36.0 Housing facilities and Supply of Materials, Tools and Equipment:

No material, tools, and equipment shall be supplied by the CMRL except otherwise specifically agreed to by CMRL.

37.1. Housing Facilities:

The Contractor shall have to make his own arrangements for housing facilities for his staff.

38.0 Supply of Water and Electricity:-

(a) CMRL shall make arrangements for providing Water supply and Electricity necessary for the Works.

(b) The contractor shall make his own arrangements to tap the Electricity from the nominated sockets / points. The contractor shall tap the Electricity as per Indian Electricity Rules and Indian Electricity Act (2003) duly following all safety precautions.

23 of 154.

(c) The contractor shall submit full scheme for the requirement of Electricity and water. If scheme mentions Electricity requirement which is beyond the capacity of CMRL, the contractor shall make his own arrangements / alternative arrangements.

(d) The Contractor should make his own arrangements to draw the water from the available water point to the working place without causing hindrances to other activities and passenger movement.

(e) The water and Electricity charges will be borne by the contractor.

39.0 Access Roads:

Existing roads and other public roads may be used by the Contractor to carry out activities, with prior approval of the competent authority.

40.0 Payment:

a. All the claims shall be approved by the competent person. The payment will be effected within 21 days of submission of his claim every month after due deductions of all statutory payments, taxes, penalties and other deductions applicable. No advances shall be paid to the Contractor. Tax deduction at source from each on-account progress bill shall be made by CMRL as per the provisions of the statutes/acts of statutory bodies/local authorities etc except when the contractor prior to release of payment submits valid and complete documents for Income tax exemption.

b. The monthly bills shall be paid only if it is accompanied by the proof of the following, but not limited to:

i) Having paid due wages to all the workmen engaged in the provision of the services during the previous month.

ii) Having deposited the contribution to PF, ESI etc. with the concerned authorities for the previous month as per the relevant statutes.

iii) Certificate from the official of CMRL regarding satisfactory performance during the period of the bill.

c. It is mandatory to maintain all statutory documents at any point of time and the documents and records should be made available for inspection by CMRL officials or by any other official at any point of time.

41.0 Security Measures:

(a) Security arrangements for the work shall be in accordance with general requirements and the Contractor shall confirm to such requirements and shall be held responsible for the action or inaction on the part of his staff, employees. A fine of Rs.5000/- shall be imposed on the contractor plus recovery of cost of material in addition to the police action against the contractor staff if any employee of contractor is caught stealing CMRL property. Decision of CMRL shall be final.

24 of 154.

(b) Contractors’ employees and representatives shall wear Identification Badges (cards), uniforms, helmets; gum boots and other safety/protection wear as directed by in Charge, and to be provided by the Contractor. Badges shall identify the Contractor and show the employee’s name and number and shall be worn at all times while on duty.

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

(d) Contractor shall submit the police verification of each employee and staff. In case the employee is replaced, then the contractor shall inform CMRL office and also submit the police verification of changed person’s / equipment on site. On every replacement contractor shall provide replacement form and get approval from the station Controller/nominated official in- charge.

42.0 Carriage of Materials:

No contractors’ materials shall be carried by metro trains.

43.0 Safety of Public/Staff:

The Contractor shall be responsible to take all precautions to ensure the safety of the public and staff whether on public or CMRL property and shall post such look out men as May, in the opinion of CMRL, be required to comply with regulations appertaining to the work

44.0 Workmanship and Testing:

The whole of the works and/or supply of materials specified and provided in the contract or that may be necessary to be done in order to form and complete any part thereof shall be executed in the best and most substantial workman like manner with materials of the best and most approved quality of their respective kinds, agreeable to the particulars contained in or implied by the specifications and as referred to in and represented by the drawings or in such other additional particulars, instructions and drawings may be found requisite to be given during the carrying on of the works and to the entire satisfaction of CMRL according to the instructions and directions which the Contractors may from time to time receive from CMRL. The materials may be subjected to tests by means of such machines, instruments and appliances as the CMRL may direct and wholly at the expense of the Contractor.

45.0 Indemnity by Contractors (Annexure 12) (Packet-A):

(i) The Contractor shall indemnify and save harmless the CMRL from and against all actions, suit proceedings losses, costs, damages, charges, claims and demands of every nature and description brought or recovered against the CMRL by reason of any act or omission of the Contractor, his agents or employees, in the execution of the works or in his guarding of 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.

25 of 154. (ii) The Contractor shall ensure that his men are always being well-behaved and they do not involve in eve teasing and do not cause sexual harassment of women anywhere. They shall be punishable under various provisions of The Sexual Harassment of Women at Work place (Prevention, Prohibition and Redressal) Act, 2013 (14 of 2013).

26 of 154. SPECIAL CONDITIONS CONTRACT

1. The contractor shall provide services for maintenance of ballast less track including transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , Phase 1 – approximately for the length of 105 Tkm.

2. The materials required for preventive and Corrective maintenance will be arranged by the contractors except rails, Fastenings, IRJ’s, Switches and crossings and their fittings will be provided by CMRL.

3. Necessary initial training shall be provided by CMRL to JE’s and Technicians and subsequent training shall be provided by the contractors. All Junior Engineers and Technicians shall be provided with Competency certificate issued by CMRL and subsequent training and renewal of competency certificate will be done by contractor in the presence of CMRL.

4. Preventive and corrective maintenances of Track system to be carried out to the safe movement of the passenger. The contractors are responsible for the safety of passenger movement and in case of any unusual occurrences due to negligence or errors of contractor, he will be held responsible.

5. The contractors shall plan their manpower, plants and tools for entire Phase -1 of Chennai Metro Rail Limited Track System. But mobilization shall be done for the commissioned stretches and stretches which is not commissioned, the required manpower, plants and tools shall be mobilized at the time of commissioning. The contractor shall not entitle the payment for the planning of manpower to non- commissioned stretches.

6. The contractor should keep minimum man power specified in the scope of the work.

7. It is mandatory to conduct the scheduled maintenance as per frequency stipulated in the scope of work. If any of the scheduled maintenance not done as per frequency, penalty will be imposed in proportionate basis.

8. CMRL has right to conduct frequent audits for checking the proper functioning of maintenance system and in case of any deficiency observed during audits, CMRL has right to rise Non-conformance report(NCR) and proportionate amount will be reduced in each bill till closing of each NCR’S.

9. All type of maintenance activities to be carried out at Non- Revenue hours with taking Permit to Work from operation departments.

10. In case of any Emergency, the work can be carried out at revenue hours which require special permission from Track and Operation Department of CMRL.

27 of 154.

11. Minimum Manpower to be kept for 24x7 hours at Koyambedu Depot and Nominated stations for Emergency purposes as per requirement of CMRL. Also one person to be kept available at Koyambedu Depot stores for 24 x7 hours.

12. The contract can be varied by +/-30% in value: the contractors should be capable of executing the additional services within 30 days, whenever required by CMRL. The additional service will be paid as per the quoted rates for specific works.

28 of 154. Part A – Scope of Work

1. General:

The Track Maintenance schedule and safety standards are issued by the Maintenance of Division of Chennai Metro Rail Limited (CMRL). They are issued for the purpose of maintaining Ballast less track system of CMRL to a standard which will ensure the safety of the riding public and of the employees of the CMRL.

These Standards are to be read in conjunction with Track Maintenance Manual of CMRL, Schedule of Dimensions, General Rules, Special instructions to GR., and other documents contained in the Standard Appendices.

The Director(Projects) of CMRL is the authority for issuing any modifications in the Maintenance Standards, Duties and responsibilities of the personals, Schedule of inspections.

Compliance with the Standards is the responsibility of every member of Maintenance of Way Division. All personnel should familiarize themselves with the requirements of the Standards and conduct themselves accordingly.

This document describes the activities of Track work Maintenance System for the Chennai Metro Rail System in Elevated, Underground and Depot section. The maintenance tasks and minimum frequencies defined in this document are mandatory for CMRL owned track, its structures and assets. Any proposed reduction in task scope or frequency (lengthening time between tasks) shall be authorized, as appropriate by CMRL.

Contractor shall also review any typical situations, consider if more stringent requirements are appropriate and ensure appropriate defect management is carried out.

2.1 Scope of work:

2.1.1 Maintenance of ballast less track including supply of tools to carry out the maintenance, transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , Phase 1

2.1.2 Section covered under this contract is a. Stage 1 - Up and down lines from Ch. 9990 to Ch.21380 (Koyambedu to St.Thomas Mount) in corridor 2 & Koyambedu Depot

b. Stage 1A - Up and down lines from Ch. 14247 to Ch.22860 (Little Mount to Airport) in corridor 1 & Right service loop (443.728m) and left service loop (502.086m) connecting corridor 1 and 2 at Alandur

c. Stage 2A – Upline from Ch.9990 to Ch.5452 (STI to SSN) and Downline from Ch.9990 to 2357 (STI-SNP) in corridor 2 d. Stage 2B – Upline from ch. 5452 to Ch.-183 (SSN-SCC) and down line from Ch.2357 to Ch. - 183 (SNP-SCC) in corridor 2 e. Stage 2C – Up and down lines from Ch. 14247 to -83 SSA ramp to Washermenpet in Corridor 1

29 of 154. 2.1.3 Periodic and systematic inspection of permanent way assets such as Track slab/plinth, Rails and fastening, turnouts, curvatures, buffer stops, Insulated Glued joints and check rails as per stipulations and frequencies laid down in this document with Contractors competent Engineers approved by CMRL, with contractors own equipments, tools and plants, consumables, lighting arrangements and recording the observations in the registers stipulated in this document.

2.1.4 Analysing the recorded track data with respect to track tolerances specified in this document and identifies the locations needing attention and promptly reporting the identified track defects/locations with out of tolerances/locations needing attention to the respective reporting officer of CMRL.

2.1.5 Based on the scrutinised recorded track data prioritizing preventive maintenance activities duly coordinating with other departments such as OHE, Operating and Signal of CMRL.

2.1.6 Carrying out preventive maintenance with contractors own men and materials, tools and plants and consumables ( Permanent way materials such as which Rails, fastening system, check rail which needs replacement will be provided by CMRL free of cost) in stipulated time period after obtaining Permit to Work from the operating department of CMRL.

2.1.7 In case of an incident affecting train running, he should proceed to take charge of work at site and arrange for relief equipment/material as necessary He should take all possible measures to restore the traffic quickly, duly maintaining close co-ordination with OCC, signalling and OHE staff.

2.1.8 Carrying out corrective maintenance with contractors own men and materials, tools and plants and consumables ( Permanent way materials such as which Rails, fastening system, check rail which needs replacement will be provided by CMRL free of cost) in stipulated time period after obtaining Permit to Work from the operating department of CMRL.

2.1.9 Carry out assessment on the performance of the track way and the plant at the preventive/corrective maintenance action accorded at site. This is to establish preventive or corrective measures taken are fruitful.

2.1.10 Periodic assessment of ride index by carrying out Oscillation trails with Portable oscillometer (will be provided by CMRL free of cost) with contractors own men and materials.

2.2 Overview of the Section:

2.2.1 Type of track structure is 60 kg 1080 HH rails of UIC 60 E1 profile manufactured by M/s TATA steel , with double resilient base plate assembly system manufactured by M/s Pandrol UK and laid on plinth/Slab.

2.2.2 All turnouts are manufactured by M/s VAE with 60 kg 1080 HH rails imported and laid on PSC track slab. 2.2.3 Check rails of UIC1 33 C1 manufactured by M/s. TATA steel France was provided on curves sharper than 190m radius on main line and 140m radius on Depot lines. 2.2.4 Buffers stops are manufactured by M/s.Rawie GmbH & Co. KG,& Osnabruck,

30 of 154.

2.2.5 Buffer stops were provided at following locations in Mainline of the corridor 1 and corridor 2.

Corridor Station Type of Buffer stop Line Chainage Remarks 1 Saidapet Ramp Friction buffer stop Down 14246.961 1 Saidapet Ramp Friction buffer stop Up 14247.861 1 Little Mount Friction buffer stop Sick line 14550.690 Saidapet end 1 Little Mount Fixed buffer stop Sick line 14780.886 Guindy end 1 Airport Friction buffer stop Down 22860.712 1 Airport Friction buffer stop Up 22852.072 2 St.Thomas Friction buffer stop Down 21362.700 Mount 2 St.Thomas Friction buffer stop Up 21360.383 Mount 2 Nehru Park Friction buffer stop Down 2357 2 Shenoy Nagar Friction buffer stop Up 5452

In Koyambedu Depot, the following lines are provided with Buffer stops and wheel stops.

S. No Type of Buffer Line Nos Stabling line 1 to 12,Wheel profile Line,Test Track, 1 Friction Type 19 Workshop Line,Shunting Neck,Auto Wash Line. 2 Wheel Stopper Inspection Line 1 to 4,Work Shop Line 1 to 6 10 3 Fixed Type Infra Line 1 to 3 3

2.2.6 In Stage 1 (Corridor 2), 60 numbers of horizontal curves laid in both up and down lines from Koyambedu to St.Thomas Mount and In Depot, 45 numbers of horizontal curves laid.

2.2.7 In Stage 1A, (corridor 1), 56 numbers of horizontal curves laid in the both up and down lines from Airport to Saidapet Ramp.

2.2.8 In Stage 2A, (corridor 1), 25 numbers of horizontal curves laid in the both up and down lines from Koyambedu to Nehru park.

2.2.9 In Stage 2B, (corridor 1), 12 numbers of horizontal curves laid in the both up and down lines from Nehru park to Chennai Central.

2.2.10 In Stage 2C, (corridor 1), 74 numbers of horizontal curves laid in the both up and down lines from Little mount to Washermenpet.

31 of 154.

2.2.10.1.1 List of horizontal curves are laid in the Depot, mainline of the corridor 1 and corridor 2 are listed below.

List of Horizontal curves are laid in Koyambedu-Depot (Stage 1)

Chainage of curve Radius Whether Curves Curve of Check Line No Length the rail From To curve provided

1 Access Track 02 252.413 407.632 155.219 154.1

2 Access Track 01 258.442 407.647 149.205 150

3 Shunting Neck 01 21.285 285.242 263.957 320 4 Shunting Neck 01 347.122 384.25 37.128 400

5 Shunting Neck 01 396.997 503.75 106.753 160 6 Auto Wash line 45.925 134.32 88.395 195 7 Auto Wash line 167.541 198.168 30.627 160 8 Stabling line 1 20.295 37.844 17.549 200 9 Stabling line 1 93.732 278.588 184.856 235 10 Stabling line 2 19.542 37.534 17.992 175 11 Stabling line 2 69.856 255.03 185.174 240 12 Stabling 71.46 94.507 23.047 130 Yes 13 Stabling line 4 128.441 262.315 133.874 200 14 Stabling line 4 296.637 320.381 23.744 140 Yes 15 Stabling 39.137 233.245 194.108 222 16 Stabling line 7 31.253 126.918 95.665 170 17 Stabling line 7 169.308 193.071 23.763 140 Yes 18 Stabling line 8 43.303 196.317 153.014 176 19 Stabling line 10 120.409 242.82 122.411 140 Yes 20 Stabling line 10 293.768 317.182 23.414 140 No 21 Stabling line 11 20.008 127.064 107.056 170 22 Stabling line 12 46.642 146.955 100.313 130 Yes 23 Future stabling line 18.161 40.181 22.02 140 No 24 Access Track 02 786.804 950.549 163.745 137 No 25 Inspection Bay line 1 30.098 140.38 110.282 143 26 Inspection Bay line 2 48.866 179.439 130.573 143 27 Inspection Bay 28.408 155.328 126.92 139 No 28 Inspection Bay line 4 71.397 216.986 145.589 138 Yes

29 Workshop Line 1 19.025 97.784 78.759 125 Yes

30 Workshop Line 2 42.311 134.948 92.637 120 Yes 31 Workshop Line 3 60.564 179.366 118.802 130 Yes

32 of 154. 32 Workshop Line 4 38.702 162.073 123.371 135 Yes 33 Workshop Line 5 27.454 141.668 114.214 125 Yes 34 Workshop Line 6 107.499 239.469 131.97 125 No 35 Access Track 01 577.644 636.253 58.609 1500 36 Access Track 01 923.241 1090.856 167.615 140 Yes 37 Infra line 1 22.986 159.622 136.636 131 Yes 38 Infra line 2 21.849 41.715 19.866 140 No 39 Infra line 2 209.443 354.778 145.335 122 Yes 40 Infra line 3 22.049 145.909 123.86 125 Yes 41 Delivery track 60.544 89.066 28.522 140 No 42 Shunting Neck 02 26.998 55.526 28.528 170 43 Shunting Neck 02 65.501 84.88 19.379 300 Connecting track 01 44 19.554 79.223 59.669 275 AT 1 to TT Connecting track 01 45 95.514 190.217 94.703 400 AT 1 to TT

Stage 1 - List of horizontal curves laid in upline and downline (SKO-SMM)

DOWNLINE Chainage Check Rail Curve No Length Radius From To Provided 19 10002.44 10287.076 284.636 150 Yes 20 10880.536 11189.446 308.91 157.65 Yes 21 11522.74 11691.479 168.739 295.55

22 11718.747 11852.299 133.552 350

23 12082.016 12253.633 171.617 997.95

24 12286.628 12460.86 174.232 204.1

25 12604.451 12740.999 136.548 259.1

26 12849.671 13122.06 272.389 354.1

27 13158.24 13309.073 150.833 1204.1

28 13593.235 13710.397 117.162 4997.95

29 14031.49 14167.709 136.219 299.95

30 14340.127 14470.284 130.157 304.15

31 14531.04 14727.709 196.669 1000

32 14893.394 14986.355 92.961 1102.05

33 15171.517 15249.933 78.416 2004.1

34 15682.324 15834.069 151.745 2397.95

35 16016.191 16213.764 197.573 154.1 Yes 36 16372.199 16578.015 205.816 150 Yes

33 of 154. 37 16618.587 16774.786 156.199 304.15

38 17075.811 17217.181 141.37 252.05

39 17265.538 17559.976 294.438 450

40 17587.201 17697.864 110.663 602.05

41 17727.347 17793.532 66.185 1397.95

42 17824.819 17967.62 142.801 597.95

43 18116.811 18298.411 181.6 402.05

44 19125.358 19322.476 197.118 397.95

45 19411.982 19645.188 233.206 402.05

46 20204.18 20360.714 156.534 250

47 20534.086 20662.806 128.72 997.95

48 20784.276 21040.114 255.838 153.95 Yes

UPLINE Chainage Check rail Curve No Length Radius From To Provided 19 9998.783 10290.515 291.732 154.1 Yes 20 10883.285 11199.513 316.228 161.75 Yes 21 11532.629 11699.374 166.745 291.45

22 11726.671 11861.495 134.824 354.1

23 12091.04 12263.31 172.27 1002.05

24 12296.559 12467.844 171.285 200

25 12611.933 12746.756 134.823 255

26 12855.807 13125.361 269.554 350

27 13161.718 13312.072 150.354 1200

28 13596.246 13713.496 117.25 5002.05

29 14034.585 14171.928 137.343 304.05

30 14344.353 14473.16 128.807 300.05

31 14533.909 14731.256 197.347 1002.05

32 14896.941 14989.668 92.727 1097.95

33 15174.84 15253.115 78.275 2000

34 15685.506 15837.498 151.992 2402.05

35 16019.879 16212.595 192.716 150 Yes 36 16371.154 16581.796 210.642 154.1 Yes 37 16622.206 16776.636 154.43 299.95

38 17078.034 17217.512 139.478 247.95

39 17265.972 17562.888 296.916 454.1

34 of 154. 40 17590.071 17700.099 110.028 597.95

41 17729.627 17795.977 66.35 1402.05

42 17827.181 17970.824 143.643 602.05

43 18120.075 18300.077 180.002 397.95

44 19127.025 19325.916 198.891 402.05

45 19415.422 19646.505 231.083 397.95

46 20205.422 20364.113 158.691 254.1

47 20537.245 20666.422 129.177 1002.05

48 20787.003 21037.167 250.164 150.2 Yes

Stage 1A - List of Horizontal curves laid in up line and Down line (SLM-SAP)

DOWNLINE Curve Chainage Radius Length Check Rail Station No From To [m] [m] Provided 38 SSA-SLM 14269.077 14519.389 164.815 250.312 Yes 39 SLM-SGU 14958.152 15107.283 226.100 149.131 40 SLM-SGU 15142.954 15211.707 6000.000 68.753 41 SLM-SGU 15255.224 15345.377 1500.000 90.153 42 SLM-SGU 15384.432 15535.956 350.000 151.524 43 SLM-SGU 15567.626 15762.049 354.100 194.423 44 SGU-SAL 16077.985 16186.236 600.000 108.251 45 SGU-SAL 16304.269 16479.845 654.100 175.576 46 SGU-SAL 16675.948 17096.651 747.950 420.703 47 SGU-SAL 17180.078 17339.526 230.000 159.448 48 SAL-SOT 17588.528 17841.556 154.100 253.028 Yes 49 SAL-SOT 17993.290 18158.021 152.950 164.731 Yes 50 SOT-SME 18729.568 18846.948 404.100 117.380 51 SOT-SME 18861.762 18989.538 350.000 127.776 52 SOT-SME 19069.776 19252.418 454.100 182.642 53 SOT-SME 19374.995 19450.237 1200.000 75.242 54 SOT-SME 19881.759 20022.953 600.000 141.194 55 SOT-SME 20419.721 20531.95 500.000 112.229 56 SOT-SME 20567.876 20687.816 404.100 119.940 57 SME-SAP 20991.737 21057.158 3505.100 65.421 58 SME-SAP 21240.124 21376.581 604.100 136.457 59 SME-SAP 21439.559 21559.146 650.000 119.587 60 SME-SAP 21719.528 21784.658 2050.000 65.130 61 SME-SAP 21810.739 21877.454 1404.100 66.715 62 SME-SAP 21948.315 22100.077 504.550 151.762 63 SAP 22422.817 22603.677 499.550 180.860 64 SAP 22633.395 22748.247 1004.100 114.852 LSL 120.278 334.700 120.000 214.422 Yes

35 of 154. UPLINE Check Rail Curve Chainage Radius Length Station Provided No From To [m] [m] 38 SSA-SLM 14265.815 14510.038 160.707 244.223 Yes 39 SLM-SGU 14961.971 15106.915 217.900 144.944 40 SLM-SGU 15133.108 15201.900 6004.100 68.792 41 SLM-SGU 15245.394 15335.751 1504.100 90.357 42 SLM-SGU 15374.641 15527.646 354.100 153.005 43 SLM-SGU 15559.316 15751.778 350.000 192.462 44 SGU-SAL 16067.799 16176.672 604.100 108.873 45 SGU-SAL 16294.707 16469.308 650.000 174.601 46 SGU-SAL 16665.406 17088.279 752.050 422.873 47 SGU-SAL 17171.417 17333.317 234.100 161.900 48 SAL-SOT 17582.489 17829.450 150.000 246.961 Yes 49 SAL-SOT 17981.396 18150.002 157.050 168.606 Yes 50 SOT-SME 18721.429 18837.458 400.000 116.029 51 SOT-SME 18852.603 18981.637 354.100 129.034 52 SOT-SME 19061.880 19243.141 450.000 181.261 53 SOT-SME 19365.837 19441.287 1204.100 75.450 54 SOT-SME 19872.711 20014.720 604.100 142.009 55 SOT-SME 20411.320 20524.298 504.100 112.978 56 SOT-SME 20560.262 20679.183 400.000 118.921 57 SME-SAP 20983.214 21047.942 3501.000 64.728 58 SME-SAP 21217.853 21367.235 600.000 149.382 59 SME-SAP 21430.227 21550.425 654.100 120.198 60 SME-SAP 21710.716 21775.978 2054.100 65.262 61 SME-SAP 21801.818 21868.836 1400.000 67.018 62 SME-SAP 21935.087 22085.516 499.550 150.429 63 SAP 22410.051 22592.553 504.550 182.502 64 SAP 22625.118 22739.590 1000.000 114.472 RSL 93.327 287.431 150.000 194.104 Yes

Stage 2A - List of Horizontal curves laid in up line and Down line (SKO-SNP)

Down line

Chainage Curve Radius Length No [m] [m] Check Rail From To Provided

7 2377.528 2405.310 492.975 27.782 No

8 2750.791 2824.676 992.975 73.885 No

9 2949.784 3040.356 1507.025 90.572 No

10 3526.151 3602.649 992.975 76.498 No

11 3964.470 4061.196 1207.025 96.726 No

12 4282.187 4335.746 592.975 53.559 No

36 of 154. 13 4706.173 4791.289 607.025 85.116 No

14 5128.871 5480.824 234.025 351.953 No

15 6065.235 6491.407 294.975 426.172 No

16 8957.972 9231.590 204.000 273.618 No

17 9536.061 9608.997 500.000 72.936 No

18 9705.067 9925.620 154.100 220.553 Yes

37 of 154. Up line

Chainage Curve Radius Length No [m] [m] Check Rail From To Provided

7 2359.083 2388.226 507.025 29.143 No

8 2734.093 2809.236 1007.025 75.143 No

9 2934.402 3024.037 1492.975 89.635 No

10 3509.885 3587.689 1007.025 77.804 No

11 3949.491 4044.990 1192.975 95.499 No

12 4266.228 4321.592 607.025 55.364 No

13 4692.019 4774.646 592.975 82.627 No

14 5111.113 5440.284 219.975 329.171 No

15 6024.427 6472.089 309.025 447.662 No

15A 6919.545 6989.545 4683.435 70.000 No

16 8939.886 9231.157 216.000 291.271 No

17 9511.318 9559.553 502.050 48.235 No

18 9708.614 9922.639 150.000 214.025 Yes

Stage 2B - List of Horizontal curves laid in up line and Down line (SNP-SCC)

DOWNLINE Curve Chainage Radius Length Check Rail No From To [m] [m] Provided 1 246.091 291.355 292.975 45.264 No

2 799.282 955.968 287.025 156.686 No

3 1188.503 1225.364 202.975 36.861 No

4 1608.201 1705.137 507.025 96.936 No

5 1926.797 2112.422 812.975 185.625 No

6 2230.449 2262.490 457.025 32.041 No

38 of 154.

UP LINE

Chainage Check Rail Curve Radius Length Provided No From To [m] [m]

235.044 283.670 307.025 48.626 No 1 786.945 934.738 272.975 147.793 No 2 1167.481 1208.624 217.025 41.143 No 3 1591.946 1685.502 492.975 93.556 No 4 1906.918 2095.968 827.025 189.050 No 5 2213.750 2244.115 442.975 30.365 No 6

Stage 2C - List of Horizontal curves laid in up line and Down line (SSA-SWA)

DOWN LINE

Chainage Check Rail Curve Radius Length Provided No From To [m] [m]

1 298.433 576.109 292.975 277.676 No

2 1237.127 1490.467 317.025 253.340 No

3 1857.381 1935.496 1192.975 78.115 No

4 2038.988 2068.208 507.025 29.220 No

5 2239.209 2266.576 537.975 27.367 No

6 2402.479 2430.798 407.025 28.319 No

7 2818.051 3344.514 457.025 526.463 No

8 3642.464 3725.774 807.025 83.310 No

9 3793.599 3889.653 450.000 96.054 No

10 4468.509 4617.514 225.000 149.005 No

11 4746.423 5034.027 238.975 287.604 No

12 5342.272 5421.522 1507.025 79.250 No

13 5669.858 5949.133 224.525 279.275 No

14 6062.541 6263.112 1307.250 200.571 No

15 6343.016 6375.181 442.750 32.165 No

16 6495.712 6615.522 257.250 119.810 No

17 6706.007 6770.630 207.750 64.623 No

39 of 154. 18 7273.925 7303.908 3492.750 29.983 No

19 7893.777 7986.249 8007.250 92.472 No

20 8064.617 8095.765 3242.750 31.148 No

21 8182.233 8208.419 502.750 26.186 No

22 8382.286 8429.005 507.250 46.719 No

23 8628.608 8712.711 2992.750 84.103 No

24 8779.153 8845.495 2007.250 66.342 No

25 9048.422 9141.250 302.750 92.828 No

26 9742.544 9770.026 312.750 27.482 No

27 10663.436 10692.344 1107.250 28.908 No

28 10795.538 10824.695 2492.750 29.157 No

29 11076.859 11168.473 217.250 91.614 No

30 11328.243 11365.966 2992.750 37.723 No

31 11493.638 11694.580 1022.250 200.942 No

32 11894.348 11936.777 1042.750 42.429 No

33 12201.567 12259.026 452.750 57.459 No

34 12491.037 12533.521 382.250 42.484 No

35 12654.917 12732.705 2492.975 77.788 No

36 13289.534 13526.485 992.975 236.951 No 37 13841.860 14183.128 350.100 341.268 No

40 of 154.

DOWN LINE

Chainage Check Rail Curve Radius Length Provided No From To [m] [m]

1 289.968 582.400 307.025 292.43 No

2 1243.440 1484.223 302.975 240.78 No

3 1850.531 1929.713 1207.025 79.18 No

4 2032.995 2060.854 492.975 27.86 No

5 2231.893 2260.632 552.025 28.74 No

6 2396.415 2422.895 392.975 26.48 No

7 2809.319 3318.828 442.975 509.51 No

8 3616.275 3697.923 792.975 81.65 No

9 3797.029 3926.438 600.000 129.41 No

10 4430.740 4596.503 248.000 165.76 No

11 4740.012 5045.994 253.025 305.98 No No 12 5354.906 5433.325 1492.975 78.42

13 5680.265 5940.137 210.475 259.87 No

14 6052.846 6251.051 1292.750 198.21 No

15 6331.128 6364.837 457.250 33.71 No

16 6485.176 6597.386 242.750 112.21 No

17 6687.942 6758.122 222.250 70.18 No

18 7261.943 7292.094 3507.250 30.15 No

19 7881.974 7974.260 7992.750 92.29 No

20 8052.641 8083.974 3257.250 31.33 No

21 8170.748 8198.266 517.250 27.52 No

22 8372.055 8416.724 492.750 44.67 No

23 8615.988 8700.548 3007.250 84.56 No No 24 8766.978 8832.768 1992.750 65.79

25 9036.243 9134.714 317.250 98.47 No

26 9737.272 9767.420 327.250 30.15 No

27 10661.442 10689.841 1092.750 28.40 No

41 of 154. 28 10792.998 10822.383 2507.250 29.39 No

29 11073.542 11157.038 202.750 83.50 No

30 11315.797 11353.752 3007.250 37.95 No

31 11481.377 11679.327 1007.750 197.95 No

32 11879.093 11922.251 1057.250 43.16 No

33 12187.504 12247.604 467.250 60.10 No

34 12479.514 12519.325 367.750 39.81 No

35 12628.917 12707.215 2507.025 78.30 No No 36 13275.650 13516.163 1007.025 240.51 No 37 13827.351 14172.060 354.075 344.71

2.2.11 List of turnouts laid in the Koyambedu Depot, Elevated section of the corridor 1 and corridor 2 are attached below. Stage 1 - List of Turnouts laid in the Koyambedu-Depot.

Turnout No Line Chainages Type of Turnouts 1 Shunting Neck 1 345 - 305 1 in 7 R 140 2 Wash Line 160 – 200 1 in 7 R 140 3 Access Track 2 555 - 505 1 in 7 R 140 4 Access Track 2 510 - 460 1 in 7 R 140 5 Access Track 2 555 - 605 1 in 7 R 140 6 Stabling Line 4 20 - 50 1 in 7 R 140 7 Stabling Line 1 65 - 100 1 in 7 R 140 8 Stabling Line 4 45 - 100 1 in 7 R 140 9 Stabling Line 4 265 - 300 1 in 7 R 140 10 Access Track 2 600 - 650 1 in 7 R 140 11 Stabling Line 10 260 - 300 1 in 7 R 140 12 Stabling Line 10 40 - 100 1 in 7 R 140 13 Stabling Line 10 75 - 125 1 in 7 R 140 14 Stabling Line 8 15 - 50 1 in 7 R 140 15 Stabling Line 7 140 - 190 1 in 7 R 140 16 Access Track 2 635 - 685 1 in 7 R 140 17 Access Track 2 65 - 105 1 in 7 R 140 18 Stabling Line 12 20 - 70 1 in 7 R 140 19 Access Track 1 465 - 500 1 in 7 R 140 20 Access Track 1 685 - 635 1 in 7 R 140 21 Access Track 1 710 - 660 1 in 7 R 140 22 Access Track 1 700 - 750 1 in 7 R 140 23 Access Track 1 760 - 800 1 in 7 R 140 24 Access Track 1 785 - 825 1 in 7 R 140 25 Inspection Line 4 15 - 65 1 in 7 R 140 26 Inspection Line 2 20 - 50 1 in 7 R 140 27 Access Track 1 825 - 875 1 in 7 R 140 28 Inspection Line 4 45 - 75 1 in 7 R 140 29 Workshop Line 6 20 - 50 1 in 7 R 140

42 of 154. 30 Workshop Line 3 20 - 50 1 in 7 R 140 31 Workshop Line 2 15 - 65 1 in 7 R 140 32 Workshop Line 6 75 - 105 1 in 7 R 140 33 Workshop Line 6 75 - 125 1 in 7 R 140 34 Infra Line 2 100 - 130 1 in 7 R 140 35 Infra Line 2 180 - 210 1 in 7 R 140 36 Delivery Track 90 - 140 1 in 7 R 140 37 Test Track 205 - 155 1 in 7 R 140 38 Future Stabling Line 3 45 - 95 1 in 7 R 140 39 Access Track 2 695 - 745 1 in 7 R 140 40 Access Track 2 735 - 785 1 in 7 R 140 41 Access Track 2 760 - 800 1 in 7 R 140

List of Turnouts laid in stage 1 – SKO to SMM (Corridor 2)

Turnout Station Line Chainage Type of Turnout No 49 Upline 10300 - 10400 I in 9 R300 50 Shunting Neck 265-300 I in 9 R300 51 Downline 10300 - 10400 I in 9 R300 52 Upline 10285 - 10385 I in 9 R300 53 Upline 10390 - 10490 I in 9 R300 54 Shunting Neck 250 - 350 I in 9 R300 55 Shunting Neck 275 - 375 I in 9 R300 SKO 56 Upline 10435 - 10535 I in 9 R300 57 Downline 10505 - 10405 I in 9 R300 58 Shunting Neck 357 - 457 I in 9 R300 59 Upline 10685 - 10785 I in 9 R300 60 Shunting Neck 600 - 650 I in 9 R300 61 Upline 10790 - 10890 I in 9 R300 62 Downline 10760 - 10860 I in 9 R300 Depot 77 Entry 180 - 280 1 In 9 R190 Ramp 78 Exit 145 - 245 1 In 9 R190 63 Downline 15920 - 16020 I in 9 R300 64 Upline 15900 - 16000 I in 9 R300 SAN 65 Downline 16770 - 16870 I in 9 R300 66 Upline 16795 - 16895 I in 9 R300 67 Upline 20085 - 20185 I in 9 R300 SAL 68 Downline 20080 - 20180 I in 9 R300 70 Downline 21113.169 I in 9 R300 71 Upline 21191.4 I in 9 R300 SMM 72 Downline 21110.865 I in 9 R300 73 Upline 21189.097 I in 9 R300

43 of 154. List of Turnouts laid in stage 1A – SLM-SAP ( Corridor 1)

SRJ Remarks S.No Turnout No Station Type Up/Dn Line Chainage 1 75 SLM 14540.176 1 in 9 R 190 DN 2 17 SLM 14598.120 1 in 9 R 190 Sick line 3 18 SLM 14732.751 1 in 9 R 190 Sick line 4 76 SLM 14790.696 1 in 9 R 190 DN 5 19 SLM 14756.347 1 in 9 R 300 UP 6 20 SLM 14870.873 1 in 9 R 300 DN 7 22 SGU 15800.279 1 in 9 R 300 DN 8 21 SGU 15860.284 1 in 9 R 300 UP 9 23 SAL 17470.116 1 in 9 R 300 UP 10 24 SAL 17546.623 1 in 9 R 300 DN 11 26 SOT 18263.486 1 in 9 R 300 DN 12 27 SOT 18185.071 1 in 9 R 300 UP 13 25 SAL 17975.164 1 in 9 R 300 DN/LSL 14 69 SAL 17963.396 1 in 9 R 300 UP/RSL 15 29 SME 21065.942 1 in 9 R 300 UP 16 28 SME 21144.655 1 in 9 R 300 DN 17 30 SME 21157.667 1 in 9 R 300 DN Future Depot Line 18 31 SME 21192.781 1 in 9 R 300 DN Future Depot Line 1 in 9 R 300 Scissor Cross 19 SAP 22186.181 DN 32 over 1 in 9 R 300 Scissor Cross 20 SAP 22264.412 DN 34 over 1 in 9 R 300 Scissor Cross 21 SAP 22176.514 UP 36 over 1 in 9 R 300 Scissor Cross 22 SAP 22254.745 UP 35 over 23 SAP 22531.80 1 in 7 R 140 UP Trap Switch

24 SAP 22541.66 1 in 7 R 140 DN Trap Switch

List of Turnouts laid in Stage 2A – (SKO-SNP) Corridor 2

Turnout Station Line Chainage Type of Turnout No SSN 44 Downline 5803.173 I in 9 R190 SSN 45 Upline 5761.783 I in 9 R190 SSN 46 Downline 5950.668 I in 9 R190 SSN 47 Upline 5900.00 I in 9 R190 Scissor SSN 48 crossover

44 of 154.

List of Turnouts laid in Stage 2B – (SNP-SCC) Corridor 2

Turnout Station Line Chainage Type of Turnout No SCC 37 Upline -34.892 I in 9 R190 SCC 38 Service line 41.648 I in 9 R190 SCC 39 Upline 53.550 I in 9 R190 SCC 40 Downline 68.725 I in 9 R190 SCC 41 Upline 191.597 I in 9 R190 SCC 42 Downline 206.770 I in 9 R190 SCC Scissor 43 crossover

List of Turnouts laid in Stage 2C – (SSA-SWA) Corridor 1

Turnout Station Line Chainage Type of Turnout No 1 Upline 90.754 1 in 7 R190 1 in 7 R190 2 Downline 95.474 1 in 7 R190 SWA 3 Upline 211.664

1 in 7 R190 4 Downline 220.830 Scissor 5 crossover 6 Dowline 4039.531 1 in 9 R190 7 Upline 4016.681 1 in 9 R190 8 Sym.split - - SCC 9 Upline 4380.755 1 in 9 R190 10 Downline 4403.606 1 in 9 R190 11 Sym.Split - 12 Downline 10061.161 1 in 9 R190 13 Upline 10059.235 1 in 9 R190 1 in 9 R190 SGE 14 Downline 10212.708 15 Upline 10210.778 1 in 9 R190 Scissor 16 - crossover

45 of 154.

2.2.12 General track parameters are Sl.No. Gauge Technical Data 1 Gauge 1435mm 2 Main line Speed potential 80 kmph 3 Design axle load 17 Tonne 4 Maximum compensated Gradient Corridor-1 Down line-3.741% Upline-3.738%

Corridor-2 Down line-3.719% Upline-3.713%

Left Service loop- -3.417% Right Service loop- -2.701% 5 Minimum curvature (Horizontal) Corridor-1 Down line-152.950m Upline-150 m

Corridor-2 Down line-150m Upline-150m

Left Service loop- 120m Right Service loop- 150m 6 Minimum curvature (Vertical) 1500m 7 Maximum 110mm 8 Insulated Rail Joint G3(L) 9 Radius > 1000m = No gauge widening Gauge widening Radius <1000m to> 500 m = + 5 mm Radius <500m = + 9 mm

3 TRACK MAINTENANCE PLAN AND MAINTENANCE ORGANISATION

3.2 Track Maintenance Plan:

3.2.1 The objective of this Maintenance Plan is to provide the frame work and guidelines that will be followed by the contractor to ensure that the scope, planning and execution of the tasks required to monitor the track system are defined and affected in a controlled and structured manner. 3.2.2 The track maintenance inspection cycle is centred upon Preventive Maintenance. 3.2.3 Preventive Maintenance is pre-planned and performed to uphold the condition of the track. 3.2.4 Should there be a failure reported on the track work plant during the operating hours of the revenue service then corrective maintenance is carried out to address the failure. Corrective maintenance is carried out with least possible interruption to the revenue service. 3.2.5 The maintenance inspection Cycle flow diagram in Figure 3.1 provides the systematic approach to Track work Maintenance Philosophy.

46 of 154. Inspection

Review Identify

Inspection Cycle

Action Record

Report

Figure 3.1

A. Inspection Inspection refers to the periodical examination carried out by the Contractor’s team to ensure the compliance of the track way system in ensuring the safe operation of train.

B. Identify Identify refers to the defects observed on the track way system during inspection.

C. Record Record refers to the bookings / measurements made on the respective record sheets about the defects identified during inspection.

D. Report All defects of the track way system identified and recorded by the Contractor’s inspecting officials have to be reported to the respective reporting officers of the CMRL. The reports are scrutinized by the respective officials of contractor’s officials and prioritize accordingly for preventive measures. Records are also entered into the Maintenance Management System.

E. Action Action refers to the course of effort reckoned to be carried out in the preventive maintenance accordingly to the priorities identified in the report. Action also incorporates efforts carried out for corrective maintenance.

F. Review

47 of 154. Review refers to the assessment carried out on the performance of the track way and the plant at the preventive/corrective maintenance action accorded at site. This is to establish preventive or corrective measures taken are fruitful.

3.3 Maintenance Organisation:

3.3.1 Majority of maintenance activities should be condition based. Condition based maintenance calls for high standards of recording and analysis of track parameters with precise location, USFD testing and accelerometer recording. On foot inspections and cab inspections are to be done more frequently to identify defects in time. 3.3.2 Based on these recordings and inspections, condition of track is analysed and job work for field staff is generated, prioritization of correcting maintenance is planned and resources mobilized accordingly 3.3.3 Day to day maintenance and attending to emergencies is essential for proper up keep of the permanent way and smooth as well as safe running of traffic. 3.3.4 The organization is headed by Assistant Manager and Supported bySenior Section Engineer (Track)/Section Engineer (Track) and Junior Engineer (Track) in the field. The field work is to be done by track maintainers who will form gangs, each gang is headed by a Mistry. Key man is assigned the job of inspecting the entire gang beat by foot.

AM Stage 1+stage1a+stage 2a+stage 2b+Stage2c

SSE 2 SSE 1 SSE 3 Stage 1a+ stage 2a Stage 1+Depot Stage 2b+Stage2c

SE/JE-1 SE/JE-2 SE/JE -3 SE/JE-4 SE/JE-5 Stage 1+ Depot LR/RG Stage 1a+ stage 2a stage 2b stage 2c

48 of 154. 4 DUTIES AND RESPONSIBILITIES:

4.1 Duties of Asst.Manager (Track):

A. General:

He is generally responsible for inspection, maintenance and safety of all permanent way assets in his charge.

The technical job of Asst. Manager (Track) could be grouped into

1. Inspection and maintenance of track and track slab/plinth in a satisfactory and safe condition.

2. Programming and scheduling.

3. Implementation of the maintenance policy. This will require close coordination with OHE, signalling, telecommunications, works staff.

4. Scheduling the maintenance interventions in the various specialist fields using decision making aids.

5. Scheduling the allocation of the necessary logistic resources, materials and equipment supply, utilization of surveillance, measuring and maintenance equipment. B. Inspection of Permanent way: Asst. Manager (Track) shall conduct inspection of the section as per the schedules laid down in this document. He should maintain the records of the results of his inspection and ensure compliance within reasonable time.

1) Foot Inspection The entire main line section should be inspected on foot once in 3 month. During his inspection, he should check the work done or being done by maintenance gangs along with compliance of prescribed inspections.

2) Cab Inspection The entire main line section should be covered by train operator's cab once in a fortnight.

3) Checking of Curves He should check the curves, by verifying its Versine and super elevation during his foot inspection. This should be organized is such a manner that all curves are covered once in a year.

4) Inspection of Points and Crossing He should inspect once a year all the points and crossing on the main line and 20% of the turnouts in the depot yard in a year.

5) Inspection of LWR/CWR track He should inspect the REJ’s in the LWR/CWR track once in a month in the hottest / coldest months i.e. May, June, December and January. He shall check the creep records of LWRs/CWRs regularly.

6) Inspection of Patrolling of Track

49 of 154. When patrolling is introduced, he shall check the work of patrol man once in a month either by cab or by foot.

7) Execution of works He should ensure that all works are carried out according to plans and specifications laid down, both being done by in house staff as well as by contractor and completed within the time specified.

Whenever track renewals are proposed, these should be examined in detail personally and they submitted for further examination before being carried out.

8) Action in case of emergencies In the case of an incident affecting train running, he should proceed to take charge of the work at site and arrange for relief equipment /material as necessary. He should take all possible measures to restore the traffic quickly. He should maintain effective coordination with OCC and with signalling and OHE staff while carrying out works involving restoration of traffic.

9) Accompanying Track Recordings He should accompany the Oscillation Monitoring System [OMS] equipment and analyse the data for required track interventions.

C. Inspection of stores He shall carry out inspection of JE (Track)'s store at least once a year. When checking stores, he should pay particular attention to the quantity track measuring devices and tools and plants available with the maintenance team. Any short fall shall be advised to CMRL track maintenance team. .

D. Scrutiny of registers during inspection He should scrutinize the registers maintained by SSE Track during his regular inspection to see whether the schedule of inspections are being adhered, necessary follow-up action has been taken.

E. Inspection of Turn Tables He shall inspect the turn tables under his charge once in 6 months

4.2 Duties of Senior Section Engineer (SSE) (in overall charge)

A. General: SSE /SE(Track) is directly responsible for the maintenance and inspection of track in a satisfactory and safe condition for traffic and efficiently execute al' works incidental to track maintenance, renewals etc. He shall keep in his possession up to date copies of the following manuals with latest correction slips (which will be provided by CMRL free of cost). He shall not only be conversant with these manuals but also keep his staff acquainted with them. He shall maintain an inspection diagram of all the inspections carried out during the month as per the schedules laid down and submit the same to the Assistant Manager every month bringing out the shortfall in adhering the schedule of inspections, if any. Track defects which are beyond his powers to remedy should be immediately brought to the notice of Asst. Manager (Track). During emergency situations, in order to restore the traffic other departmental personnel shall be deployed for assisting track work.

50 of 154.  Chennai Metro Track Maintenance Manual  Chennai Metro Works Manual  Schedule of Dimensions  Chennai Metro General Rules  Circulars issued by higher authorities

B. Inspection of Permanent Way The important inspections to be carried out by SSE (Track in overall charge) are summarized below.

1) Foot Inspection The entire main line section shall be inspected on foot once a month. During his inspection, he should check the work done or being done by maintenance gang along with compliance of prescribed inspection.

During such inspection, the SSE/ SE (Track)should check the work done by the gang earlier and ensure prompt action on items requiring attention wherever necessary.

Arrange to give program of work to the gang.

Record the details of track maintenance work.

Ensure that every man in the gang is aware of safety rules, examining them periodically.

During his routine inspection he should watch for any sign of weakness in bridges and structures affecting track and promptly report any matter requiring the assistant manager’s attention.

2) Cab Inspection The entire main line section should be covered by train operator's cab as frequently as possible but not less than once a week to observe the condition of track.

3) Checking of Curves He and his assistant should check the curves by verifying its versine and super-elevation during his foot inspection. This should be organized in such a manner that all curves on ballastless track are covered once in 6 months by rotation. He shall also measure the wear of Rails during the inspection of curves.

4) Checking of points and crossings He and his assistant should inspect once in 6 months, all the points and crossings main line and once a year in the depot, by rotation.

Joint inspection of points and crossings with signalling department will be carried out once in six months.

5) Inspection of Patrolling of Track He shall arrange for patrolling of track wherever necessary as laid down, by deputing suitably selected men from gangs and arrange to supply them the equipment’s needed.

When patrolling is introduced, he shall check the work of patrol man once in a month either by cab or by foot.

51 of 154. 6) Inspection of LWR/CWR Track He should inspect the REJ’s in the LWR/CWR track twice in a month in the hottest / coldest months i.e. May, June, December and January. He should inspect the REJ’s once in two months during the other months of the year. He shall check the creep records of LWRs/CWRs regularly.

A. Inspection of Stores SSE (Track- over all charge ) will be responsible for keeping sufficient number of tools and plants required for maintenance, sufficient number of calibrated measuring devices.

B. Execution Of Works Affecting Track Before execution of any work affecting track, the SSE (Track) shall ensure that SE/JE (Track) and his staff have all the necessary materials and tools and all needful precautions have been taken by proper co-ordination with OCC, OHE and signalling staff and exhibition of Engineering signals.

He should exercise frequent checks on quality and quantity of work done either by the in house staff or through the agency of the Contractor.

C. Action In Case Of Emergency In case of an incident affecting train running, he should proceed to take charge of work at site and arrange for relief equipment/material as necessary. He should take all possible measures to restore the traffic quickly, duly maintaining close co-ordination with OCC, signalling and OHE staff.

4.3 Duties of Section Engineer/Junior Engineer (Track):

A. General

SE/JE (Track) is directly responsible for maintenance of track in a satisfactory and safe condition for traffic and efficiently execute all works incidental to track maintenance, renewals etc. He shall carry out track works assigned to him by SSE (P.Way) who on the basis of inspections carried out shall give needful instructions. He shall assist SSE P-way (in overall charge) as required.

- To accompany inspection of higher officials along with relevant records and necessary measuring equipment.

- He should accompany the Track Recording Car/OMS equipment and analyse the data for required track interventions.

- He shall ensure necessary safety measure while executing works affecting safety.

- He shall rush to the site of accident and take necessary measures to safe guard the line and restore traffic.

B. Inspection of Permanent Way The entire main line section shall be inspected on foot once in a month. He will spend as many days in a week as possible with gangs. He should cover all the gangs within a month. He should train the permanent way Mistry, Mates, Key Man in their duties.

He and SSE P-way overall in charge should inspect once in 3 months, all the points and crossings on main line and in the depot, by rotation.

52 of 154. He and SSE P-way overall in charge should check the curves by verifying its Versine and super- elevation during his foot inspection. This should be organized in such a manner that all curves on ballastless track are covered once in 6 months and on ballasted track, once in 3 months by rotation. He shall also measure the wear of Rails during the inspection of curves.

In case of an incident affecting train running, he should proceed to take charge of work at site and arrange for relief equipment/material as necessary He should take all possible measures to restore the traffic quickly, duly maintaining close co-ordination with Signalling and OHE staff.

He should inspect the REJ’s in the LWR/CWR track twice in a month in the hottest / coldest months i.e. May, June, December and January. He should inspect the REJ’s once in two months during the other months of the year. He shall check the creep records of LWRs/CWRs regularly.

4.4 Duties of Keyman or Patrol man

A. General: Entire track has to be inspected by foot by Keyman. The frequency of inspection should be once a week which could be covered in one or two days depending upon the gang beat involved.

B. Duties of Keyman He should ensure the greasing of outer rail of curves sharper than 500m radius. While walking over his length he should look for defects such as loose anchor bolts, fish bolts, ERCs, fitting of points and crossings, Rail expansion joints etc. If he finds that fittings are consistently working loose, he should attend them as necessary and report the matter to JE/S.E (Track).

If the defects are serious, he should at once inform the JE/Track and take action to protect the line according to rules.

When Materials, which might have fallen from the trains or personal among of passengers, are found on the line, the key man should collect them and arrange to hand over to the nearest station controller.

In addition to his normal duties, the key man should ensure that he proceeds in a systematic manner from one end and makes perfect a certain portion of the track length in regard to fittings with a view to complete the beat in about 3 months.

53 of 154.

5 . SCHEDULE OF INSPECTION

Minimum essential inspection schedule and frequency is tabulated below. It is not exhaustive. Contractor may propose and adhere more stringent schedule of inspection as required based on site conditions with the prior approval of competent authority of CMRL but in no case not less than this.

Prescribed Frequency AM (Track) SSE (Overall SE/JE NO Inspection Description (Mode/Type) in Charge) (Not Overall in charge) 1 Once in 3 Once in a Once in a Foot Inspection months month month 2 Once in a Once in a Cab inspection Once in a week. fortnight week. 3 Once in 6 Once in 6 Inspection of Curves in Mainline Once in a year months by months by rotation rotation Once in 6 Once in 6 20% of curves Inspection of Curves in Depot months by months by Annually. rotation rotation 4 Systematic detailed Inspection of Points Once in 3 Once in 3 and Crossings in Mainline Once in a year months by months by rotation rotation Systematic detailed Inspection of Points Once in 6 Once in 6 and Crossings in Depot Once in a year months by months by rotation rotation 5 Inspection of Long Welded Rails Twice in a Twice in a month in month in hottest Once in a hottest & & coldest month in coldest months. Once hottest & months. Once in two months coldest in two months during other condition. during other months of the months of the year. year. 6 Track Patrolling Once in a Once in a Once in a month either month either month either by by cab or foot by cab or foot cab or foot 7 Detailed Inspection of Buffer Stop Once in 6 Once in 6 Assembly Once in a year months by months by rotation rotation

9 Joint inspection of turnouts with signal Once in six Once in six __ month month 10 Inspection of Stores Annually __ __

54 of 154.

6 . KEY STAFF, QUALIFICATION AND EXPERIENCE

S.No. Designation Min Minimum Qualification and number of Experience Post required 1. A candidate must possess B.E/ B. Tech (Civil) with at least at 60% marks from a govt. recognized institute with minimum Five years’ experience in the laying and maintenance of track work in Indian Railways/Metro.

Assistant Manager- 1 1 (or) (Track)

2. Diploma in Civil Engineering from a govt. recognized institute with atleast 60% marks and minimum Ten years of experience in laying and maintenance of track work in Indian Railways/Metro in a supervisory cadre. Diploma in Civil Engineering from a govt. recognized institute with at least 60% marks and minimum Five Senior Section Engineer 2 3 years of experience in laying and (Track) maintenance of track work in Indian Railways/Metro in a supervisory cadre. Diploma in Civil Engineering from a govt. recognized institute with at Section Engineer/ Junior least 60% marks and minimum three 3 Engineer (Track) not in 5 years of experience in laying and over all charge maintenance of track work in Indian Railways/Metro in a supervisory cadre. A candidate must possess two years ITI from a govt. recognized institute Keyman/Technicians/ 4 20 with minimum two years’ experience Black smith/ Welder in the relevant field of scope of work mentioned in the contract.

Eye sight: 6/6 without Glasses and No colour blindness for all the above posts. Language: For all the above posts, the candidate must possess adequate knowledge for reading and writing in Tamil and English.

55 of 154. DISTRIBUTION OF THE STAFF: Stage 1 Stage Stage 2C (from Stage 1A 2B (Washermenpet Stage 2A Koyambedu (from (Nehru to Saidapet) (Koyambedu Key Staff to St. Little Park to to Nehru Thomas mount to Chennai Park) mount and Airport) Central) Depot) SE/JE/Track 2 1 2 Technician 8 3 3 3 3

One Assistant Manager will be overall in charge of the stage 1, stage 1a and stage 2. Three Senior Sectional Engineers will be support the Assistant Manager for above stretches.

7 MIMINUM LIST OF TOOLS AND PLANTS TO BE MADE AVAILABLE

Minimum essential tools and plants required for the inspection and maintenance of track assets in tabulated below. This list is not exhaustive. Contractor may propose and procure additional tools and plants required for the effective maintenance of track assets and attention to emergencies

Minimum S. No. Description of item Unit Quantity required

Gauge cum level with 1mm measuring 1 Nos 10 accuracy with valid calibration certificate

2 Permanent way tool kit for curve and turnout measurements Sets 5 3 Rail tongues Nos 10 4 Rail drilling machine Nos 1 5 Abrasive rail cutting machine with discs Nos 2 6 Torque wrench-150 to 250Nm Nos 2 7 Levelling instrument with 1mm measuring accuracy staff reading Nos 1 8 Adjustable spanner Nos 10 9 Crow bars Nos 20 10 Rollers Nos 20 If required, CMRL will 11 Rail Changer issue 12 Simplex railroad jack Nos 5 13 Rail wear measuring device [horizontal and vertical Nos 5 14 Magnetic rail thermometer Nos 5 15 Rail dolly Nos 10 16 Dip lorry/push trolly Nos 2 17 DG set with lighting arrangements Nos 3

56 of 154.

8 SYSTEMATIC INSPECTION and MAINTENANCE OF PERMANET WAY ASSETS

8.1 Inspection of concrete plinths/slabs and drainage:

a) Systematic Inspection of concrete slab/plinth has to be carried out in a phased manner from one end to other end which includes defect with exposed reinforced plinth/slab, anchor bolt feels loose, crack on plinth/slab, damages to plinth/slabs and obstruction if any from track slab/plinth to viaduct drainage.

8.2 Repair Methodology

a) In the event of any damage to track support and fastening systems, the operation and maintenance team will survey the extent of the damage to all components of the fastening system and track support structures (Plinth/Slab). This should include a full inspection of all of the following:

 Concrete plinth  Baseplate  Hold down components  Fastenings b) If any of the above is damaged to the extent that the track support has been compromised, then corrective action will need to be taken. Where fastening system components have been damaged, the appropriate action is detailed below.

a) Any damage to the concrete plinth must be repaired before the replacement of the hold down assemblies.

A. Damage to Baseplates or Clips Any damaged components identified in the survey should be replaced with identical components. Existing undamaged components can be re-used as necessary.

B. Damage to Hold Down Components The damage brought about by a derailment could easily cause hold down components to become loose, bent or broken. If the system uses cast-in inserts and bolts, then any damaged bolts can be replaced. However if using cast-in studs, any damaged studs should be replaced using a drill and grout technique, with the location of the new holes depending on the extent of the damage.

The ideal solution is to replace the studs in their original location. This is done as follows:

1. So far as possible, remove all components from the affected plinth/slab. 2. Undertake any necessary repair work to the plinth to a standard acceptable to local regulations, 3. Ensuring no voids will be left under the baseplate 4. If the stud to be replaced is bent, this will have to be cut off using an angle grinder or disc 5. Cutter to allow the core drill to fit over

57 of 154. 6. Mark the location of centre of the new bolt 7. Use a 30mm Core Drill, fix it in the correct position, drill a new hole to a depth below the anchor bolt spline ends.

Figure: Typical diagram of Core Drilling Equipment arrangement

The above diagram showing typical core drilling equipment located over baseplate to remove damage anchor bolt. Location and attachment to support the drill will vary depending on the track structure type.

Figure : Example of Rail Mounted Drilling Unit

8. The final baseplate, or a dummy baseplate, can be used as a guide to ensure the correct bolt location.

9. Using a rapid curing epoxy grout, or any proven high performance injection adhesive, insert the new hold down bolt, following all appropriate instructions specified by the grout supplier.

58 of 154. 10. Allow sufficient time for the grout to cure at the ambient temperature, as specified by the grout supplier.

11. Once the grout has cured, the fastening system can be reassembled and the hold down components tightened to the correct torque of 150Nm. Any components that were not damaged in the derailment can be reused as necessary.

12. If the damage is such that replacing the baseplate in the original location is not feasible, the baseplate can be fixed as close to its original position as possible. Once new hole positions have been confirmed, the baseplate can be installed as detailed in steps 4-9 above.

Installation Method – Typical for Phase 1

The 13145-C Double resilient baseplate assembly is installed in Chennai Metro Trackwork by using “Top Down” construction method with cast-in, splayed end anchor studs/bolts, held in position by a “dummy” plate which controls the verticality of the bolts. After sufficient curing time, the construction plate is removed to leave the following situation. Please note that on curves of less than 1000m, four anchor bolts are used instead of two.

Figure Plinth/Slab Concrete Surface-Pre Installation

1. The concrete surface should have a flat, even finish, free from voids or other inconsistencies. A 3mm LLDPE conforming shim has to be used under the assembly to improve the surface and compensate for any minor irregularities in the concrete finish.

2. The 14613 baseplate Pad is then placed over the bolts, followed by the 13146 baseplate. Install the 12683 eccentric bushes by placing them over the bolts into the correct setting, ensuring the up stands on the baseplate are fully located in the notches on the bush. On initial installation, the black 12683 bush is set with the ‘0’ Zero position on the triangular mark

59 of 154. 3. Place a 10108 compression spring over each stud, followed by the 12740 plastic washers, and finally a 12791 M27 Nyloc nut. Tighten the nuts until each compression spring has a vertical dimension of 34.5mm ±0.5mm. The concrete must have sufficiently cured before any of the nuts is tightened.

4. Insert the 14614 rail pad in the rail seat, and then the rail can then be placed back in the rail seat. The appropriate insulators are than installed either side of the rail. Upon initial installation, two 8mm thick black 5720 insulators are used. If lateral adjustment is needed, these insulators may be changed to insulators 8604 and 8605 as discussed. Once all these components are in place, the two e2007 rail clips can be installed. The baseplate should be square to the rail, with all components held tightly.

Clip Installation and Extraction with Hand Tools

The installation of the e2007 clip is undertaken using a Type D Pan puller (Part number LP7632). The hook on the pan puller should be checked for wear every 6 months, using a pan puller Hook Wear gauge (Part number 3-P6536). Worn hooks have an increased tendency to slip off clips during installation and extraction and should be replaced immediately.

E-Clip Installation

To install e-Clip, simply follow the 5 steps below,

1. Insert the clip into the shoulder on the baseplate, with the toe of the clip over the insulator. 2. Position the hook in the upper hole on the pan puller 3. Place the hook over the top of the main arch of the clip, as shown in the picture to the right, with the foot of the Pan puller on the baseplate, against the shoulder. 4. Take up a stable standing position behind the Pan puller with both hands on the T-shaped handle. 5. Pull firmly towards the chest until the whole of the straight stem of the clip is inside the shoulder.

Clip Extraction

Clip extraction uses the same tool, but in the opposite direction

1. Position the hook in the lower hole on the Pan puller 2. Place the hook over the main arch of the clip, with the small notch on the bottom of the Pan puller on the shoulder as shown. 3. Take up a stable standing position behind the Pan puller with both hands on the T-shaped handle 4. Ensure nobody is immediately behind you; pull firmly into your chest until the clip is removed.

60 of 154.

Figure :Pan puller position – Clip Figure :Pan puller position – Clip Insertion Extraction

Gauge Adjustment

A standard 13145C assembly allows for up to ±3mm per rail seat, using the adjustability of the eccentric bush. Additional +/- 2 mm lateral adjustment is available through differential insulators.

The 12683 eccentric bushes have 7 settings from -3 to +3. Initially this bush should be set at 0 as shown in the picture below. The bush setting is indicated by the position of the triangular mark circled in red.

Please note that the same setting should be applied on all the bushes on a single assembly. If the insulators have to be changed, remove the clips, replace the insulators and then reinstall the clips.

Figure: Gauge Adjustment-Eccentric Bush Setting

The gauge adjustment table is summarised below for reference.

61 of 154.

High Rail Low Rail Gauge Gauge Gauge Bush Field Side Field Side Bush Adjustment Side Side Setting Insulator Insulator Setting Insulator Insulator -10 -3 10 6 6 10 -3 -9 -3 10 6 6 10 -2 -8 -2 10 6 6 10 -2 -7 -2 10 6 6 10 -1 -6 -1 10 6 6 10 -1 -5 -1 10 6 6 10 0 -4 -2 8 8 8 8 -2 -3 -2 8 8 8 8 -1 -2 -1 8 8 8 8 -1 -1 -1 8 8 8 8 0 0 0 8 8 8 8 0 1 +1 8 8 8 8 0 2 +1 8 8 8 8 +1 3 +2 8 8 8 8 +1 4 +2 8 8 8 8 +2 5 +1 6 10 10 6 0 6 +1 6 10 10 6 +1 7 +2 6 10 10 6 +1 8 +2 6 10 10 6 +2 9 +3 6 10 10 6 +2 10 +3 6 10 10 6 +3

Table: Gauge Adjustment

62 of 154.

Height Adjustment

Height adjustment is achieved by introducing shims under the resilient baseplate pad in accordance with drawing 15824 issue B by combinations of 2mm, 3mm and 5mm shims up to a maximum of 12mm above the conforming shim (where used to suit construction method).

2mm shims shall be manufactured from mild steel and shall be corrosion protected if necessary for the environment.

3mm and 5 mm shims shall be manufactured from HDPE material.

Shims Mounting Arrangement

9. TRACK GEOMETRY 9.1 Track Tolerances

a) For the safe, smooth and comfortable running of vehicles over the track, it is necessary that track irregularities are kept to the bare minimum. The track parameters which have significant contribution in this respect are alignment, cross levels, twist, unevenness and gauge.

b) Even with the best system of the track construction and maintenance, it is practically impossible to ensure that all track parameters remain absolutely true to their requirements at all times. The variations which can be permitted to these parameters are termed as track tolerances, which are of various type and are designed to facilitate the decision making process in regard to steps to be taken.

63 of 154. 9.2 Threshold Values

a) The principle of adopting threshold values of various track tolerances could be adopted as under:

Comfort threshold TV Level Status desired after renewal or (Target Values) scheduled maintenance Safety threshold AV Level Quality becoming mediocre Correction (Action Values) required shortly SRV Level Normal running no longer permitted. (Speed restriction values)

Table 10.1

b) For each geometric parameter, safety values have been defined which are called speed restriction values (SRV) and if these are exceeded, speed restriction must be imposed on the trains. In order to preserve track performance and to guarantee safety, maintenance intervention must be launched before the SRV threshold is reached.

c) Threshold value AV (action value) makes it imperative to intervene within a relatively short period to avoid reaching the restriction value.

d) At the time of intervention or at laying, a level of quality following intervention is sought: that is the target value (TV).

64 of 154. 10. RAILS AND RAIL FASTENINGS

Part 1-Rails 10.1 Rail Maintenance to reduce Rail Deterioration Efficient maintenance of rails results in increased service life of rails.

The following precautions/maintenance practices if observed will effectively reduce rail deterioration.

A. Reducing side wear on rails-(Gauge face of outer rails) I. On sharp curves where the tendency to wear on the outer rail is noticeable, lubricators should be installed or hand lubrication of gauge face should be done, care being taken not to apply the lubricant on the top of the table.

II. Increased life can be obtained by turning the rails when side wear reaches the permissible limit. At the time of turning, matching of rail ends on the gauge face should be ensured. Spot renewals should not be carried out with new rails particularly, if the heads of the existing rails are worn badly. These should be spot renewed with matching sections of serviceable rails.

10.2 Inspection of Rails in Service

The main function of the rail is to act as a hard and unyielding surface for the rigid tyre wheel.

The other prime functions are to act as a beam and transmit the load to the sleepers/concrete plinths, and to act with the wheel tyres in steering the vehicles to the desired direction.

Besides the above, the secondary function of the rail is to convey the return traction current and to carry electric current for signalling purposes in track circuited areas. Rails are, thus, the most important and critical component of the Permanent way.

The defects in rails may be due to manufacturing deficiencies, defects arising during service or defects generated due to a combination of manufacturing defects and service conditions. These defects are mainly on account of. - Material defects originating during the manufacturing process such as clusters of non-metallic inclusions, hydrogen flakes, rolling marks, guide marks etc. - Residual stresses induced during manufacture (Cooling, rolling, gag pressing and straightening) - Defects due to incorrect handling e.g. plastic deformation, scoring, denting etc. - Defects associated with faulty welding i.e. gas pores, lack of fusion, inclusions, cracks etc. - Dynamic stresses caused by vertical and lateral loads particularly by vehicles with wheel flats or when the vehicles run over the poorly maintained rail joints, etc. - Excessive thermal stresses due to variation in rail temperature beyond specified limits.

10.3 Rail Defects

- Rails are subjected to various defects both during the manufacturing process and in service life under traffic conditions.

- Rail defects may be located at rail ends, away from rail ends or in welding zones.

65 of 154. Characteristics and Appearance:

 Defect due to traffic loads;

 Extensive corrosion of the rail web may occur in special cases, due to the action of chemical substances in the air or water on particular lines or track sections, especially those in tunnels and on level crossings;

 It can also be electrochemical in nature;

 Rust shells break away gradually from the web and/or foot with which the thickness decreases steadily.

 This corrosion in the web and/or foot may cause the rail to break owing to reduction of the profile. Check in such cases that the break has not been caused by another defect.

 A further type of break originates in a small endurance crack located in the underside of the foot. This particular break, which is crescent-shaped and radiates from an etch pit occurs suddenly.

10.4 Lateral Wear 10.4.1 Characteristics and appearance:

 The lateral wear (or bevelling) of rails located on the outside stretches of curves results from rolling-stock stresses. In the same curve, this wear generally takes on a sinusoidal appearance with a minimum value at the level of the fish plated joints.

 The progression of lateral wear depends on the quality of rail lubrication to a very large extent.

 Lateral wear constitutes a defect when its extent is - Prejudicial to track maintenance (excessive gauge widening);

- Likely to cause breakage trough weakening of the profile (affecting the lower fillet of the head).

10.5 Vertical Wear

10.5.1 Characteristics and Appearance

 Defect due to traffic loads.

 Vertical wear results from rolling-stock stresses and progresses in line with the traffic load. Generally speaking, it is not a rail defect as such.

 However, abnormal vertical wear may occur on some rails. Its extent in such cases clearly exceeds the average wear noted on adjacent rails under similar conditions.

 This abnormal wear may cause breakage through weakening of the profile. (In such cases, check that breakage does not result from another defect).

66 of 154. 10.5 Other Type of Defects

10.5.2 Rail Head Horizontal Cracking

Precaution during Handling of Rails

Microstructure of higher UTS rail is different as percentage of carbon is too high and therefore, hardenability is more. Inorder to ensure that rail structure is not affected; following precautions are to be taken,

Flame Cutting Flame cutting shall be done only when it is un-avoidable. A minimum length of 100mm of either side of cut should be pre-heated to 250-350°C by uniform movement of heating torch before start of the cutting operation.

Cooling of Rails While carrying out heating and welding operations on 90 UTS /110 UTS rails, it should be ensured that after heating 90UTS/110 UTS rails above 700°C, rails are slowly cooled to 550 to 560°C.

Butting Load During flash butt welding of 90UTS/110 UTS rails, proper capacity butting load should be used because low capacity butting load increases the number of pre-heats, causing very pronounced heat affected zone.

Support of Rails In case of bending of rails (for manufacture of switches) proper wooden supports be provided to avoid dent or scar on bending line i.e. To avoid development of stress centre.

Drilling Holes No holes shall be drilled unless required for operational use and therefore, no fish plated joints should be provided in lead rail except for the end touching with crossing or switch.ie. Intermediate joints should be welded without making any hole.

10.5 Handling of Higher UTS Rails

Higher UTS rails (90 UTS and above) are sensitive to handling and require special precautions to avoid damage. The guidelines and instructions in this regard are given in a tabulated statement in the form of “Avoid” and “Ensure” as per Railway Board letter no Track/21/88/0908/7, dated 30-10-2006.

Item Avoid/Ensure Guideline 1. Protection of Avoid 1. Heavy static loading and sudden impact Straightness 2. Single point slinging

3. End drop and flange overlap or crossing of rails

4. Localized point or line contact when stacking

Ensure 1. Two point slinging for rails up to 13m length.

67 of 154. Item Avoid/Ensure Guideline Increase slinging point at a rate of 1 per 6.5m.

2. Rails are kept horizontal and straight as far as possible while lifting, carrying or stacking.

3. Provide suitable dunnage/spacer to protect rails against point contact.

4. Rails of same length are stacked on a firm level base providing uniform support. Successive layers may be of the same or decreasing width for stacking of unequal length of rails.

5. Subsequent layers should be separated with uniformly placed, suitable spacers or dunnage in vertical alignment with the base supports.

6. Rail ends are protected.

Avoid 2. Protection of rail 1. Impact or abrasion of rails and rail bundles surface against structures, buildings, hatches, wagons, vehicles etc.

2. Crossing or flange overlap while stacking or making rail bundles.

3. Any rail support, handling or clamping device and rail pinch rollers which apply localized or point contact to the rail.

Ensure 1. Where conventional slings are employed, use of fabrics (e.g. Polypropylene slings/sleeves) are recommended. As an alternative, if flat link chains are used, these should be fitted with fabric sleeves.

2. Rails should be protected against bruising, notching or scoring of surface.

3. Wherever possible, the profile of rail support, handling or clamping device and rail pinch rollers should be contoured to .

4. Use of round-link chain sling. Ideally, lift the rails by using electromagnetic lifting devices.

Avoid All heating, flame cutting, welding and spot welding 3. Prevention of during rail handling or transit.

68 of 154. Item Avoid/Ensure Guideline Metallurgical Ensure Protection of rail from electric arc from adjacent cables damage or molten metal splashes from nearby welding operations. Avoid Contact with injurious substances such as acids, 4. Protection from alkalis, salts, fertilizers, sulphates, chlorides and contact with nitrates. injurious substances Ensure Rail stock piles should be built on a well-drained base substance as per drawing no RDSO/T-6219 Avoid 5. Minimizing 1. Standing under suspended rails, danger to 2. Sudden dropping or impact of rails, personnel 3. Bundle strapping for lifting slinging or handling of rails,

4. Contact with rails,

Ensure 1. Steel toe-capped protective footwear is used.

2. Distinct coloured helmets and clothing are used for case of identification and location of personnel while working with machine or crane.

3. Effective protective gloves and clothing to reduce risk of skin abrasion and lacerations and extremes of temperature.

4. Safe working in the vicinity of electrical conductors and wirings.

Avoid 6. Stacking 1. Overlapping of rail flanges.

2. Crossing of layers when dunnage is used.

3. Lean stack by placing rail ends (rails of the same length) in vertical alignment.

Ensure A. 1. Stacking of rails on proper concrete base and supports as per RDSO/T-6219.

2. Stacking of rails of same length.

3. Shorter rails should be placed in upper layers so that each successive layer is of same or decreasing width.

4. Good vertical alignment of dunnage or spacers in the completed stack should be done by

69 of 154. Item Avoid/Ensure Guideline placing them in the identical positions along the rail length.

5. Use of suitable rail handling equipment such as electromagnetic lifting devices, rail grips etc.

Ensure 7. Handling of rails 1. While loading single rails from BFRs/BRHs at track renewal provide a ramp of two unserviceable hardwood sites in open line crossing sleepers or suitable timber piece kept and construction at 6.5m apart, one end resting on the BFR/BRH site & (Single and the other end held firmly on the ground. rails) 2. Fasten rails by ‘J’ type hooks at two places 6.5m apart, held properly with hardwood packing to avoid bruising of rails.

3. The hooks should be held with nylon ropes.

4. Rails are made to slide over the sleeper one by one.

5. Overhang does not increase beyond 3.25m each side.

6. On reaching ground, rail is to be lifted by rail dolly or tongs to clear the end of ramp. Rails can later be carried with the rail dollies to sites, wherever required without causing any damage to them.

7. Single rails can be unloaded at site by road crane also provided restrictions of lifting points at every 6.5m and restriction on overhanging not to increase beyond 3.25m are met and no infringement endangering safety of moving train on adjacent track is caused.

8. For transporting rails by road vehicles to the work site. Road cranes with special spreader beam should be used for loading/unloading of rails.

Three rail panels Ensure 1. Unloading of rail panels in running lines, by providing a ramp of adequate number of unserviceable hardwood crossing sleepers or timber piece, kept 6.5m apart.

70 of 154. Item Avoid/Ensure Guideline 2. Unloading these panels preferably on the nearest station in loop line following the procedure mentioned above and later on carried out with the help of rail dollies to the site wherever required, without causing any damage to them.

Long rail Panel Ensure 1. Panels unloaded should be kept in upright (head up) in straight alignment.

2. On long bridges, panels are to be supported on bridge timbers and not allowed to sag over the opening.

Avoid 8. Precautions for 1. Work above or within a distance of 2m from the handling of rails live OHE without ‘Permit to Work’. in electrified 2. Touching the fallen wires unless power is areas switched off and wire or wires suitably earthed.

Ensure 1. As far as possible closed wagons shall be used for material trains. In case of open or hopper wagons used, loading and unloading of such wagons in electrified tracks shall be done under the supervision of an engineering official not below the rank of a permanent way mistry who shall personally ensure that no tool or part of body of worker comes within the ‘Danger Zone’ i.e. within 2m of the OHE.

B. Rails do not touch each other to form a continuous metallic mast of length greater than 300m.

Handling of Rails Slinging Arrangements (Lifting Points) for 90 UTS and above is as Table 5.5 below: Rail length metres No of lifting points Distance between Maximum rail and lifting points [m] overhang [m] 12-13m 2 6-6.5 3-3.25 18m 2 9.0 4.5 26m 4 6.5 3.25 39m 6 6.5 3.25 130m 20 6.5 3.25 260m 40 6.5 3.25

Slinging Arrangements

71 of 154. 10.5 Rail Closures

The following instructions regarding use of rail closures should be observed:

 Permanent closures in running lines should not be less than 6 meter in length

 Use of closures should be limited and reduced to the minimum possible.

 Closures should not be located near each other in the same portion of track or in proximity to points and crossings.

 Closures should be obtained by abrasive disc cutting and not by gas cutting.

 Closures should not be opposite to each other - rather should be staggered.

10.6 Rail Failures

10.6.1 Definition of a Rail Failure

A rail is said to have failed if it has fractured in track or it is considered necessary to remove it from track on account of defects other than those due to accidental damages like buckling, kinking, derailments, abnormal wheel burns etc.

10.6.1 Action to be taken in case of Rail failures

When a rail fails in track, action to be taken is as detailed below,

. Entry in the Permanent Way Inspector’s section registers.

. Preparation of a detailed report of the failure in cases where applicable as laid down.

. Detailed metallurgical investigation in cases, where applicable.

10.6.2 Register of Rail failures

All the cases of rail failures have to be entered in the section register by the SSE/ SE/JE (P.Way) . For this purpose all failures whether in running lines, points and crossing rails etc. and irrespective of type and age of the rails, have to be entered in the section register. This record is intended to serve as a basic record which should be available in the office of the SSE/SE/JE (P.Way) and will serve to furnish data, if required subsequently for any statistical analysis or for framing out proposals for track renewal works. Care should therefore be taken by JE/SE for filling up all the details. The Assistant Manager concerned shall call for the register once every year and initial the same in token of his perusal. 10.6.3 Fish Plates and Fish Bolts

Fish plates join two rails and hold them together both in the horizontal and vertical planes so as to ensure that the rail joint acts as one unit. They provide continuity of the joint and at the same time permit some longitudinal movement of individual rails.

Fish plates are held together by means of fish bolts and nuts. The holes in the fish plates are slightly larger than the bolts and the corresponding holes in the rails are larger than those in the fish plates. This arrangement allows for expansion and contraction of rails.

Fish plates shall conform to UIC-864-4 or IRS-T-1 specification. 10.6.4 Screw Clamps and Joggled Fish Plates

72 of 154. In the event of a fracture taking place in a rail or weld, screw clamps suitable for plinth/slab track and joggled fish plates are used as a measure of emergency repair.

The fractured rails are clamped in position to allow traffic to be passed at a restricted speed. Joggled fish plates are used when a welded rail joint fractures.

10.7 Chamfering Of Bolt Holes In Rails

A. General i) Chamfering of bolt holes work hardens the periphery of holes and thereby delays the formation of star cracks. Each drilled hole shall be chamfered.

ii) Existing bolt holes in fracture prone zones should be chamfered if not elongated. In case of elongated holes, the chamfering bit will not be in contact with the full edge of the bolt holes and there will be uneven hardening of the metal resulting in stress concentration in weaker- zones. Therefore, such portion of rail should be removed; holes should be drilled and chamfered.

A. Equipment For Chamfering Of Bolt Holes Work hardening of bolt holes should be done with chamfering kit of approved make. The chamfering kit consists of the following,

Equipment (as per Figure 4.84)

. High tensile bolt M-20 1 No. . High tensile nut for M-20 bolt 1 no. . Sets of 2 H.S.S. chamfering bits 1 set . 19mm sq. drive sockets size 32mm 8 Nos. . Set of 2 packing pieces (sleeves) 1 set . T-400 torque-wrench with built-in ratchet Mechanism 1.25m length 1 no.

B. Chamfering Selection

i) Chamfering of bolt holes in the welded rail panels should be done before despatch in the Flash Butt Welding Plants, if situation so warrants.

ii) When rails in track are end-cropped, new bolt holes should be chamfered at site.

iii) Bolt holes in new rails received directly from steel plant should be chamfered before rails are laid in track.

C. Procedure For Chamfering Of Bolt Holes

i) The nut of high tensile steel bolt is removed and one packing piece is inserted in the shank followed by one side of the H.S.S. chamfering bit.

ii) The high tensile steel bolt is inserted with 2 pieces in the rail hole.

73 of 154. iii) On the other face of the rail hole, the second half of the HSS chamfering bit is inserted over the shank followed by the second packing piece.

iv) The nut on the high tensile steel bolt is replaced.

v) Pre-set torque-wrench on nut at torque value of 52 Kg-m equivalent to an axial force of 12.5 tonnes, is applied. The nut is tightened with the torque wrench. As soon as the pre set torque is attained, the torque wrench will automatically trip indicating complete tightening to pre set torque value.

vi) The nut by reversing the torque wrench is unscrewed and HTS bolt is removed. The same process is repeated on other rail holes.

vii) Chamfering of each hole should be done under the supervision of Sr. Technician.

Part 2- Fastening System

11. General

In Ballastless track, also called plinth/slab track, rails are fixed directly to the concrete slab without any sleeper or ballast, with the help of specially designed elastic fastenings. In conventional track, the impact forces of running track are absorbed by way of a change in the composite contact relationship among the ballast particles. This change is cumulative in nature. The major part of work in track maintenance, therefore, consists to correct the surface geometry by rebuilding the deformed ballast. Unless ballast is replaced by some other material having true elastic properties, no tangible reduction in track maintenance cost can be visualized. In Ballastless track, the elastic characteristics of ballasted track are simulated by providing suitably designed track assemblies in which rubber plays an important role. Ballastless track has been adopted in Chennai Metro on viaducts (Elevated), tunnel (underground) and in Depot.

The components of Ballastless system are:

 Support structure  Shear connector  Reinforced concrete plinth/slab  Double Resilient Fastening System Assembly (Ref.13145C)

11.1 Reinforced Concrete Plinth/Slab

In Chennai Metro, Ballastless track has been laid with

 Reinforced concrete plinth resting on viaduct spans supporting structure.  Reinforced concrete slab resting on tunnel1st stage concrete structure.

The reinforced concrete plinth/slab is connected with supporting structure through shear connectors, which are in position before concreting the plinth/slab. The Ballastless track has been constructed by top down method of construction in which rails and fittings are held in position before plinth/slab is concreted. The height of the plinth at each location takes into account the design rail level and provision for cant and vertical curve. Reinforced concrete plinths have been laid in not more than lengths of 5 metres with intervening gap of 0.2m, both in straight alignment and curved except where it is required to correspond with span joints.

11.2 Double Resilient Fastening Assembly System (Dwg. Ref 13145C)

74 of 154. for Mainline is direct fixation type and will allow for elasticity between the rail and the concrete supports. For Mainline, Double Resilient Assembly System (Dwg 13145C) forms the main fastening assemblies for the Chennai Metro Track work.

The double resilient fastening system assembly as per drawing 13145C is a modular rail baseplate assembly, suitable for situations where the mitigation of ground-borne noise and/or vibration is required. The low vertical stiffness of the assembly works with the mass of both the track and vehicles to reduce the transmission of noise, vibration and impact forces to the supporting structure.

The double resilient baseplate assembly is supplied as a full toe-load assembly, complete with all parts required. The assembly is designed for long life and can be fully dismantled for inspection and maintenance purposes, with fully replaceable components.

Fastening Assembly Components

Sl Name of component Drg. No. Qty Remarks No. 1 Cast iron Baseplate 13146-B 1 Nil 2 Rubber Baseplate Pad 14613-B 1 Nil

3 EVA HT Rail Pad 14614-A 1 Nil

4 e2007 rail Clip 2759-H1 2 Nil 5 8mm HVN Insulator 5720-C 2 Component for Standard assembly incorporates ±3mm of Horizontal adjustment.

5a 6mm HVN Insulator* 8605 As reqd Optional: Only for lateral adjustment beyond 5b 10mm HVN Insulator* 8604 As reqd ±3mm up to ±5mm per rail seat.

6 Eccentric Nylon Bush 12683- 2 or 4 1. Using eccentric bushes, Horizontal adjustment B1 up to ±3mm per rail seat. 7 Compression Spring 10108- 2 or 4 2. For Compression spring, compression up to A1 34.5mm±0.5. 8 Plastic Collared 12740- 2 or 4 Washer A1 3. Quantity of 2 anchor bolts for Tangent track

75 of 154. Sl Name of component Drg. No. Qty Remarks No. 9 M27 Nyloc Nut 12791-A 2 or 4 and curved track of radius >1000m. 10 M27 Anchor Stud 12717- 2 or 4 4. Quantity of 4 anchor bolts for curved track of A1 radius <1000m.

Table: Component List Notes

1. As standard this assembly incorporates ±3mm of horizontal adjustment using the eccentric bushes with additional ±2mm by using different insulators as indicated in detailed configuration for the Gauge adjustment drawing using different components.

2. The fastening system has the provision for height adjustability up to 12 mm using shims and lateral adjustment up to ±3mm per rail seat without component change. A total lateral adjustment of ±5mm per rail seat using alternate HVN Insulators* (Total Gauge adjustment of ±10mm).

3. The quantity of these components is dependent on the track radius. In Chennai Metro Trackwork, on curves of less than 1000m radius, 4 of each of these components are used. On all other track, only 2 of each are used.

12.WELDING OF RAILS AND ULTRASONIC TESTING To be read and followed the procedure for fabrication and testing of ATW/FBW in conjunction with Indian Railways Manual for Flash Butt welding of Rails, Manual for fusion welding of rails by Alumino thermic process and Manual for Ultrasonic testing of Rails and Welds.

12.1 Action to be Taken In Case Of Rail Fracture/Weld Failure.

12.1.1 Rail Failure

A rail is said to have failed if it has fractured in track or if it is considered necessary to be removed from track on account of defects other than those due to accidental damage, bucking kinking and derailments.

12.1.2 Action To Be Taken To Restore The Traffic

12.1.2.1 It is important that whenever a rail/weld fracture is noticed, immediate action is taken to restore the traffic, if necessary with restricted speed, with the least possible delay.

Detection of fracture noticed by train operator or due to failure of track circuit, immediate action is to be taken to restore traffic by track possession for carrying out the needful repairs by Sectional JE/SE (P.Way). P-Way men on call duty should be advised who shall arrange to take up the job of emergency repairs by providing screw clamps/Joggled fish plates to pass the traffic. Emergency or temporary repairs as explained below shall be carried out depending on the availability of time. Permanent repairs could be carried out subsequently.

12.1.2.2 Emergency Repairs

76 of 154. The Fractured rail/weld shall be joined by using clamps/Joggled fish plates. When the gap between rail due to fracture is larger than 30 mm; a closure rail of appropriate length shall be introduced to reduce the gap. The traffic may then be resumed at 15 Kmph tor first train and 30 Kmph for subsequent trains. This work shall be carried out under the Supervision of a JE (P.Way) or any other higher engineering official.

12.1.2.3 Temporary Repairs

This repair is to be carried out during night after traffic hours. If a welding party is not readily available, the fracture shall be repaired by using a cut rail and two pairs of fish plates as follows:

The work should be preferably done at destressing temperature. If it is not possible, then the work shall be completed and destressing shall be done later on.

Two points on either side of the fracture shall be punched on the rail at a distance equal 6m + two gaps required for welding plus 1.5 mm for each saw cut. The fractured rail shall then be cut through at these points by saw simultaneously if possible. The cut rail shall then be inserted and joined by two pairs of fish Plates after drilling one hole on each side of cut after correctly adjusting the gaps. The traffic shall then be resumed al 30 Kmph.

The repair work shall be carried out under the personal supervision of JE/SE (P.Way) or any other higher Engg official.

12.1.2.4 Permanent Repairs

This repair is to be carried out during night after traffic hours. The work should be preferably done at destressing temperature. If this is not possible, then the work shall be completed and distressing done later on.

Additional cut piece (6m long) and rail cutting equipment should be available at site to adjust the joint gaps in case they are distributed in the intervening period. The fish plate joint at one end of the cut rail shall be welded. The Fastening are then loosened for a distance of 100m or either side of the second fish plate joint and the rails are tapped to allow free movement to take place. The Second joint of the cut rail shall be then welded and the fastening tightened. Permanent repairs and destressing shall be done under the supervision of JE/SE (P.Way) or higher Eng. official. Ultra Sonic Testing of Rails

1. The method of testing of rails shall be as per the procedures laid down in the manual for Ultrasonic testing of rails and welds of Indian Railways.

2. Rail should be inspected for flaws specially when the rails show signs of fatigue and the rail wear is excessive. The detection of rail flaws is done either by visual examination of the rail or by ultrasonic rail flaw detection.

3. Manually operated portable ultrasonic flaw detectors should be used for ultra-sonic flaw detection. These machines are fully transistorized and battery operated. Two different types of equipment viz. single rail tester and double rail tester are used in Indian Railways.

4. Single rail tester is capable of testing only one of the rails at a time and is provided with five probes i.e. 0°, 70° Forward(F), 70° Back ward (B), 70° (Gauge face) Forward (F) and 70°

77 of 154. (Gauge face) Backward (B). The normal probe (0°) is utilized for the purpose of detecting horizontal defects situated in head, web or foot. The 70° probe is specially designed for detecting defects in the rail head, the most typical of which is the transverse fissure or kidney fracture. 70° probes are designed to find out defects in Gauge face corner.

5. The signals received from the defects by any one of the above probes are indicated on the cathode ray tube (CRT) screen.

6. Double rail tester is capable of testing both the rails at a time. However for each rail, any three probes are generally provided. (0°, 70° (F) & 70° (B)).

7. Transverse flows in head due to wheel burns/scabs to be detected by test rig with two 45° probes.

8. Details of the frequency and number of each type of probes in single rail tester and double rail testers in use are as under

No of Probes Rig Type Frequency Single Rail Double Rail Tester Tester Normal/0° 4 MHz One One each 70° 2 MHz Two(F+B) Two(F+B) each 70° (Gauge 2 MHz Two (F+B) Two (F+B) each face) 45° (Rig testing) 2 MHz Two

Table

12.1.3 Periodicity of Testing

12.1.3.1 Safety against failure of rails in track depends upon the inspection frequency and the permissible defect size. Other factors like rail metallurgy and loading conditions remaining the same. To get maximum service life out of the rails while ensuring safety, the inspection frequency has to be increased so that the rails are allowed to remain in track for longest possible period. At the same time, frequent watch over increasing incidence of defects is necessary. However, very high frequency of inspection as a general measure is not always practicable as cost of inspection becomes prohibitive. The optimum cost of maintaining rails in track can, therefore be achieved if the inspection frequency is made dependent on the incidence of defects. In such a concept of need based inspection, the inspection resources are not frittered away.

12.1.3.2 The frequency of testing shall be as under,

After initial testing of rails in the rail manufacturing plant, the first testing need not be done normally until the rails have undergone 25% of the service life. However, the rails shall be Ultrasonically tested covering the gauge face corner and non-gauge face corner of the rail face on the passage of every 40 GMT of traffic during the test free period or one years whichever is earlier,

. USFD testing of welds

78 of 154. A joint welded by Thermit welding shall be joggled fish plated with two clamps till tested as good by USFD. The method of testing of welds shall be as per the procedures laid down in the manual for Ultrasonic testing of rails and welds of Indian Railways.

12.1.3.3 Frequency of Testing of Welds

Testing of flange portion of AT welded joints by 70o, 1.25 MHz probe by hand probing shall be done after 80 GMT for first testing of all AT welds after initial acceptance test. Subsequent flange testing is required to be done when weld failures due to defects in flange exceeds 1% in a year in a block Section. A round of testing be also carried out after 8 years life on incidence of 1 % gross failure in a block section since the second test i.e. the next test after initial acceptance test.

Method of Ultrasonic testing of rails in points and crossings, REJ’s, FBW shall be as per the procedures laid down in the manual for Ultrasonic testing of rails and welds of Indian Railways and the frequency of testing will be under the discretion of competent authority.

12.1.3.4 Classification of flaws detected by USFD

Depending on the nature and extent of internal flaws, the defects have been classified into two categories i.e. IMR and OBS. Defects in the welds are indicated with Suffix W IMR refers to a defect pertaining to a rail while IMRW refers to a defect in the weld.

IMR (Immediate Removal): The flaw which is serious in nature and can lead to sudden failure is classified as “IMR"

OBS (under observation) if the defect is such that it is not expected to result in fracture rescanning is done, it is classified as OBS.

12.1.3.5 Action to be taken after detection of defects

Following action shall be taken in respect of defective rails/welds

Painting on Both No. Classification Action to be Taken Interim Action Faces of Web 1. IMR IMRW Three cross with  Speed restriction of 30 Flawed portion to be red paint KMPH or further replaced by a sound tested restriction immediately piece of not less than 6 till flawed rail/weld meter length within 3 days of replaced detection.

 Joggled fish plate/ Screw clamps to be clamped within 24 hours.

2. OBS OBSW One cross with red  Rail/Weld to be Joggled fish plate/ Screw paint provided with clamped clamps to be clamped

79 of 154. Joggle fish within 24hours. plates/Screw clamps within 3 days.  USFD inspector to specifically record the observations of the locations in subsequent round of testing.

Action to be taken for defects in AT welds shall be same as above and in addition, following shall be applicable for weld foot defects.

Painting on both Classification Action to be taken Interim Action faces of web Defective weld with Two cross with red Defective weld to be replaced Speed restriction of 30 KMPH 70°, 1.25 MHz probe paint within 15 days. Joggled fish plate/Screw clamps to be clamped within 24 hours.

1.1 Maintenance of LWR/CWR

An important prerequisite for proper functioning of LWR/CWR is its initial laying to a high standard and its subsequent maintenance by trained personnel possessing valid competency certificates.

12.3.1 Regular Track Maintenance

Regular Track maintenance in LWR/ CWR includes following operations.

- Renewal of fastening - Maintenance of REJ. - Destressing

. General

I. Regular track maintenance in LWR/CWR shall be confined to hours when the rail temperature in

between tp+10 and tp-30°C and shall be completed well before the onset of summer. II. Special attention shall be paid to maintenance of fastenings, both for ballasted as well as ballastless section. All fastenings shall be complete and well secured. III. When crow bars are used for slewing, care shall be taken to apply these in a manner so as to avoid lifting of track. IV. Special attention shall be paid to track at following locations V. REJs/ breathing lengths VI. Horizontal and vertical curves.

12.4 Maintenance of REJs

80 of 154. REJs shall be checked, for alignment if necessary. Movement of REJs shall be checked and action taken for destressing if necessary.

12.5 Destressing during Maintenance

Abnormal behaviour of LWR/CWR whenever gets manifested in one or more of the following, destressing shall be undertaken as per procedure laid down.

1. When the gap observed at REJ, - Differs beyond the limits specified. - Exceeds the maximum designed gap of REJs - When stock / tongue rail crosses the mean position 2. After special maintenance operations. 3. After restoration of track following unusual occurrences. 4. If number of locations where temporary repairs have been done exceed three per km.

Destressing of CWR shall be done by cutting it into LWRs of about 1 km length which shall be joined after destressing.

Destressing of CWR Procedures are to be detailed explained in CMRL Track Maintenance Manual.

14. TURNOUTS

14.1 Maintenance of Points and Crossings

A. Preventive Maintenance of Turnout Slabs

Periodical Inspection of Turnout Slabs is carried out for the following: -

- Observation for spalling or damage to slab surface; - Observation for damage around baseplates; - Observation for damaged holding down anchor bolt. B. Corrective Maintenance

- Protect spalled slab or damaged surface by the application of appropriate epoxy or non-shrink cementations grout; - Spalling around baseplate shall be repaired with epoxy grout; - Replace broken/damaged holding down anchor bolts immediately as per procedure laid out. - Spalling away from baseplate area shall be repaired by non-shrink cementitious grout.

14.2 Maintenance of Switches

The condition of stock & tongue rails should be carefully examined. Badly worn and damaged stock and tongue rails should be replaced by serviceable ones. A tongue rail may be classified as worn/damaged

81 of 154. when it is chipped /cracked over small lengths aggregating to 200 mm within a distance of 1000 mm from its toe.

(i) Chipped length will be the portion where tongue rail has worn out for a depth of more than 10 mm over a continuous length of 10 mm.

(ii) It has developed knife edged tip (thickness of top edge being less than 2 mm) over a length of more than 100 mm anywhere up to a distance of 1000 mm from its toe.

(iii) It is badly twisted or bent and does not house properly against the stock rail causing a gap of 5mm or more at the toe. The tongue rail can, however, be reused after reconditioning of the broken/worn/ damaged tip by welding.

(iv) Tongue rail should be replaced/ reconditioned when vertical/lateral wear exceeds the values laid down. The wear shall be measured at a point with 13 mm head width and at the point where tongue and stock rails are at same level.

Vertical Wear – 8mm Lateral Wear – 8mm

82 of 154.

(v) Wear on stock rail shall not exceed the following limits. For60 Kg UIC60 Rail  Vertical Wear Limiting Vertical Wear = 13mm  Lateral Wear

 On the Straight Limiting Lateral Wear = 6mm

 On the Curve Limiting Lateral Wear = 8mm

Table 7.6: Limiting Wear

All bolts on switches should be kept tight.

Wear on switches can be reduced by lubrication of the gauge face of tongue rail.

14.3 Maintenance of Crossings

(i) If any damage to the nose of crossing is noticed, its cause must be traced, which may be due to tight gauge or due to excessive clearance at the check rail.

(ii) If wing rails or check rails are badly worn laterally, it could be due to wide gauge at the crossing.

(iii) In obtuse crossings, the distance between the throat and the nose must be maintained correctly.

(iv) In diamond crossings, obtuse crossings should be laid square to each other with respect to the centre line of the acute crossings.

(v) Maximum permissible vertical wear on wing rails or nose of crossing shall be 8mm.

14.4 Maintenance of lead portion and turn in curve

(i) The leads and radii of turnout should be correct according to the section of the rail and the angle of Crossings used.

(ii) Initially, the lead curve correctness should be ensured by measuring offset from the gauge face of the straight track. During maintenance, stations at 3.0 M intervals should be marked and the Versine checked and track attended as necessary.

(iii) The Versine of turn in curves on loops should be recorded at stations at 3.0 M intervals on 6.0m chord length during the inspection of points and crossings to check the sharpness of the curve and rectified as necessary.

(iv) The turn-in curve should also be checked for condition of plinth/slab and fastenings. The variation in Versine on two successive stations in lead curve and turn in curve portions should not be more than 4mm and Versine at each station should also not be beyond ± 3mm from its designed value.

83 of 154. The performa and other Technical description of Turnout are explained in CMRL Track Maintenance Manual Chapter 7.

15. CURVES 15.1 Wear of Rails on Curves

a) The outer rails on curves tend to develop side wear on the gauge face whereas the inner rails tend to have their heads flattened. The limits of vertical and lateral wear at which rails have to be renewed shall be:

For60 Kg UIC60 Rail  Vertical Wear Limiting Vertical Wear = 13mm  Lateral Wear

 On the Limiting Lateral Wear = 6mm Straight

 On the Curve Limiting Lateral Wear = 8mm

Table– Wear Limits

b) Wear on the outer rail can be controlled by lubrication of the gauge face. Correct geometry and super elevation will help to reduce wear on both rails. Rail lubricators could be installed either on the rolling stock, which become activated when approaching a curve or installed at the approach of the curve on the rails.

84 of 154. 15.2 Measurement of rail wear on sharp curves

The lateral and vertical wear of rails on the curves having radius 300 metres or less shall be periodically recorded once in a year and for radius of 200metres or less once in 6 months by JE/SE (P-Way). Proper record of measurement should also be maintained.

15.3 Indicators On Curves

a) At the tangent point on the either end of a curve, a board called ‘curve board shall be provided, indicating the radius of the curve, its length. The length of transitions in metres, and the maximum cant provided on the circular portion in millimetres.

b) On the outside of the curve, posts shall be erected to indicate the beginning and end of transition.

c) The value of cant shall be painted on the face of the web of the rail at every versine station.

15.4 Indication of Cant on Track

Super elevation or cant should be indicated by painting its value on the inside face of the web of the inner rail of the curve and at every Versine station, beginning with zero at the commencement of the transition curve. The value of cant should be indicated on the circular curve at its beginning and at the end. In the case of long circular curve, the cant value should be indicated at intermediate stations at a distant not exceeding 50 metres.

15.5 Extra Clearances on Curves

 Extra clearance are required to be provided on curved track to provide for the effect of:  Curvature  Lean due to super elevation  Sway of the vehicle

 These extra clearances are over and above the clearances stipulated in minimum of CMRL’s schedule of Dimensions.

The performa and other technical specification are detailed in CMRL Track Maintenance Manual Chapter 6.

16. Buffer Stop 16.1 Maintenance Instructions

The buffer stop must be inspected periodically to ensure it is positioned correctly and that the bolts are correctly tightened. It is recommended in the first instance that inspection should be carried out annually. The general condition of the buffer stop will depend on the environment in which it is installed, so the operator is advised to adjust the period in accordance with any specific regulations or local experience.

16.1.1 General

85 of 154. i) Remove minimum of one pair of friction shoes from the main unit. ii) Inspect for damage or wear. iii) In the case of severe damage / wear replace friction shoes and bolt assemblies with new. Note – Damage deemed to be cracks in casting, wear deemed to be removal of sintered bronze friction coating down to bare metal. iv) Do not re-use nuts or bolts with corroded / stripped threads, as this will give reduced performance. v) Refit in accordance with installation procedure. vi) Mark or record which shoes have been checked. vii) In subsequent inspections, examine other shoes in rotation. Note - Over a five year period each shoe should have been checked at least once. Inspect centre buffing tip assembly for damage. Note – Damage deemed to be bent / cracked steel assembly preventing correct alignment at interface with train couplings, split rubber faceplate etc. viii) It is recommended that bolt assemblies shall be replaced with buffing tip assembly. ix) Inspect anti-climber assembly for damage. Note – Damage deemed to be bent / cracked steel assembly preventing correct alignment at interface with train anti-climber arrangement. x) It is recommended that bolt assemblies shall be replaced with buffing type assembly.

16.2 Fixed Buffer stop with friction buffing head

A. RESETTING INSTRUCTION i) When a friction buffing head has been moved due to the impact of the train, it must be returned to its original position. ii) Loosen all the nuts iii) Ensure that the Filler Blocks are loose (Plastic headed hammer or crow bar is often useful) then pull the friction buffing head back to its working position. iv) Then retighten all the nuts of the friction elements using a torque wrench, tighten the clamp bolts to a torque of 150 Nm.

B. MAINTENANCE INSTRUCTION i) Maintenance should be carried out at least once every calendar year. ii) Loosen and clean all parts of the friction elements, grease the clamp bolts and re-torque to 150 Nm. iii) Also clean the head of the rails within the area occupied by the friction buffing head. iv) It is essential that the clamp bolts on the friction elements are kept well-greased so that the torque settings are maintained. v) Check that there is no excessive rust. If so remove and treat area with commercial rust inhibitor and repaint with correct cover coat. vi) Check that clamp bolts are all present and correctly torqued (250 Nm).

86 of 154. 16.3 Friction Element Buffer stop of Type 14ZEB/5

A. RESETTING INSTRUCTION i) When a friction buffer stop has been moved due to the impact of the train it must be returned to its original position. ii) Loosen all the clamp bolts of the friction elements and additional retarders and check that the filler blocks are also loose as sometimes they will bind to the rail after an impact. iii) Using a wire rope approximately 10 metres long pull the buffer stop back to its original position by using the Tow loop. iv) Pull the buffer stop slowly (not jerkingly) until it is again in its original position. v) Thereafter retighten the clamp bolts to a torque of 150 Nm.

B. MAINTENANCE INSTRUCTION i) Maintenance should be carried out at least once every calendar year. ii) Loosen and clean all parts of the friction elements, grease the clamp bolts and re-torque to 150 Nm. iii) Also clean the head of the running rails within the area occupied by the buffer stop. iv) It is essential that the clamp bolts threads on the friction elements are kept well-greased so that the torque settings are maintained.

C. REPLACEMENT OF WORN FRICTION LINERS i) If the buffer stop has been moved due to an impacting train, the friction liners inside the friction elements have to be checked. ii) The liner material may wear as a result of sliding along the rail head. iii) The support plate must be replaced if the distance between the liner surface and the side of the support plate is at any point less than 2 mm.

Note: Should the friction liner need to be replaced due to wear, the support plates have to be replaced as a pair and not individually.

16.4 Wheel stop

A. RESETTING INSTRUCTION i) When a wheel stop has been moved due to the impact of the train it must be returned to its original position. ii) Loosen all the clamp bolts of the friction elements and check that the filler blocks are also loose as sometimes they will bind to the rail after an impact. iii) Move the wheel stop and the friction elements back to its original position. iv) Thereafter retighten the clamp bolts to a torque of 150 Nm.

B. MAINTENANCE INSTRUCTION i) Maintenance should be carried out at least once every calendar year. ii) Check the wheel stops are installed at the correct position iii) Check there are no obvious signs of damage.

87 of 154. iv) Loosen and clean all parts of the friction elements, grease the clamp bolts and re-torque to 150 Nm. v) Also clean the head of the running rails within the area occupied by the wheel stops and stopping distance. vi) It is essential that the clamp bolts threads on the friction elements are kept well-greased so that the torque settings are maintained.

C. REPLACEMENT OF WORN FRICTION LINERS i) If the wheel stops have been moved due to an impact of the train, the friction liners inside the friction elements have to be checked. ii) The liner material may wear as a result of sliding along the rail head. The support plate must be replaced if the distance between the liner surface and the side of the support plate is at any point less than 2 mm. 17. SAFETY 1. All people working on the track work must be duly authorised and should have permit to perform the work on track. 2. All equipment, plant and machinery used must be duly authorised and should have safety certificate & permits to work safely. All operators must have current competency certificate to operate the plant, equipment and machinery. 3. For night working the work area including protection zone where men are posted adequate elimination > 200 lux is to be maintained. 4. All motorized and manual trollies, Lorries and vehicles should be fitted with effective and efficient mechanized brakes. Trollies, Lorries and vehicles fitted with only handbrakes will not be allowed. These should be properly protected with as operating instructions. After work these shall be safely secured. 5. In confined spaces and tunnels the tools, plants and equipment used shall be electrically operated to avoid production of fumes and smoke which will be hazardous for people. 6. The work area must be distinctly demarcated and protected from trespass or breach of safety. 7. All track works should be undertaken after posting of adequate numbers of Lookout men. Each group should work under supervision of a team leader. The decision to stop the work and move equipment and men to safe distance and resume work will be of lookout men. Team leader should ensure that men, material, plant and equipment are moved to safe distance on advice of lookout men. Team leader will ensure safety of the group. 8. When carrying out works in accordance with the instructions contained within this manual, tools and material may have to be used during operation, hence positive safety precaution to avoid health and injury hazards to the operators and any other persons in the vicinity must be taken into account. Attention is drawn to the following below points:

9. Working procedures and safety rules must be strictly followed.

10. All personnel must hold the relevant competencies.

11. Work place must be kept clean, tidy and safe.

12. PPE is to be worn according to the work procedure or method statement.

13. Always use the appropriate tools as required.

88 of 154. 14. Before any operational or maintenance work is undertaken, the plant and equipment must be in a safe state for work to proceed and all operations must therefore, to be covered by a Permit to Work System.

15. Prior to commencing maintenance work, ensure that the electrical supplies are isolated and cannot be switched on by mistake. Padlocking and earthling is to be ensured so as eliminate possibility of charging on track while working.

16. The person in charge must ensure that the Short Circuit Device has been installed prior to accessing the track section.

17. Ensure warning notices are prominently displayed in the vicinity of operations when maintenance work is in progress. They should be displayed at other locations where inadvertent operation of equipment will place maintenance staff at risk.

The Track work Safety and Track Access Procedures as stipulated by CMRL from time to time are to be enforced for Track work.

18. DO’S AND DON’TS

Important dos and don’ts for maintenance of LWR/CWR track as listed below shall be observed by permanent way staff.

18.1 DO’s of LWR /CWR Track Maintenance

1. Check and carry LWR/CWR equipment daily. Each Sr. Technician should keep two sets of joggled , 2 clamps, one rail thermometer, special 1m long fishplates, rail closure pieces, one straight edge and one feeler-gauge. The thermometer should be regularly checked with that of standard thermometer kept in SEs office.

2. Know the td of your section/panels. 3. Get REJs oiled and greased once in a fortnight. 4. Check the gaps of REJ at extremes of temperatures. 5. Train men in detecting buckling, rail fractures etc. and protection of the trains in such cases. 6. Keep the patrolling equipment’s always handy and start patrolling of track as soon as 0 temperature exceeds td+20 C which are marked on the thermometer in red. 7. Commence patrolling as per laid down schedule for the prescribed periods. 8. Keep sharp look out for severe alignment defects in summer. Protect the trains and report to supervisors. 9. Ensure that fittings are tightly fitted at proper places at all times. 10. Attend only one or two plinth at a time for adjusting fittings while removing a kink. 11. Confine essential maintenance to period when the temperature is below td+100C. 12. Pay special attention to REJs, breathing lengths, curves, horizontal and vertical curves. 13. Keep the rail thermometer with proper markings with limiting temperature ranges thereon in proper working order. Learn the limits of temperature restrictions as marked on thermometers for various operations. 14. Check that reference posts at REJ and at every km of LWR/CWR are correctly maintained.

89 of 154. 15. Learn the four items i) Missing and loose fastenings, ii) Misalignment, iii) Slewing, iv) Lifting 16. Learn what to do when there is buckling or fracture in the track.

18.2 DON’Ts of LWR/CWR Track Maintenance

1. Do not touch the track unnecessarily unless specifically instructed by JE/SE P-Way. 2. Do not renew fastenings not requiring lifting on more than one base plate within 15 baseplates at a time. 3. Do not renew fastenings requiring lifting on more than one base plate within 30 base plates at a time. 4. Do not allow loose, missing or ineffective fastenings to remain in track. 5. Do not neglect checking and attending to the breathing lengths of LWR/CWR in a fortnight. 6. Do not lift track by more than 50 mm even if temperature is within td.

19. Track Drainage

19.1 Track Drainage

In tunnel, the top of track-bed concrete from centre is sloped at grade of 1% towards the scupper drains on either side. The scupper drains are connected to collection pits provided approximately 50 m. The collection pit on either side are connected to the central drain collection pit. Trackworks shall ensure that all these drainage pipes, channels and pits can be easily integrated to the track structure

Item No. Description Inspection Action

1. Drainage System  Cleanliness  Ensure scupper drains and  Damaged pits are clean. scupper drains  Replace or repair by cement mortar

20. Vibration mitigation

20.1 Vibration mitigation structure :

At identified locations, continuous resilient mat track slab is provided to for attenuation of ground borne vibrations generated due to running of metro trains. Typical Cross section of provision of Continuous resilient mats for FST is given below

90 of 154.

Item Description Inspection Action No. 1. Trackbed i. Cleanliness i. Ensure trackbed and its surrounding is free from any ii. Leakage contamination or debris.

iii. Spalling of concrete ii. . To ensure that Seal with surface approved PU sealant. iv. Chip offs iii. Repair by approved non-shrink cementitious grout.

iv. Repair by non-shrink cementitious grout. 2 Continuous Resilient v. General Cleanliness v. Ensure trackbed and its Location surrounding is free from any contamination or debris vi. Damage Geo textile vi. The exposed joint of Mat with layer Tunnel wall is to be leak-proof. Therefore, in case the exposed mat is damaged the joint is to be repaired by sealing with Nito proof 600 vii. Water to be drained out vii. Water logging

91 of 154. 21. Track Renewal

21.1 General

All track renewals can be classified into one of the following categories:

(i) Complete Track Renewal (Primary) abbreviated as C.T.R.(P)

(ii) Through Rail Renewal (Primary) abbreviated as T.R.R. (P)

(iii) Casual Renewals.

(iv) Through Fastening renewal (TFR)

Renewals where new materials are used are called Primary renewals while renewals with second hand material are called secondary renewals. Secondary renewals shall not be resorted to on Mainline Metro Corridors.

Casual Renewals are carried out when unserviceable rails and fastening systems are replaced by identical sections of serviceable or new track components. These are carried out on isolated sections and not in continuous stretches. Such renewals are a part of normal maintenance operations.

21.2 Factors Governing Track Renewals a) Criteria For Rail Renewal

The following are to be considered in connection with criteria of rail renewals

 Incidence of rail fractures/failures.  Wear on rails.  Maintainability of track to prescribed standards.  Expected service life in terms of Gross million tones carried.  Plan based renewals

b) Incidence Of Rail Fractures/Failures

A spate of rail fractures on particular sections having 5 withdrawals of rails per 10 km in a year due to fracture and/or rail flaws detected ultrasonically falling in the category of IMR will have priority while deciding rail renewals. In case the rail failures at fish plated/ welded joints are pre-dominant, end cropping with or without welding could be considered. c) Wear on rails

i) Limiting loss of section

The limiting loss in rail section as a criterion for recommending rail renewals shall be 6% for 60kg UIC rail. Rail wear may be determined by actual weighment taking rail profiles with special profile measuring gadget.

ii) Wear due to corrosion Corrosion beyond 1.5mm in the web and foot may be taken as the criterion for wear due to corrosion. Existence of the localized corrosion such a corrosion pits, especially on the

92 of 154. underside of the foot, acting as stress raisers from the origin of fatigue cracks, would necessitate renewals.

iii) Vertical wear When the reduction of the depth of the rail head reaches a point beyond which there is a wheel flange grazing the fish plates, such rails are to be renewed. The limit of vertical wear is 13mm for 60kg UIC rail. Vertical wear is to be measured at the centre of the rail by measuring the height of the worn out rail. The wear is the difference between the height of the new rail and height of the worn out rail.

iv) Lateral wear Lateral wear is to be measured at 13 to 15mm below the rail top table. Worn rail profile should be recorded and super imposed over new rail profile to find the lateral wear. Limits of lateral wear on curves shall be 8mm and on straight 6mm for 60kg UIC rail.

For60 Kg UIC60 Rail Limiting Vertical Wear =  Vertical Wear 13mm

 Lateral Wear

 On the Limiting Lateral Wear = 6mm Straight

 On the Curve Limiting Lateral Wear = 8mm

Table - Limiting Wear

21.2.1.1 Maintainability of Track to Prescribed Standards There may be cases where running quality of track may remain poor in spite of extra labour and materials involved and cost of maintaining to safe standards may be high.

21.2.1.2 Renewal on considerations of service life The rail shall be planned for through renewal after it has carried 800 GMT.

21.2.1.3 Plan based renewal Renewal to predetermined plan with the objective of modernizing the track structure on selected routes may be planned even if it involves premature renewal.

21.2.2 Track Standards for Renewals The track standards for renewals shall generally be the same as of existing track or of higher standards.

21.2.3 Track Laying Standard

93 of 154.  As a good measure, the following laying standards of track geometry should be achieved, where the base of measurement shall be

- Each base plate for the gauge

- 3 metres for the cant, cross level and twist

- 20 metres (half overlapping) for lining and

- 10 metres (half overlapping) for vertical profile.

(i) Gauge (with reference to 1435 mm) Maximum rate of variation over the prescribed

 Slab track : ±2 mm  Mean gauge per 200m for slab track : (1435 + 1.5 mm) to (1435 – 1 mm) to (1435 – 1 mm)  Standard deviation within a 200 m Section : Less than 1 mm.

(ii) Maximum difference of any point in relation to the designed layout (vertical)  Slab track : - 4 mm/+4 mm

(iii) Difference of any point in relation to the designed layout (horizontal) Straight  Slab track : +/- 4 mm

On straight and curve, deviation of measured Versine over its designed value on a 20 m chord: (half overlapping)

 Slab track : ± 2 mm (iv) On constant grade and vertical curves, Maximum deviation of measured Versine (vertical) over its designed value on a 20 m chord (half overlapping)

 Slab track : ± 3 mm : ± 3 mm

(v) Cant/Cross Level (to be measured at every 3m)

Straight track and curved track

 Slab track : ± 1.5 mm

(Deviation from designed value)  Base plate to base plate (slab track) Variation of cant/cross : ± 1 mm level

(vi) Twist: maximum value on a base of 3 m (slab track)

 Straight and circular portion of curve : 1 mm/m : 0.5 mm/m  On transition portion of curve

(vii) Turnouts (slab track)  Stock rail joint (longitudinal location) : ±15 mm : ±15 mm  Nose to nose of Xing in crossovers

94 of 154. (slab track) : ±10 mm

(viii) Flange way clearance  At end of the switch planning : +5 mm/-0 mm  Switch toe opening : +1mm -0 mm  Switch toe squareness : 5 mm  Deviation of measured Versine over its designed value for switches, lead track (measured on 6 metre half overlapping : ± 2mm chord) (ix) Sleeper/Base plate  Spacing (from designed spacing) : ± 5 mm

 Sleeper/base plate/ perpendicularity to rail centre line(out of : 5 mm square) (x) Rail joint squareness across the track

 (fish plated) : 10 mm

(xi) Tighten-up of fastening components : Design torque +/- 5% wherever applicable for bolted fastening system 21.2.4 Execution of Track renewal Works

Execution of track renewal works is carried out in the following systematic sequence. 1. Survey of the section 2. Unloading/transporting of required materials 3. Preliminary works. 4. Requirement of Line blocks, 5. Carrying out renewals. 6. Post laying checks. 21.2.5 Through Fastening renewal

. .E-clips The essential feature of the e-clips is the correct driving of the clip which should be checked by the Technician during his inspection. Clips should be driven/taken out with clip applicator/extractor. Over driving/under driving of the clip causes eccentric load on the insulators and results in their displacement and variation of toe load. A vigilant watch should be kept to ascertain that no creep is taking place in any of the portion of the track. The elastic fastenings should be checked for corrosion and corroded fastenings should be replaced.

. EVA Rail Pads It must be ensured that the rail pads are in correct position. Whenever it is found that the rail pads have developed a permanent set, these should be replaced by new ones. Such examinations can be done at the time of destressing. Loss of toe load can also be due to ineffective pads. The load should be occasionally checked particularly, if any creep is noticed.

. Insulators

95 of 154. Insulators used with rail clip shall be examined periodically for sign of cracking and breakage. Adequate care should be exercised while driving the clip at the time of installation to prevent damage. On first laying a small indentation on the Insulators will be formed due to the toe load of the clip. This is not objectionable so long as the insulator does not crack up. All cracked insulators should be replaced with fresh ones.

. Baseplate pad and LLDPE Conforming Pad Whenever it is found that the baseplate pads and LLDPE Conforming pads have developed a permanent set, these should be replaced by new ones. Loss of toe load can also be due to ineffective pads. Such examinations can be done periodically.

. Renewal of 13145C Double Resilient fastening systems Through Renewal of fastenings shall be done in accordance with the following provisions.

21.3 Sample size and testing frequency

(i) Sample size

Toe load of e-clips should be measured on 1% of e-clips randomly on every 100 sleepers (all 4 e-clips to be measured on one sleeper).

(ii) Testing Frequency

Initial testing of e-clips is to be done after four years or passage of 200 GMT of traffic, whichever is earlier.

(iii) Subsequent testing will be done every four years or 200 GMT, whichever is earlier. However, if 20% or more of sample size records toe load below 600 Kgf both frequency of inspection and sample size are to be doubled.

(2) Replacement of ERC

(i) If 20% or more of sample size records toe load below 400 Kgf which is to be confirmed by 5% Sample size, proposal of through fastening renewal should be initiated.

21.3.1 Classification and use of released materials

(1) (a) After a section of track has been renewed, the released material shall be carefully sorted out so that greatest possible use may be made of them. They should then be classified by the Sr.Section Engineer (Stores). Tools and plant left over should also be classified and action taken on their disposal.

(b) The rails should be graded according to their weight and condition into groups suitable for re-use in running lines, non-running lines and for conversion into posts or structural members for various purposes or for sale as scrap. Where rail-ends are worn or hogged, the feasibility of “Cropping” the ends should be considered if the condition of the rail is otherwise satisfactory.

(c) Fish-plates, fish bolts, should be sorted into those suitable for re-use and the rest as scrap.

(d) Crossings should be reconditioned by welding, if the wear is not too severe, as also the switches.

(2) Basis for Classification

For the purpose of classification, Permanent Way materials should be divided into three classes depending upon the section and condition as detailed below

96 of 154. (a) Class I material is that which is new and of Standard section. New items of obsolescent sections which are interchangeable with standard materials and are purchased from time to time to prevent wastage of other serviceable material, should be brought on to the stock account as Class I material. These items should be included in the price lists for the miscellaneous and common items. No other material of an obsolescent section is to be treated as Class I, even though it may never have been put in the road.

(b) Class II material includes all new material of obsolescent sections other than those included under Class I and all standard and obsolete material released from the road and fit for further use on track. Class II released rails should be classified and sub-divided as under,

. Class II (a) rails fit for use in running lines. . Class II (b) rails fit for using non-running lines.

(c) Class III materials shall include all materials that has become unserviceable. This is either metal scrap or unserviceable fastenings. This class will include all rails which are neither Class I nor Class II.

(d)Valuation of released material – The value of Class I, II and III materials should be fixed in consultation with the Financial Department.

(3) Accountal of released P.Way materials

(a) The quantity of released materials from every work included for track renewal will be based on yardsticks for loss of weight to be fixed on the basis of data collected during foot by foot survey. If there is more than one work on the same route, near to each other and under similar ground conditions, only one set of yardsticks would suffice.

(b) List of materials likely to be released will be prepared indicating the quantum of such materials separately as second hand (SH) and scrap following the instructions given in section “Factors governing Track Renewals”.

(c) While second hand materials will be indicated only in length/nos. in case of scrap materials, the accountal will be as follows

I. Rails - in length, then converted to weight. II. Fittings & fastenings - by weight.

Marking of Permanent Way Material

All Permanent Way material should be distinguished as follows or as otherwise directed

(1) Class I - No marks

(a) Rails

(i) Class II (a) - Second hand rail fit to be relaid in running lines-Ends to be painted with a daub of white.

(ii) Class II (b) - Second hand rail fit for use in non-running lines-Ends to be painted with a daub of yellow.

(iii) Unserviceable rails not fit for use – Ends to be painted with a daub of red.

(b) Other track materials

(i) Class II i.e., Second hand fit for use in track works to be painted with a daub of white.

(ii) Unserviceable material not fit for use – Ends to be painted with a daub of red.

97 of 154. 22. Track Tolerances

22.1 General

c) For the safe, smooth and comfortable running of vehicles over the track, it is necessary that track irregularities are kept to the bare minimum. The track parameters which have significant contribution in this respect are alignment, cross levels, twist, unevenness and gauge.

d) Even with the best system of the track construction and maintenance, it is practically impossible to ensure that all track parameters remain absolutely true to their requirements at all times. The variations which can be permitted to these pararnetres are termed as track tolerances, which are of various type and are designed to facilitate the decision making process in regard to steps to be taken.

22.2 Threshold Values

e) The principle of adopting threshold values of various track tolerances could be adopted as under:

Comfort threshold TV Level Status desired after renewal or scheduled (Target Values) maintenance Safety threshold AV Level Quality becoming mediocre Correction (Action Values) required shortly SRV Level Normal running no longer permitted. (Speed restriction values)

Table

f) For each geometric parameter, safety values have been defined which are called speed restriction values (SRV) and if these are exceeded, speed restriction must be imposed on the trains. In order to preserve track performance and to guarantee safety, maintenance intervention must be launched before the SRV threshold is reached.

g) Threshold value AV (action value) makes it imperative to intervene within a relatively short period to avoid reaching the restriction value.

h) At the time of intervention or at laying, a level of quality following intervention is sought: that is the target value (TV).

22.3 Standards Applicable To Fastenings 22.3.1 Criteria for the assessment of the condition of the fastening system.

The degree of tightening of 13145C system falls into three categories:  Correctly tightening fastening (C)  Incorrectly tightening fastening (T)  Inoperative fastening (I)

98 of 154. A. Correctly tightened fastening (C)

 1st level (Base Plate — Concrete Plinth/Slab) Compression Spring under the anchor bolt nut evenly pressed against the Insulating eccentric bush. Insulating eccentric bush properly tightened and making contact with the base plate. Anchor bolt properly sealed in its support.

 2nd level (Base plate- Rail) Clip e2007 property driven/inserted into the baseplate shoulder and positioned one end of the clip correctly onto the insulator in order to generate correct toe load to the foot of the rail.

B. Incorrectly tightened fastening (T)

 1st Level (Base plate- Concrete Plinth/Slab) Compression Spring under the anchor bolt nut loosened and insulating eccentric bush inadequately tightened onto the base plate.

 2nd Level (Base plate-Rail) Clip e2007 driven/inserted into the shoulder inadequately and not in contact with the foot of the rail at one end of the clip and substantial wear of the clip ends/insulator.

C. Inoperative Fastening (I)

 1st Level (Base plate — Concrete Plinth/Slab) Clip e2007 not generating adequate toe load. (For example- Nut from anchor stud missing, no rail pad or rail pad substantially worn, holding anchor bolt missing/broken)

 2nd Level (Base plate-Rail) No Clip, Insulator missing and clip substantially worn

The quality levels are to be assessed based on checking done for 15 consecutive base plates per 200 metres zone and per stretch of rail.

22.3.1.1 TV (Target Value) at laying and maintenance)

The threshold value as a function of the proportion of C and I fastening is as follows. C ≥ 90%

I = 0%

The value of ‘I’ could be ≤ 5 % at maintenance stage

22.3.1.2 AV (Action Value)

The threshold value as a function of the proportion of T + I fastening is as follows.

20% < T+I ≤ 30%

22.3.1.3 SRV (Speed Restriction Value)

99 of 154. The threshold value as a function of the proportion of T + I fastening is as follows:

T+l > 30%

The extent of speed restriction will depend upon the site conditions.

22.4 Standards Applicable To Track Gauge

22.4.1 Gauge

The values indicated below are with reference to 1435mm Gauge.

22.4.1.1 TV (Target Value) At Laying and Maintenance

 Maximum variation for plinth/slab track at installation stage : ±2mm

 Maximum variation from baseplate to baseplate at installation stage : 1mm

 The gauge at maintenance stage could vary up to ± 6mm

22.4.1.2 AV (Action Value)

 Maximum variation for plinth/slab track : -10mm to 15mm (including gauge widening)

22.4.1.3 SRV (Speed restriction value)

The threshold value for speed restriction will come into play when the maximum variation exceeds beyond -10mm to + 20mm (including gauge widening on curves).The extent of speed restriction will depend upon the site conditions.

22.5 Standards Applicable To Track Geometry

22.5.1 Unevenness

Unevenness measured on a chord of 3 metres.

22.5.1.1 TV (Target Value) at laying and maintenance

Generally values not to exceed 6 mm but isolated values to be confined within 10mm. These shall have to be checked again to ensure that AV or SRV threshold shall not be reached before the next preventive maintenance intervention.

22.5.1.2 AV(Action Value)

Generally values shall not exceed 10mm and isolated values to be confined within 15mm, 22.5.1.3 SRV (Speed Restriction Value)

The threshold generally for speed restriction value reaches when this exceeds 15mm. The extent of speed restriction will depend upon site conditions.

22.5.2 Twist And Cant Difference

Twist measured over a 3 metres base and cant difference between prescribed and actual cant in any point of track.

22.5.2.1 TV (Target Values) at Laying and Maintenance

100 of 154.  Isolated values not to exceed 3mm but isolated defects to be confined within 5mm. These shall have to be checked again to ensure that AV or SRV thresholds shall not be reached before the next preventive maintenance intervention. 22.5.2.2 AV (Action Value)

 Isolated values shall be confined within 5mm and 7.5mm and cant difference between 10mm and 20mm. 22.5.2.3 SRV (Speed Restriction Value)

 The threshold value for Speed Restriction reaches when the values exceed 10mm. For Cant difference, the value should exceed 25mm; the extent of speed restriction will depend upon the site conditions.

22.5.3 Alignment

Alignment measured over 7.5 metres chord.

22.5.3.1 TV (Target Value) at laying and maintenance

 Generally values not to exceed 5mm but isolated defects (1 per Km) to be confined within 10mm. These shall have to be checked again to ensure that AV or SRV thresholds shall not be reached before the next preventive maintenance intervention. 22.5.3.2 AV (Action Value)

 Generally value shall be within 5mm and 10mm but isolated values (1 per Km) to be confined within 15mm. 22.5.3.3 SRV (Speed Restriction Value)

 The threshold value for Speed Restriction reaches when generally value exceeds 15mm. The extent of speed restriction will depend upon site conditions.

22.6 Specific Standards Applicable To Turnouts

22.6.1 Gauge

The values indicated below are with reference to 1435mm Gauge.

22.6.1.1 TV (Target Value) at Laying and Maintenance

 Maximum Gauge limits : +6mm / -3mm  Maximum Variation from Baseplate to Baseplate : 1mm

22.6.1.2 AV (Active Value)

 Maximum Gauge Limit : + 10mm / -5mm  Maximum Variation from Baseplate to Baseplate : NIL

22.6.1.3 SRV (Speed Restriction Value)

The threshold of speed restriction value shall be reached if value indicated for action values are exceeded. The speed restriction shall be 15 kmph.

101 of 154. 22.6.2 Cant Variation – Twist on Turnout

22.6.2.1 Cant Tolerances

Difference between prescribed cant and actual cant

 TV : < 5mm

 AV : 10mm < 15mm

 SRV : > 15mm

22.6.2.2 Twist

TV In the points, 5 metres before the point and in the T < 1mm/m crossing proper.

In other sections and 5 metres after the crossing. T < 1.5mm/m

AV In the points, 5 metres before the point and in the 2mm/m ≤ T < 3mm/m crossing proper.

In other sections and 5 metres after the crossing. 3mm/m ≤ T < 4mm/m

SRV In the points, 5 metres before the point and in the T > 5mm/m crossing proper.

In other section and 5 metres after the crossing. 6mm / m ≤ T < 7mm/m

22.6.3 Layout tolerances on Versine in lead rail.

The tolerances on the Versine in the middle of the diverted track are

 TV : +5mm,-10mm

 AV : Layout shall need rectification if above tolerances are exceeded. 22.6.4 Standard for the replacement of turn out switches.

Difference in vertical wear between switch and stock rail listed in the table in next page.

TV NIL

AV If 4mm or more, replacement of half set of switches. Intervention within a month.

SRV The threshold value of SRV is reached if wear of 5mm is exceeded

102 of 154. PACKET A

TECHNO –COMMERCIAL BID –PACKET –A

Covering letter comprising the Bid

Dated:

To, Director (Projects), Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, (Adjacent to Koyambedu Metro Station), Koyambedu, Chennai – 600107.

Dear Sir,

1. With reference to your Bid Document for TM-01-2017, I/we, having examined the Bid Documents and understood its contents, hereby submit my/our Bid along with the Bid for the award of Contract. The Letter and the Bid is unconditional and unqualified.

2. I/ We acknowledge that CMRL will be relying on the information provided in the Bid and the documents accompanying this Bid for qualification of the Bidder(s) for the award of Contract and I/we certify that all information provided in the Bid and its Annexes is true and correct.

3. I/We understand that the submission of Bid/offer does not guarantee the award of the said Contract.

4. I/ We shall make available to CMRL any additional information it may find necessary or require to supplement or authenticate the Bid.

5. I/ We recognize that CMRL has the right to accept/reject our bid without assigning any reason.

6. I/ We declare that:

a. I/We have examined and have no reservations to the Bidding Documents, including any Addendum issued by CMRL;

b. I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice as defined in the Bid Document, in respect of any bid or request for proposal issued by or any agreement entered into with CMRL;

c. I/We hereby certify that we have taken steps to ensure that in conformity with the Bid Document, no person acting for us or on our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.

7. I/ We understand that CMRL may cancel the Bidding Process at any time and that CMRL is neither bound to accept any Bid that CMRL may receive nor to invite the Bidders to Bid for the award of Contract, without incurring any liability to the Bidders, in accordance with the Bid Document.

8. I/ We declare that we/any Member of the Consortium are not a Member of a/ any other Consortium submitting a Bid for the award of Contract for this contract

9. I/ We undertake that in case due to any change in facts or circumstances during the Bidding Process, we are attracted by the provisions of disqualification in terms of the provisions of the Bid Document; we shall intimate CMRL of the same immediately.

10. I/We undertake to conduct third party audit by an independent agency every six months along with regular in-house audit.103 of 154.

11. I/We understand that on account of non-acceptance of LOA or on account of not fulfilling the conditions of the Bid Document, I/We shall be debarred by CMRL for further participation in the similar future contracts/contracts of CMRL for a period of five (5) years.

12. The power of attorney for signing of Bid and the power of attorney for Lead Member of consortium, as per format provided at Packet-A of the Bid Document, are also enclosed.

13. In the event of my/our being declared as the Selected Bidder, I/We agree to enter into a Contract Agreement in accordance with the draft that has been provided to me/us prior to the Bid Due Date. We agree not to seek any changes in the aforesaid draft and agree to abide by the same.

14. I/We have studied all the Bidding Documents carefully and we understand that except to the extent as expressly set-forth in the Contract Agreement, we shall have no claim, right or title arising out of any documents or information provided to us by CMRL or in respect of any matter arising out of or concerning or relating to the Bidding Process including the award of Contract.

15. The techno-commercial/Price Bid has been submitted by me/us after taking into consideration all the terms and conditions stated in the Bid Document, draft Contract Agreement, my/our estimates of costs and all the conditions that may affect the Bid.

16. The Earnest Money in the form of a Demand Draft / Banker’s Guarantee of a Scheduled Bank approved by Reserve Bank of India is attached.

17. I/We agree and understand that the Bid is subject to the provision of the Bidding Documents. In no case, I/We have any claim or right of whatsoever nature if the Contract is not awarded to me/us or my/our Bid is not opened.

18. I/We agree to keep my/our Bid valid for 208 days from the Bid Due Date specified in the Bid Document.

19. I/ We agree and undertake to abide by all the terms and conditions of the Bid Document.

20. We agree and undertake to be jointly and severally liable for all the obligations of the Contractor under the Contract Agreement till the expiry/termination of the Contract Agreement.

In witness thereof, I/ we submit this Bid along with our Bid under and in accordance with the terms of the Bid Document.

Yours faithfully,

(Signature) Name and designation of the Authorized Signatory)

Name and seal of the Bidder/ Lead Member. Date: Place:

104 of 154. Annexure – 1

JOINT BIDDING AGREEMENT (To be executed on Stamp paper of appropriate value)

THIS JOINT BIDDING AGREEMENT is entered into on this the ...... day of ...... 20... AMONGST

1. {...... Limited, a company incorporated under the Companies Act, 1956 or registered under the Partnership, Act 1932} and having its registered office at...... and represented by its Representatives (hereinafter referred to as the “First Part” which expression shall, unless repugnant to the context include its successors represented by its Representatives and permitted assigns) AND 2. {...... Limited, a company incorporated under the Companies Act, 1956 or registered under the Partnership, Act 1932} and having its registered office at...... and represented by its Representatives (hereinafter referred to as the “Second Part” Which expression shall, unless repugnant to the context include its successors and permitted assigns) AND 3. {...... Limited, a company incorporated under the Companies Act, 1956 or registered under the Partnership, Act 1932} and having its registered office at...... represented by its Representatives (hereinafter referred to as the “Third Part” which expression shall, unless repugnant to the context include its successors and permitted assigns)} AND 4. {...... Limited, a company incorporated under the Companies Act, 1956 or registered under the Partnership, Act 1932} and having its registered office at...... represented by its Representatives (hereinafter referred to as the “Fourth Part” which expression shall, unless repugnant to the context include its successors and permitted assigns)} the above mentioned parties of the FIRST, SECOND, THIRD and FOURTH PART are collectively referred to as the “Parties” and each is individually referred to as a “Party” WHEREAS: (A) CMRL has invited Bids by its Bid Document dated ------(the “Document”) for submission of bids for the award of Contract for “Maintenance of ballast less track including supply, transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , phase 1 – approximately for the length of 105 Tkm”

(B) The Parties are interested in jointly bidding for the award of Contract as members of a Consortium and in accordance with the terms and conditions of the Document and other bid documents in respect of the award of Contract.

(C) It is a necessary condition under the Document that the members of the Consortium shall enter into a Joint Bidding Agreement and furnish a copy thereof with the Bid.

NOW IT IS HEREBY AGREED AS FOLLOWS: 105 of 154.

1. Definitions and Interpretations In this Agreement, the capitalized terms shall, unless the context otherwise requires, have the meaning ascribed thereto under the Document.

2. Consortium: The number of Parties will be shown here, as applicable, however subject to a maximum of four (four).

2.1 The Parties do hereby irrevocably constitute a consortium (the “Consortium”) for the purposes of jointly participating in the Bidding Process forward of the Contract.

2.2 The Parties hereby undertake to participate in the Bidding Process only through this Consortium and not individually and/ or through any other consortium constituted for the award of Contract, either directly or indirectly or through any of their Associates.

3. Covenants The Parties hereby undertake that in the event the Consortium is declared the selected Bidder and awarded the Contract, it shall incorporate a special purpose vehicle (the “SPV”) under the Indian Companies Act, 1956 for entering into a Contract Agreement with CMRL and for performing all its obligations as the Contractor in terms of the Contract Agreement for rendering the desired services desired under the Contract.

4. Role of the Parties

The Parties hereby undertake to perform the roles and responsibilities as described below:

a. Party of the First Part shall be the Lead member of the Consortium and shall have the power of attorney from all Parties for conducting all business for and on behalf of the Consortium during the Bidding Process and until the appointed date under the Contract Agreement when all the obligations of the SPV shall become effective; b. Party of the Third Part maybe the {Financial Member of the Consortium} and c. Party of the Fourth Part maybe the {Operation and Management Member of the Consortium}. d. The roles can be interchanged among the parties, except the first party.

5. Joint and Several Liabilities The Parties do hereby undertake to be jointly and severally responsible for all obligations and liabilities relating to the award of Contract and the services desired under the Contract in accordance with the terms of the Document and the Contract Agreement.

6. Shareholding in the SPV

5.1 The Parties agree that the proportion of shareholding among the Parties in the SPV shall be as follows: First Party: Second Party: Third Party*: * if available Fourth Party*:

106 of 154. Strike out whichever is not applicable.

6.2 The Parties undertake that highest subscribed and paid up equity share capital of the SPV shall, at all times till three years or till the extended tenure of the Contract as the case may be from the date of commencement of the Contract, be held by the Parties of the First, {Second and Third} Part whose experience and net-worth have been reckoned for the purposes of qualification for the award of the Contract in terms of the Document.

6.3 The Parties undertake that they shall collectively hold at least 51% (fifty one per cent) of the subscribed and paid up equity share capital of the SPV at all times during the tenure of contract or till the extended tenure of the contract from the date of commencement of the Contract.

7. Representation of the Parties

Each Party represents to the other Parties as of the date of this Agreement that:

a. Such Party is duly organized, validly existing and in good standing under the laws of its incorporation and has all requisite power and authority to enter into this Agreement;

b. The execution, delivery and performance by such Party of this Agreement has been authorized by all necessary and appropriate corporate or governmental action and a copy of the extract of the charter documents and board resolution/ power of attorney in favour of the person executing this Agreement for the delegation of power and authority to execute this Agreement on behalf of the Consortium Member is annexed to this Agreement, and will not, to the best of its knowledge:

(i) require any consent or approval not already obtained;

(ii) Violate any Applicable Law presently in effect and having applicability to it;

(iii) Violate the memorandum and articles of association, by-laws or other applicable organizational documents thereof;

(iv) violate any clearance, permit, grant, contract or other Governmental authorization, approval, judgment, order or decree or any mortgage agreement, indenture or any other instrument to which such Party is a party or by which such Party or any of its properties or assets are bound or that is otherwise applicable to such Party; or

(v) create or impose any liens, mortgages, pledges, claims, security interests, charges or Encumbrances or obligations to create a lien, charge, pledge, security interest, encumbrances or mortgage in or on the property of such Party, except for encumbrances that would not, individually or in the aggregate, have a material adverse effect on the financial condition or prospects or business of such Party so as to prevent such Party from fulfilling its obligations under this Agreement;

(c) This Agreement is the legal and binding obligation of such Party, enforceable in accordance with its terms against it; and 107 of 154. (d) There is no litigation pending or, to the best of such Party's knowledge, threatened to which it or any of its Affiliates is a party that presently affects or which would have a material adverse effect on the financial condition or prospects or business of such Party in the fulfilment of its obligations under this Agreement.

8. Termination

This Agreement shall be effective from the date hereof and shall continue in full force and effect until the expiry/termination of the Contract Agreement, in case the Contract is awarded to the Consortium. However, in case the Consortium is not awarded the Contract, the Agreement will stand terminated upon return of the Earnest Money by CMRL to the Bidder, as the case may be

9. Miscellaneous

9.1 This Joint Bidding Agreement shall be governed by laws of India.

9.2 The Parties acknowledge and accept that this Agreement shall not be amended by the Parties without the prior written consent of CMRL.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN. SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED

For and on behalf of For and on behalf of LEAD MEMBER by: SECOND PARTNER (Signature) (Signature) (Name) (Name) (Designation) (Designation) (Address) (Address)

Notes:

1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the procedure, if any, lay 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.

2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and documents such as resolution / power of attorney in favour of the person executing this Agreement for the delegation of power and authority to execute this Agreement on behalf of the Consortium Members

108 of 154.

Annexure-2

POWER OF ATTORNEY FOR SIGNING OF BID

Know all men by these presents, we ______(name of the firm and address of the Registered Office) do hereby irrevocably constitute, nominate, appoint and authorize Mr. / Ms. (name), ______son / daughter / wife of ______and presently residing at ______, who is presently employed with us / the Lead Member of our Consortium and holding the position of ______, as our true and lawful Attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our bid for the award of the Contract for “Maintenance of ballast less track including transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , Phase 1, for which proposals are invited by Chennai Metro Rail Limited, (CMRL) including but not limited to signing and submission of all Bids and other documents and writings, participate in bidders and other conferences and providing information / responses to Chennai Metro Rail Limited (CMRL), representing us in all matters before Chennai Metro Rail Limited, (CMRL) signing and execution of all contracts including the Contract Agreement and undertakings consequent to acceptance of our Bid and generally dealing with CMRL in all matters in connection with or relating to or arising out of our Bid for the award of Contract to us and / or till the entering into of the Contract Agreement with CMRL. AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the Powers hereby conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, ______THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ______DAY OF ______20____

109 of 154.

For ______(Signature, name, designation and address)

Witnesses: (Notarized) 1.

2.

Accepted

______(Signature)

(Name, Title and Address of the Attorney)

Notes: 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 executants(s) and when

It is so required; the same should be under common seal affixed in accordance with the required procedure.

The Bidder should submit for verification the extract of the charter documents and documents such as a Board or shareholders” resolution / power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder along with bid document at the time of executing the agreement.

110 of 154. Annexure-3

POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM

WHEREAS CHENNAI METRO RAIL LIMITED (CMRL) has invited Bids from interested parties for the “Maintenance of ballast less track including transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , Phase 1, Whereas, ______and ______(collectively the “Consortium”) being Members of the Consortium are interested in bidding for the award of Contract for “Maintenance of ballast less track including transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , phase 1,” in accordance with the terms and conditions of the Bid Document dated ______and other connected documents in respect of the award of Contract, and

Whereas, it is necessary for the Members of the Consortium to designate one of them as the Lead Member with all necessary Power and Authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the award of the Contract and the execution of the Contract Agreement.

NOW THEREFORE KNOW ALL MEN BY THETSE PRESENTS We, ______having our registered Office at ______, M/s. ______having our registered Office at ______, M/s. ______having our registered Office at ______and ______having our registered Office at ______(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate, nominate, constitute, appoint and authorize M/s. ______having its registered Office ______being one of the Members of the Consortium as the Lead Member and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”). We hereby irrevocably authorize the Attorney to conduct all business for and on behalf of the Consortium and any one of us during the Bidding Process and in the event the Consortium is awarded the Contract, during the terms of the Contract and in this regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds, or things as are necessary or required or incidental to the submission of its bid for the award of Contract, including but not limited to signing and submission of all Bids, bids and other documents and writings, participate in bidders and other conferences, respond to queries, submit information / documents, sign and execute contracts and undertakings consequent to acceptance of the bid of the Consortium and generally to represent the Consortium in all its dealings with CMRL and / 111 of 154. or any other Government Agency or any person, in all matters in connection with or relating to or arising out of the Consortium’s bid for the award of Contract till the Contract Agreement is entered into with CMRL.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us / Consortium. IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ______DAY OF ______20____

For ______For ______

(Signature) (Signature)

______

(Name and Title) (Name and Title)

Witness:

1.

2.

Notes:

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, lay down by the applicable law and the charter documents of the executants(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure.

Wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a Board or shareholders” resolution / power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

112 of 154. ANNEXURE: 4

BANKER'S GUARANTEE FOR EMD

In consideration of the Chennai Metro Rail Limited (hereinafter referred to as CMRL) having agreed to accept from ...... ………….[here in after called "the said Tenderer(s)"] earnest money in the form of Guarantee Bond, under the terms and conditions of Tender No: TM-01-2017 in connection with by the said Tenderer of the stipulation to keep the offer open for acceptance for a period of 208 days from the date of opening of tenders, to execute an agreement within the time specified, to start work within the period specified after notification of the acceptance of his/their tender and the deposit of Earnest Money in cash or furnish fresh Bank Guarantee for the said amount as part of security for the due and faithful fulfilment of the contract on acceptance of the tender on production of a Bank Guarantee for Rs.5,20,000/- (Rupees Five Lakhs and twenty thousand only), payable at a designated Bank Branch located in Chennai. We,………………………………………… Bank Ltd., do hereby undertake to pay on demand to the CMRL, the sum of Rs.5,20,000/- (Rupees Five Lakhs and twenty thousand only) in the event of the said tender having incurred of the forfeiture of Earnest Money/Security Deposit as aforesaid for the breach of any of the terms or conditions of the stipulations aforesaid and contained in the said tender under an order of the authority competent to invite tender. We …… ……………. Bank Ltd. further agree that the guarantee herein contained shall remain in full force and effect till the authority competent to invite the tender discharges the guarantee, subject however that CMRL shall have no right under this Bond after the expiry of one year from the date of its execution and our liability under the bond shall be discharged if the demand for payment is not made within this period, we,………...... Bank Ltd; lastly undertake not to revoke this guarantee during its currency except with the previous consent of CMRL in writing.

Dated…………day of ……………………

For ……………………….Bank Ltd.

113 of 154. Annexure-5

Applicant’s legal name …………………………...... Date……………………………….

For similar works as per eligibility clause at the price level on last day of month previous to the month the tender submitted (considering escalation as per eligibility Clause)

Specific Experience (shall be submitted separately for each work claimed for work experience)

Contract Number of Work:- Detail of work

Contract Identification

Award date

Completion date

Employees’ Name

Employees’ Address:

Telephone / Fax number: E Mail:

Role in Contract (Individual/JV- Individual JV Member JVA member) Currency (as stated In equivalent INR at as on date of Completion Cost in Clients tender submission price level Certificate) If JV member specify percentage % participation In equivalent INR at as on date of participation in contract & tender submission price level amount (Please refer Note-1) Quantum of similar work. In case of JV/JVA, actual works executed by the Applicant (duly

substantiated with Client Certificate)

NOTE: 1.Only the value of contract as executed by the applicant/member in his own name should be indicated. Where a work is undertaken by a group JV/JVA, only that portion of the contract which is undertaken by the concerned applicant/member should be indicated and the remaining done by the other members of the group be excluded. This is to be substantiated with documentary evidence.

2. Separate sheet for each work along with Clients Certificate to be submitted.

114 of 154. ANNEXURE-6

Mandatory Information for Eligibility of the Bid

1. The form below should be filled by Bidder along with all supporting documents as stipulated in the relevant rows. Failure to adhere to the format will lead to rejection of Bid.

2. For JV / Consortium, all partners to provide the details

Details (to be filled by S.NO Techno-Commercial Criteria Page Nos. the bidder)

1 Name of the Bidder Contact person of the Bidder designated for 2 the bid along with Telephone, Fax No. and email ID. Full address of the Bidder with Telephone 3 No. and Fax No. Details of Earnest Money for Amount Rs. ______(Rupees ______only) in the 4 form of Bank Draft in favour of Chennai Metro Rail Limited, payable at Chennai Specify the Legal Status of Bidder : 5 Company / Partnership Firm / Individual In case of Company, please enclose Memorandum and Articles of Association 6 along with Certificates of Incorporation and date of commencement of business In case of Firm, registered under the Partnership Act 1932, please enclose details of Partners along with Certificate of 7 Registration, details of their business and partnership deed, etc. duly attested by Notary PAN of the Bidder (Please enclose the 8 attested photocopy of PAN card issued by Income Tax Department) Service Tax / VAT Number of the Bidder (Please enclose the attested photocopy 9 of Service Tax / VAT Registration Certificate issued by relevant authorities) PF Registration of the Bidder (Please 10 enclose attested photocopy of Provident Fund Commissioner) 11 Copy of licence under Contract Labour Act, 1970

ESI Registration(Please enclose attested 12 photocopy) Quality Certifications (ISO Certifications) 13 available for bidders(Please enclose attested photocopy) Form Tech -2: Turnover of the Bidder for the preceding three years, viz.2014-15, 2015-16 and 2016- 14 17 (Please enclose a statement duly certified by Chartered Accountant) Form Tech– 1: 115 of 154. Profit and Loss statement for three years, viz.2012-13, 2014-15, 2015-16 and 2016-17 15 (Please enclose a statement duly certified by Chartered Accountant)

Note:

1. The Details as required in must be submitted with supporting documents for each of criteria mentioned at each rows. Failure to submit details is a Disqualification

2. Bids with alterations shall be attested by the Bidder.

I/We ______do hereby declare that the entries made are true to the best of my/our knowledge and also that we shall be bound by the acts of my/our duly constituted Attorney.

I/We further understand that in case of any information submitted by me / us being found to be incorrect either before or even after the award of contract, CMRL will have the right to summarily reject the bid, cancel the Contract or revoke the same at any time without assigning any reason whatsoever.

______SEAL (Signature of the Bidder)

Date:

Name:

Address:

116 of 154. Form Tech– 1:

Turnover of the bidder

HEAD 2014-2015 2015-2016 2016-2017 Average “Maintenance of ballast less track including transportation of materials, periodic inspection and renewals of track components, training and other repair works.

1. The form below should be filled by bidder along-with all supporting documents as stipulated in the relevant rows.

2.For JV / Consortium; all partners to provide the details provide details of annual revenues for each head, as applicable, for the last 3 financial years.

______(Chartered Accountant’s Signature & Date) Bidder’s signature and Name Name of the CA: Name of the Authorised Signatory Chartered Accountant’s Seal Bidder’s Seal CA Registration Number: CA’s Address: CA’s Telephone / Fax Number

Form Tech -2: QUALITY CERTIFICATIONS

(Details of ISO Certifications for the companies/Firms held by the Bidder to be attached)

117 of 154.

Annexure-7

TO WHOMSOEVER IT MAY CONERN

Ref: Tender Document No: TM-01-2017

I / We, ……………………………………..hereby affirm, after careful study of the tender documents confirm, the rights of CMRL to have a third party audit in the course of the contract period and the result of such audit is binding on us.

Authorised Signatory

(Name) Seal

Date: Place:

Annexure -8

TO WHOMSOEVER IT MAY CONERN

Ref: Tender Document No: TM-01-2017

This is to confirm and certify that I / We, ……………………………… in the process of bidding this tender, not have engaged any middleman or agency to advance our tender.

Authorised Signatory

(Name) Seal

Date: Place:

118 of 154. Annexure-9

CHECKLIST OF DETAILS/DOCUMENTS TO BE SUBMITTED

Whether complied – S.NO Details / Documents submitted please indicate ‘Yes’ or ‘No’.

Have you attached Receipt or acknowledgement towards 1 payment of Tender Document cost or have you attached Bank Draft for the amount of Tender Document Cost.

Have you attached Bank Draft or Banker’s Guarantee 2 towards EMD. (Proforma Bankers’ Guarantee for EMD in Annexure-3).

Have you submitted Covering letter for Packet-A in your 3 letter head as in proforma given in Annexure-1.

Have you attached Power of Attorney for signing the Tender 4 Document as in proforma given in Annexure-2.

Have you attached details of Techno Commercial 5 experience as in Annexure-5 along with details furnished as in Form Tech-1 and Form Tech-2.

Have you attached mandatory information’s for eligibility of 6 the Bid with all certified copies as stated vide Annexure-6.

Have you attached undertaking for Third Party Audit 7 agreement as per proforma in Annexure-6

Have you attached Certification for non-engagement of 8 middlemen or agent as per proforma in Annexure-7

Have you signed all pages of the Tender Document. (To be 9 signed by the authorised signatory as per the Power Attorney given in Annexure-2).

Have you quoted rate per annum in the Financial Bid as 10 per proforma given in the document (Packet-B).

Seal of the Bidder Signature:……………………………..

Name of Authorised signatory:………………………………

119 of 154.

Annexure-10

INITIAL FILTER CRITERIA (On Company’s letter head {in member in case of consortium}) S.NO Criteria Yes No Has the Bidder abandoned any work in the last five 1 years? Has the Bidder’s contract with any organisation ever 2 been terminated due to poor performance? Has the Bidder’s Security Deposit for any contract 3 has ever been forfeited in any Government / Semi- government/ PSUs/ Metro Railways? Has the Bidder been involved in frequent litigations in 4 last five years? Has the Bidder suffered insolvency/bankruptcy in the 5 last five years? 6 Has the Bidder been blacklisted by any organisation? Has any misleading information is given in the 7 tender? Is the Bidder is financially not sound to perform the 8 work? 9 Is the Bidder’s net worth negative? Has the Bidder failed to certify that no middlemen 10 has been or will be engaged or that any commission has been or will be paid? Do the documents submitted reveal that any 11 commission has been or will be paid?

Note: ‘Yes’ answer to any of the above 1 to 11 points shall disqualify the Bidder. The Bidder should also enclose the following undertaking on Rs.100/- Non-Judicial stamp Paper duly notarized as per the format given below along with the Technical Bid.

120 of 154. [ON NON-JUDICIAL STAMP PAPER OF RS.100/- DULY NOTARIZED]

UNDERTAKING FOR INITIAL FILTER CRITERIA (Each member in case of Consortium)

Sub: - Tender for Maintenance of ballast less track including supply, transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , phase 1 – reg.

1. I, Mr./Ms. ______(Authorized Signatory) on behalf of ______(Company’s Name) having its registered office at ______, hereby confirm, declare and undertake that the information given in the Initial filter Criteria is true and nothing has been concealed or misrepresented.

2. CMRL is free to verify the information given by the undersigned in the Initial Filter Criteria. If any submission by us is found false or misleading at a later stage, even after completion of the tender process, then CMRL may annul the award and forfeit our EMD (if any held with CMRL) and Performance Security (if any available with CMRL). Further, in such a case, we may be banned for future tenders of CMRL.

Signature of Authorized Signatory______Name of Authorized Signatory______Seal of the Authorized Signatory

121 of 154. Annexure-11 Performance Bank Guarantee Bond

Managing director, Chennai Metro Rail Limited

1. In consideration of the “Chennai Metro Rail Limited (CMRL)”having agreed to accept from ______(hereinafter called “the said Contractor/s with address), under the terms and conditions of an Agreement/Acceptance letter dated ______made between ______and ______(hereinafter called “ the said Contract Agreement”) the Performance Guarantee for the due fulfilment by the Contractor/s of the terms and conditions in the said Agreement on production of Bank Guarantee for Rs ______(Rs. ______only) we, ______(indicate the name of the Bank hereinafter referred to as “the Bank”) at the request of ______Contractor/s do hereby undertake to pay the CMRL an amount not exceeding Rs. ______against any loss or damage caused to or suffered by or would be caused to or suffered by the CMRL by reason of any breach by the said Contractor (s) of any of the terms or conditions contained in the said Agreement.

2. We ______(indicate the name and address of the Bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on demand from the CMRL stating that the amount claimed is by way of loss or damage caused to or suffered by the CMRL by reason of breach by the said Contractor/s of any of the terms or conditions contained in the said agreement or by reason of the Contractor/s failure to perform the Agreement, any such demand made on the bank shall be conclusive as regards the amount due and payable to CMRL under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ______.

3. We undertake to pay to the CMRL any money so demanded notwithstanding any dispute or disputes raised by the Contractor(s)/supplier (s) in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute any unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Contractor (s)/suppliers (s) shall have no claim against us for making such payment.

4. We, ______(indicate the name and address of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement, including Maintenance/Warranty Period, and that it shall continue to be enforceable till the dues of the CMRL under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till ______office/Department CMRL certifies that the terms and conditions of the Agreement have been fully and properly carried out by the said Contractor (s) and accordingly discharged this guarantee, unless a demand or claim under this guarantee is made on us in writing on or before the ______(date of completion + 6 months) we shall discharged from all liability under this guarantee thereafter.

5. We, ______(indicate the name and address of the Bank) further agree with the CMRL that the CMRL shall have the full liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor (s) from time to time or to postpone from any time or from time to time

122 of 154. any of the powers exercisable by the CMRL against the said contract and to forebear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the Contractor/s or for any forbearance act or omission on the part of the CMRL or indulgence by the CMRL to the said Contractor(s) or such any matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This Guarantee will not be discharged due to the change in the constitution of the bank or the Contractor(s) Supplier(s).

7. We, ______(indicate the name and address of Bank) undertake not to revoke this guarantee during its currency except with the previous consent of the CMRL in writing. This Bankers Guarantee payable at a designated Bank Branch located in Chennai.

Date this ______day of ______2017.

For ______

(The name of Bank)

Seal of the Bank

Witness 1: Name and address

Witness 2: Name and address

123 of 154. Annexure: 12

INDEMNITY BOND

This Indemnity is made and executed at ______on this ______day of ______2017 by

M/s. [Thiru/Tmt/Selvi] ______represented by its Managing Director, ______, son of ______having administrative Office at ______hereinafter called INDEMNIFIER – CONTRACTOR AND IN FAVOUR OF (name and address) ______hereinafter called INDEMNIFIED –Chennai Metro Rail Limited (CMRL),

The terms ‘INDEMNIFIER-CONTRACTOR’ and the ‘INDEMNIFIED – CMRL’ unless repugnant to the context shall mean and include legal representatives, successors, executors and administrators.

I hereby irrevocably agree to indemnify and keep harmless the CMRL from and against all claims and proceedings, actions, suits, claims, damages, losses, expenses and demands of every nature and description, by reasons of any act or omission by myself or by my representative or by my employees in the execution of the works. This indemnification obligation include but not to be limited to claims, damages, losses, damage-proceedings, charges and expenses which are attributable to a. Sickness or disease or death or injury to any person, and b. Loss of, or damage to, or destruction of any property including consequential loss or use, and c. Loss or damage or costs arising from the carriage of materials, or any subcontractor or any tier.

All sums payable by way of compensation under these conditions shall be considered reasonable compensation payable to CMRL without reference to actual loss or damage sustained and whether or not any damage shall have been sustained. The decision of CMRL as to compensation claimed shall be final and binding.

IN WITNESS whereof, the Contractors have put their signatures in the presence of the witnesses.

(Name, signature of Managing Director/Managing Partner, date& address of Contractor)

1. WITNESS : NAME & ADDRESS

2. WITNESS: NAME & ADDRESS

124 of 154.

FINANCIAL BID (Packet – B)

FINANCIAL BID (To be submitted by the Bidder or the Lead Member of the bidding JV/Consortium, on their Letter Head)

To Director (Projects), Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, (Adjacent to Koyambedu Metro Station), Koyambedu, Chennai – 600107.

Sir,

SUB: TM-01-2017 - Maintenance of ballast less track including supply, transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , phase 1 – reg.

We, the undersigned, offer to provide Maintenance of Ballast less track as below in accordance with your Document and our Techno-Commercial Proposal.

1. Periodic and systematic inspection of permanent way assets, such as Track slab/plinth, Rails and fastening, turnouts, curvatures, buffer stops, Insulated Glued joints and check rails as per stipulations and frequencies laid down in this document with Contractors competent Engineers approved by CMRL, with contractors own equipments, tools and plants, consumables, lighting arrangements and recording the observations in the registers stipulated in this document. 2. Preventive and corrective maintenance to be carried out to the satisfactory performance of the Ballast less Track System for safe passenger movement. 3. Sole responsible for the safety and reliability of the Ballast less Track System and safety of the passenger movement. 4. Analysing the recorded track data with respect to track tolerances specified in this document and identifies the locations needing attention and promptly reporting the identified track defects/locations with out of tolerances/locations needing attention to the respective reporting officer of CMRL. 5. Based on the scrutinised recorded track data, prioritizing preventive maintenance activities duly coordinating with other departments such as OHE, Operating and Signal of CMRL. 6. Carrying out preventive maintenance with contractors own men and materials, tools and plants and consumables ( Permanent way materials such as which Rails, fastening system, check rail which needs replacement will be provided by CMRL free of cost) in stipulated time period after obtaining Permit to Work from the operating department of CMRL.

7. In case of an incident affecting train running, he should proceed to take charge of work at site and arrange for relief equipment/material as necessary. He should take all possible measures to restore the traffic quickly, duly maintaining close co-ordination with OCC, signalling, OHE staff and any other departments if any.

8. Carrying out corrective maintenance with contractors own men and materials, tools and plants and consumables ( Permanent way materials such as which Rails, fastening system, check rail which needs replacement will be provided by CMRL free of cost) in stipulated time period after obtaining Permit to Work from the operating department of CMRL.

125 of 154. 9. Carry out assessment on the performance of the track way and the plant at the preventive/corrective maintenance action accorded at site. This is to establish preventive or corrective measures taken are fruitful.

10. Periodic assessment of ride index by carrying out Oscillation trails with Portable oscillometer (will be provided by CMRL free of cost) with contractors own men and materials.

11. Manpower allocation shall be carried out as stipulated in the scope of work. Emergency Manpower to be kept for 24x7 and one person shall be available at stores for 24 hours.

I/We accept the terms and conditions mentioned in the Bid Document, which have been clearly understood by us.

I/We have duly signed on each page of the Bid Document.

Within the timeframe given by the CMRL and as per the terms and conditions of the Bid Document and in the agreement to be executed between the parties.

I/We understand that CMRL reserves the right to reject, accept or consider any offer without assigning any reason whatsoever.

And our annual quotes are as under: (In Indian rupees) Item No.1: PMS-Preventive Maintenance Services for Track works at Chennai Metro Rail Limited Periodic and systematic inspection of permanent way assets and recording of track parameters in the register, analysing the recorded data with respect to track tolerances and identifying the locations needing attention and attending the same without affecting the regular train services.

A. Stage 1 - SKO-SMM & Depot (Elevated)

Number Rate per Inspection Total amount per Year S. of Type of Inspection Unit No Inspectio In figures In words In figures In words n per Year per 1 Foot Inspection 52 Inspection per 2 Cab Inspection 52 Inspection Detailed Inspection 3 Nos 210 of Curves Systematic Detailed 4 Inspection of Nos 186

Turnouts Detailed Inspection 5 of Bufferstop Nos 52 Assembly Detailed Inspection 6 Nos 20 of Wheelstop Inspection of 7 Nos 6 Turntables per 8 OMS Inspection 4 Inspection

126 of 154. per 9 Inspection of Tunnels - Inspection per 10 Track Patrolling 12 Inspection

11 Inspection of stores lumpsum 1

Total

B. Stage 1A - SLM-SAP (Elevated)

No. of Rate per Inspection Total amount per Year S.No Type of Inspection Unit Inspection per Year In figures In words In figures In words

per 1 Foot Inspection 52 Inspection per 2 Cab Inspection 52 Inspection Detailed Inspection 3 Nos 112 of Curves Systematic Detailed 4 Inspection of Nos 96 Turnouts Detailed Inspection 5 of Bufferstop Nos 8 Assembly per 6 OMS Inspection 4 Inspection Inspection of per 7 - Tunnels Inspection per 8 Track Patrolling - Inspection

Total

127 of 154. C. Stage 2A - STI to SNP (Underground) Number of Rate per Inspection Total amount per Year S.No Type of Inspection Unit Inspection per Year In figures In words In figures In words

per 1 Foot Inspection 52 Inspection per 2 Cab Inspection 52 Inspection Detailed Inspection 3 Nos 50 of Curves Systematic Detailed 4 Inspection of Nos 16 Turnouts Detailed Inspection 5 of Bufferstop Nos 4 Assembly per 6 OMS Inspection 4 Inspection Inspection of per 7 2 Tunnels Inspection per 8 Track Patrolling - Inspection

Total

D. Stage 2B- SNP-SCC (Underground)

Number Rate per Inspection Total amount per Year Type of of S.No Unit In Inspection Inspection In figures In words In words per Year figures per 1 Foot Inspection 52 Inspection per 2 Cab Inspection 52 Inspection Detailed 3 Inspection of Nos 24 Curves Systematic Detailed 4 Nos 24 Inspection of Turnouts Detailed Inspection of 5 Nos 4 Bufferstop Assembly per 6 OMS Inspection 4 Inspection Inspection of per 7 2 Tunnels Inspection

128 of 154. per 8 Track Patrolling - Inspection

Total

E. Stage 2C- SSA-SWA (Underground)

Number Rate per Inspection Total amount per Year of S.No Type of Inspection Unit In In Inspection In words In words per Year figures figures per 1 Foot Inspection 52 Inspection per 2 Cab Inspection 52 Inspection Detailed Inspection 3 Nos 148 of Curves Systematic 4 Detailed Inspection Nos 48 of Turnouts Detailed Inspection 5 of Bufferstop Nos 4 Assembly per 6 OMS Inspection 4 Inspection Inspection of per 7 2 Tunnels Inspection per 8 Track Patrolling - Inspection

Total

Item No.2: CMS-Corrective Maintenance Services for Track works at Chennai Metro Rail Limited Replacement of defective rails/welds/Glued Joints/ Switch rails/Crossings and carryout the Alumino Thermit weld with RDSO approved 1080HH/880 rails welder, as per the procedure laid in the Indian Railways procedure for Alumino Thermit welds including Transportation of rails/ fastening/Switch rails/ Crossings and other materials for renewals from the storage yard to place of renewal with contractor's own men and materials including consumables and all lead and lift.,

Amount

S.No Type of Attention Unit In figures In words

1 Repalcement of Rail/weld/ IRJ Failures Nos

2 Replacement of Fastening arrangements per Nos rail seat. a. Replacement of Baseplate with Baseplate Nos Pads with Shims

b. Replacement of Anchor Bolts Nos

129 of 154. 3 Attention of Plinth/Slab concrete per Meter Lumpsum

4 Greasing of sharp curves, whenever required. Nos

5 Anti- corrosive painting, whenever required Lumpsum

Replacement of rails in case of rail wear/tear 6 Lumpsum as per maintenance manual Replacement of CMS crossing due to wear 7 Nos and tear as per manual. USFD checking of Rails/Welds as per the 8 Lumpsum frequency stated in the scope of work

9 Toe load measurement Lumpsum

Attention of scupper drain provision at 10 Lumpsum underground section

11 Signs and Markers:

a. Curve Parameters marking at rail Per curve web

b. Fixing of signs and markers Nos.

Total

Item No-3: MS-Miscellaneous Services

Sl.No Description Amount Unit Manpower provision for any other inspection 1 In figures In words arranged by CMRL Per a Junior Engineer Manday Per b Technicain Manday Per c Skilled Labour Manday Per d Semi-Skilled Labour Manday Per e Unskilled Labour Manday

Total

130 of 154.

Item. Amount per Cumulative Items No Annum

PMS-Preventive Maintenance Services for Track 1 works at Chennai Metro Rail Limited

A Stage 1

B Stage 1A

C Stage 2A

D Stage 2B

E Stage 2C

CMS-Corrective Maintenance Services for Track 2 works at Chennai Metro Rail Limited 3 MS-Miscellaneous Services

Net Amount

Service Tax

Gross Amount

(In words)

Our Price Bid shall be binding upon us subject to the modifications resulting from negotiations, up to expiry of the validity period of the Bid Document.

Note: i. Bids with overwriting, correction or insertion in the table above shall be attested by the signatory. ii. Elements of Service Tax should be shown separately by the Bidder. iii. Any statutory variation in Service Tax shall be borne by CMRL. iv. The total variation shall not exceed thirty percent (30%).

Yours sincerely,

Signature of Authorized Signatory:

Name and Title of Signatory:

Name of Firm: Address

131 of 154. Annexure – 13 Schedules

1.1 General Requirements:

1.1.1 The Bidder’s attention is drawn to the Instructions to Bidder, General Conditions of Contract, Special Conditions of Contract, Scope of works and Drawings with all annexure and addendums, which are to be read in conjunction with the Bill of Quantities. This Preamble shall serve as a definitive guide to the measurement of quantities and payment.

1.1.2 All columns in the Bill of Quantities – Summary – shall be filled in indelible ink or type written and the total tender amount shown in the bottom. The person authorized to sign on behalf of the Bidder shall sign in full at bottom of all pages and at the end of schedule.

1.1.3 The cost of the items, against which the contractor has failed to enter the percentage rate, shall be deemed to be carried out at the par value of the Bill of Quantities. No claim on account of this will be entertained from the contractor.

1.1.4 This Contract is a re-measurement (unit rate) Contract for maintenance of track in Elevated and Underground section including and not limited to: i. Planning the regular track maintenance not less than the frequency stated in the Employer requirement. ii. Regular track inspection and maintenance is inclusive of inspection and maintenance of Track Plinth/Slab, Fastening system, Rails, Curves, Turnouts, buffer stops, turntables and any other instrument installed in track by track department for proper functioning. iii. Keeping proper records for the regular track inspection and maintenance and submittal to Employer review.. iv. Attending the track parameters to maintain the track within specified threshold level. v. Transportation of materials for renewal of rails/welds and fastening system. vi. Renewal of rail/welds and fastening system in case of any failures. vii. Keeping proper records for failures or remarks reported by other department viz., signal, Civil, Telecom, OHE and operation and renewals carried out. viii. Greasing of sharp curves whenever specified. ix. Close coordination with OCC, signal, OHE, Civil department for effective execution of the maintenance policy. x. Attending joint inspection with interface department during maintenance. xi. Arrival of site and retrieval of track for passenger service in case of emergency or any unusual occurrences.

xii. Inspection and attention of track incase if any remarks noticed by other interface department.

132 of 154.

1.2 Bidder Prices 1.2.1 The Bidder’s attention is drawn to the following facts while quoting the prices for the Contract:

1.2.2 The rates and prices quoted for each item in the Bill of Quantities shall be inclusive of all taxes, levies, duties and any other charges leviable, including tax deducted at sources.

1.2.3 The Bidder should note that CMRL will not make any separate payment towards any taxes, duties levies or any other charge leviable.

1.2.4 The rates and prices to be tendered in the Bill of Quantities are for complete maintenance and renewals. It will be deemed to have included all maintenance plan, execution plan, renewal plan, tools, machinery, labour, supervision, material, fuel, oil, consumables, water, transportation, all leads and lifts, all temporary works and false works, fencing, lighting, erection maintenance, inspection facilities, safety measures at work sites/storage yard, etc., establishment and overhead charges, staff accommodation, insurance costs for labour and works, contractor’s profit, all taxes, royalties, duties, cess, octroi, VAT and other levies and other charges together with all general risks, liabilities and obligations set out or implied in the contract. 1.3 Price Variation

1.2.5 The Price variation @5% for the second year, 10% for the third year, 15% for the fourth year and 20% for the fifth year to the base rate is permitted. 1.4 Quantities

1.4.1 The quantities given in the Bill of Quantities are estimated and provisional and are given to provide a common basis for tendering. The basis of payment will be the actual quantities of work ordered and carried out, as measured by the contractor and verified by the Engineer and valued at the rates in the accepted priced bill of Quantities, where applicable, and otherwise at such rates and prices as the engineer may fix within the terms of contract.

1.4.2 The Bidder shall make himself completely acquainted with all conditions, obligations, specifications, etc. of the Tender Documents before giving his prices. He shall have no right to claim any price revision on the basis of ignorance of the Tender documents or local conditions, or to make any claims as regards the integrity of the unit prices of the Bill of Quantities.

1.5 Units and Currency 1.5.1 All sizes and quantities entered in the Bill of Quantities are in metric units.

1.5.2 The Bidder shall fill in each column with unit rate or lump sum, whichever the case may be, for each bill item of the various Bills, provided that he should consider it a reimbursable item, on the basis of the Tender Documents and pre-tender survey.

1.6 Rates and Sums to be for Work Complete

1.6.1 Bidder’s shall be deemed to have read the Employer’s Requirements and other parts of the Tender Documents to ascertain the full scope of the requirements included in each item prior to filling in the rates and prices. The entered rates and prices shall be deemed to include for the full scope of the Contract, including 133 of 154. overheads and profits and shall bear a proper relationship to the cost of carrying out the work described.

1.6.2 Notwithstanding any limits that maybe implied by the wording of the individual items and/or the explanations in the Preamble, the rates and sums, which the Bidder enters in the Bill of Quantities, shall be for the work finished complete in every respect.

1.6.3 The Bidder shall be deemed to have taken full account of all requirements, liabilities, obligations and risks, whether expressed or implied, and to have priced the items accordingly. The Items in the Bill of Quantities are the only items against which payment will be made. The cost of any item of work not specifically described or measured in the Bills of Quantities but required for the execution of the Contract shall be allowed for in the unit rates for the measured items in the Bills of Quantities. The rates and sums shall therefore include for all incidental and contingent expenses and risks of every kind necessary to complete entire maintenance and attention. 1.7 Allowances in rates 1.7.1 Full allowance shall be made in the rates and sums against the various items in the Bills of Quantities for all costs involved in performing the following except to the extent that work is specifically described and paid for in the Bill of Quantities. The list below is not exhaustive and the Bidder’s are expected to take all costs involved while quoting the rates that will not be subject to variation on any account. a. To prepare the maintenance plan and execution with proper co- ordination with other department of the CMRL. b. Maintenance plan should include maintenance of curves, turnouts, buffer stops/Wheel stops, fastening system, plinth/slab and etc. fixed on track structures by track department. c. Renewal of defective rails/welds, repairing the damaged plinth edges and renewal of damaged fastening system. d. Transportation of the materials and spares required for renewals including lead to work location, lifting loading and unloading charges, etc.

1.8 Non-priced Items 1.8.1 Items against which no rate or sum is entered by the Bidder, whether quantities are stated or not, shall be regarded as covered by other rates in the Bills of Quantities. 1.9 Tender Pricing 1.9.1 The Bidder shall take regard of the actual site conditions and the estimated quantities entered in the various bills. The Bidder shall price his tender accordingly and the unit prices entered against a bill line item shall be the full and only price paid for all works performed against that item except as described in the Tender Documents.

1.9.2 The Bidder shall quote the rates and prices in words as well as in figures against sections / items in the Bill of Quantities. Any cutting/overwriting in Bill of Quantities shall be initialled by the authorized representative of the Bidder.

134 of 154.

1.10 Measurement and Payment 1.10.1 This Contract is primarily a re-measure contract with items that are described herein. For the re-measure items the total price to be paid for a work item will be as per quantities actually performed. The contract also contains some lump sum items for which special payment terms are described. The quantities indicated in the BOQ and tender specifications are tentative. The final quantities shall be based on quantities actually executed, measured and certified by the CMRL.

1.10.2 The measurement and payment described is for the purpose of making a valuation of the work acceptable to the CMRL, and Interim Payments to the Contractor, as work proceeds. The works as executed will be measured for assessment of progress for interim payments in accordance with the method adopted in the Specification, the Bill of Quantities and under the items as set forth notwithstanding any custom to the contrary.

1.10.3 Notwithstanding anything stated herein the CMRL retains the right to withhold payment on any item due for payment when the works / services to be performed are not performed, or is not carried out to the CMRL’s satisfaction in accordance with the Specifications and schedules.

1.10.4 However, the contractor shall be entitled for the part payment (percentage rate of the applicable BOQ items), as per part payment schedule.

135 of 154. 2. EXPLANATORY NOTES TO BILL OF QUANTITIES (“BOQ”)

2.1 General

2.1.1 The item description is intended to briefly describe the work to be performed under that item and to identify associated work. It is not a full and complete description of the work to be performed and the Contractor shall carry out all the work necessary to meet the requirements of the Specification.

2.1.2 These Explanatory notes are to be read in conjunction with the Bill of Quantity, General Conditions, Specific conditions. 2.2 General Requirements

2.2.1 The Bill of Quantity for General Requirements is presented in BOQ. For detailed specifications Scope of works, General Conditions and Specific conditions shall be referred to.

2.2.2 Following notes are explanation of the items under this BOQ:

Table : Explanatory Notes for BOQ.

Item No. BOQ Description Explanation Item Periodic and systematic 1. Track maintenance inspection cycle is 1 inspection of permanent way centred upon Preventive Maintenance. assets and recording of track Preventive Maintenance is pre-planned parameters in the register, and performed to uphold the condition of analysing the recorded data with the track for safe movement of the respect to track tolerances and passenger service. identifying the locations needing 2. Preventive maintenance includes attention and attending the same inspection, Identify, Record, Report, without affecting the regular train Action and Review. services. A. Inspection 1. Inspection refers to the periodical examination carried out by the track work team to ensure the compliance of the permanent way system in ensuring the safe operation of train. 2. Permanent way system comprising of Track slab/plinth, Normal/Straight track, curves, Turnouts, Fastening system, Buffer stops/wheel stops, IRJ’s, etc., 3. The field organization is headed by Assistant Manager (Track) and supported by SSE (P.Way) and SE (P.Way) in the field. The field work is to be done by technicians who will form the P-Way gangs and each P-Way gang will be headed by a Senior Technician. One technician will be assigned for the job of inspecting the entire P-Way gang beat by foot. 4. Assistant Manager/Track he is generally responsible for maintenance and safety of the P-way and he is in charge for accuracy, quality. 136 of 154. 5. Frequency of inspection of track assets should not be limited as per the Employer requirement. If situation warrants additional inspections shall be carried out. 6. Inspections to be carried out are to be planned in advance and necessary Permit to Work (PTW) shall be obtained from Operation Control Centre (OCC)/Depot Control Centre (DCC)/Respective stations.

B. Identify

1. Identify refers to the defects observed on the permanent track way system during the inspection.

C. Record 1. Record refers to the bookings / measurements made on the respective registers about the observations/defects identified during inspection.

2. One set of all the registers to be maintained by the Contractor for the inspection and maintenance of Permanent way assets will be provided by CMRL free of cost. Subsequent registers are to prepared by the Contractor.

D. Report

1. All measurements/defects of the permanent way system identified and recorded by the inspectors have to be reported to the respective reporting officers of the permanent way. The reports are scrutinized by the respective inspectors / officers and prioritize accordingly for preventive measures. Records shall also be entered into the Maintenance Management System.

2. Consolidated report on the inspection, identification and recorded parameters are to be submitted periodically to CMRL for their review and comments.

E. Action 1. Action refers to the course of effort reckoned to be carried out in the preventive maintenance accordingly to the priorities identified in the report. Action also incorporates the efforts carried out for corrective maintenance.

2. Necessary Permit to work for carrying out the maintenance activity has to be planned in advance and to be obtained

137 of 154. from the Operation Control Centre (OCC)/Depot Control Centre (DCC)/Respective stations.

3. This includes mobilization of men and materials needed for carrying out maintenance.

4. Activities for Measurement of track parameters and maintenance of track assets are planned in advance, and to be carried out in a systematic and professional manner and to be completed within the stipulated permitted time frame.

5. In no case, the permitted time for the track maintenance works should not be breached.

6. All the mobilized tools and plants, materials should be cleared off from the worksite immediately before cancelling PTW and it is the responsibility of the contractor to ensure that, the works are complete in all respect, all the materials are removed and there is no infringement to the rolling stock and track is fit for carrying passenger traffic with the desired speed. F. Review 1. Review refers to the assessment carried out on the performance of the permanent way and the plant for the preventive/corrective maintenance action accorded at site. This is to establish that the preventive or corrective measures taken are fruitful. 2. Consolidated report of the inspections carried out with observations, locations needing attention are to submitted for the review of track officials of CMRL once in three months Item Transportation of rails/ 1. These items shall cover transportation of 2 fastening/Switch rails/ Crossings rails/fastenings/IRJ/Switch rails/crossings for renewals from the storage yard or any other track components required to place of renewal with for renewals/replacement (which will be contractors own men and provided by CMRL free of cost). materials including consumables 2. Items which are to be transported by and all lead and lift. contractors own road vehicle are to planned in advance and to be collected from storage yard/nominated locations of CMRL and transported to site with contractors own men and materials, consumables, mechanised lifting/lowering and transporting to site of work duly obtaining PTW. 3. Items which are to be transported by contractors own dip lorry/trolly are to be planned in advance to be collected from the storage yard/nominated locations from CMRL and transported with contractors own men and materials, tools and plants, consumables, to site of work after obtaining PTW. 4. All materials issued are to be properly 138 of 154. accounted and the released materials from site are to be properly transported and handed over to CMRL

Item Replacement of defective 1. This item shall cover replacement of the 3 rails/welds/Glued Joints/ Switch defective rails/welds, IRJ’s and Turnouts rails/Crossings and carryout the with contractors own men and materials, Alumino Thermit weld with RDSO consumables, tools and plants etc., approved 1080HH/880 rails 2. All preliminary works involved in welder, as per the procedure laid replacement/renewals are to be planned in the Indian Railways procedure in advance. for Alumino Thermit welds. 3. Necessary PTW shall be obtained and any assistance from other departments (OHE, Signal, Telecom and civil) are to be planned and co-ordinated. 4. Renewal/replacement shall be carried out in a systemic/professional manner without affecting the safety. 5. All renewal/replacement the site should be completely cleared off from any materials and it should be ensured that, there is no infringement to the moving vehicle. 6. After renewals/replacement the track parameters are to be recorded. 7. It is responsibility of the contractor to ensure that the work done is completely safe; no infringement to moving vehicle and the track is fit for passenger train movement. 8. Alumino Thermic welding shall be carried out as per the procedure laid down in the Indian railways Manual for Fusion welding of rails by Alumino Thermic Process (2012) with latest amendments. 9. After carrying out rail renewal, destressing for 100m on either side shall be carried out.

139 of 154. EVALUATION CRITERIA

1. Opening and Evaluation of Bids

a. CMRL shall open the Bids at 14:30hrs on Bid Due Date, at the place specified in the presence of the Bidders who choose to attend. However, Bid for which a notice of withdrawal has been submitted it shall not be opened and shall be returned to the bidders unopened.

b. CMRL will subsequently examine and evaluate the Bid along with requisite documents in accordance with evaluation parameters comprising of Techno- Commercial as well as financial yardsticks indicated hereunder.

c. To facilitate evaluation of Bids, CMRL may, at its sole discretion, seek clarifications in writing from any Bidder regarding its Bid.

2. Test of responsiveness

Prior to evaluation of Bids, CMRL shall determine whether each Bid is responsive to the requirements of the Document. A Bid shall be considered responsive only if:

(a) It is received as per formats (Packet-A) (Packet-B) b) It is received by the Bid Due Date including any extension thereof c) It is signed in all pages and, sealed.

(d) It is accompanied by the Power(s) of Attorney as, as the case may be;

(e) It contains all the information and documents (complete in all respects) as requested in this Document and/or Bidding Documents (in the formats same as those specified);

(f) It contains a copy of the receipt for payment towards the cost of this Document .

(g) It is accompanied by the receipt of Earnest Money of Rs.5,20,000.00 (Rupees Five Lakhs and Twenty thousands only) (in the form of Bank Demand Draft drawn on any Scheduled Bank in India / by Bank Guarantee from a Scheduled Bank approved by Reserve Bank of India. (h) It does not contain any condition or qualification; and

2. CMRL reserves the right to reject any Bid which is non-responsive and no request for alteration, modification, substitution or withdrawal shall be entertained. 3. Evaluation Such bids which clear the ‘test of responsiveness’ at para above, will be called “responsive bids” and only “responsive bids” shall be considered for evaluation. Evaluation of Bids shall be done by CMRL through a committee comprising of members as per the delegation of powers decided by CMRL. No Bidder shall have the right to challenge the decision of the Committee.

Contacts during Bid Evaluation Bids shall be deemed to be under consideration immediately after they are opened and until such time CMRL makes official intimation of award/ rejection to the bidders. While the Bids are under consideration, Bidders and/ or their representatives or other interested parties are advised to refrain from contacting by any means, CMRL and/ or their employees/ representatives on matters related to the Bids under consideration. However, when CMRL calls for any information / clarification, it should be supplied by the Bidder within the time stipulated.

140 of 154. 4. Selection Process

The responsive bids shall be evaluated in the following manner:

a. Scrutiny of bids for Minimum Eligibility. Such bids that meet with the eligibility criteria will be called “eligible bids”

b. The eligible bidders will be evaluated techno-commercially.

5. Financial Bids will be opened for “techno-commercially qualified” bids only. The date, time and venue of opening of price bid will be intimated only to the “techno- commercially qualified bidders”.

6. After selection, a Letter of Award (the “LOA”) shall be issued by CMRL to the Selected Bidder and the Selected Bidder shall, within 15 days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, CMRL may, unless it consents to extension of time for submission thereof, appropriate the Earnest Money of such Selected Bidder as mutually agreed genuine pre-estimated loss and damage suffered by CMRL on account of failure of the Selected Bidder to acknowledge the LOA, and the next eligible bidder may be considered. It is clarified that in case the Selected Bidder refuses to accept the LOA, it will be debarred from participating in the bidding process for similar future contract/contract of CMRL for a period of five (5) years.

7. After acknowledgement of the LOA as aforesaid by the Selected Bidder, The Contractor (Selected Bidder) shall be required to submit a Security Deposit as per Article 5 of the Master Contract Agreement

8. It shall then execute the Contract Agreement, as per Master Contract Agreement with CMRL within the period of 45days of the receipt of the LOA. The Selected Bidder shall not be entitled to seek any deviation in the Contract Agreement.

141 of 154. CONTRACT AGREEMENT

Between CMRL

And THE CONTRACTOR

Date: ______

MASTER CONTRACT AGREEMENT

This Master Contract Agreement (the “Agreement”), is executed at Chennai on this ______day of ______20______,

BETWEEN

“Chennai Metro Rail Limited (hereinafter referred to as CMRL)”which expression shall, unless repugnant to the meaning or context thereof, be deemed to mean and include its officers permitted assigns) as part of the First Part;

AND

______, a company incorporated under the laws of ______and having its registered office at ______(hereinafter referred to as “Contractor” which expression shall, unless repugnant to the meaning or context thereof, be deemed to mean and include its such defined affiliates as set forth herein this Agreement, successors, permitted assigns and affiliates of Contractor) as party of the Other Part; "CMRL" and "Contractor" shall hereinafter be collectively referred to as 'Parties'. WHERE AS:

CMRL has called for Maintenance of ballast less track including supply, transportation of materials, periodic inspection and renewals of track components, training and other repair works in connection with Elevated, Underground stretches and Depot in Corridor 1 & 2 , phase 1 of Chennai Metro Rail Limited comprising

1. Periodic and systematic inspection of permanent way assets such as Track slab/plinth, Rails and fastening, turnouts, curvatures, buffer stops, Insulated Glued joints and check rails as per stipulations and frequencies laid down in this document with Contractors competent Engineers approved by CMRL, with contractors own equipments, tools and plants, consumables, lighting arrangements and recording the observations in the registers stipulated in this document. 2. Analysing the recorded track data with respect to track tolerances specified in this document and identifies the locations needing attention and promptly reporting the identified track defects/locations with out of tolerances/locations needing attention to the respective reporting officer of CMRL. 3. Based on the scrutinised recorded track data prioritizing preventive maintenance activities duly coordinating with other departments such as OHE, Operating and Signal of CMRL. 4. Carrying out preventive maintenance with contractors own men and materials, tools and plants and consumables ( Permanent way materials such as which Rails, fastening system, check rail which needs replacement will be provided by CMRL free of cost) in stipulated time period after obtaining Permit to Work from the operating department of CMRL. 5. In case of an incident affecting train running, he should proceed to take charge of work at site and arrange for relief equipment/material as necessary He should take all possible measures to restore the traffic quickly, duly maintaining close co-ordination with OCC, signalling and OHE staff.

142 of 154. 6. Carrying out corrective maintenance with contractors own men and materials, tools and plants and consumables ( Permanent way materials such as which Rails, fastening system, check rail which needs replacement will be provided by CMRL free of cost) in stipulated time period after obtaining Permit to Work from the operating department of CMRL. 7. Carry out assessment on the performance of the track way and the plant at the preventive/corrective maintenance action accorded at site. This is to establish preventive or corrective measures taken are fruitful. 8. Periodic assessment of ride index by carrying out Oscillation trails with Portable oscillometer (will be provided by CMRL free of cost) with contractors own men and materials.

A. The Contractor, inter-alia, is currently engaged in the business of such services;

B. CMRL, pursuant to the Bid dated ------, has -floated a Bid for the contract for Providing Facility management services, on the basis of the evaluation of the various bids received by CMRL, including the bid response by the Contractor, CMRL has confirmed to the Contractor that it is established as the ‘Selected Bidder’ on the basis of the commercial and Techno-Commercial evaluation;

C. In terms of the Bid, the submissions of the Contractor and such other subsequent discussions between the Parties, the Parties hereby agree to confirm the Contract arrangement on such terms and conditions as set forth herein.

NOW THEREFORE, IN CONSIDERATION OF THE MUTUAL COVENANTS AND UNDERSTANDINGS HEREIN SHARED BETWEEN THE PARTIES, THE PARTIES, HEREBY AGREE AS FOLLOWS:

ARTICLE 1 - SCOPE OF THE ARRANGEMENT

1. The parties agree that the scope of works shall be principally to this Agreement confirms and establishes that the scope of the arrangement between the parties shall be governed by the provisions scope of works to be rendered by the Contractor.

2. It is further agreed by the parties that the scope of works as set forth by CMRL in the Bid Document shall integrally form part of the scope of works for the Contractor.

ARTICLE 2- COMMENCEMENT OF MAINTENANCE UNDER THE CONTRACT

2.1 Pursuant to the scope of works to be provided by the Contractor, the parties agree that the plan for the commencement of operations shall be undertaken by the parties. It shall be the duty and the exclusive obligation of the Contractor to propose the plan for commencement of operations which shall be subject to the approval by CMRL. Any changes suggested by CMRL in the proposed plan for commencement of operations (by the Contractor) shall be also duly implemented by the Contractor prior to commencement of operations.

2.2 Given that the plan for commencement of operations would require considerable assessment and planning by both parties, the parties agree that the plan for commencement of operations shall be in conformity and compliance with the Bid and/or the response thereto by the Contractor.

2.3 The Contractor hereby represents and undertakes that Contractor shall be bound to comply with all submissions, commitments & representations made in response to the Bid unless agreed otherwise in this Agreement.

143 of 154. ARTICLE 3 -TENURE OF THE AGREEMENT

3.1 The Tenure of the Agreement will commence on the Commencement Date which has been agreed by the parties for a period of 3 (three) years, on completion of 3 years, one renewal for a period of 1 year may be given subject to satisfactory performance.

3.2 Renewal will be based on recommendation made by an evaluation committee nominated by the CMRLs based on the satisfactory performance

3.3 A Price Variation of five percent (5%) for the second year and ten percent for the third year over the base rate is permitted.

ARTICLE 4 - FINANCIAL TERMS AND CONDITIONS

In consideration of the provision of the services and the Bid submissions of the Contractor, the CMRL shall pay to CONTRACTOR an agreed sum of Rs………………..

4.1 Payment of taxes

Contractor, thus, agrees that all taxes payable on account of the grant of contract shall be borne by the Contractor exclusively and that the CMRL shall not be responsible towards the same at any time during the term. Furthermore, in the event that any new tax is imposed or an existing tax enhanced under a governing law upon the services/deliverables of the Contractor, then the contractor; shall be also borne by the Contractor exclusively.

4.2 Mode of Payment

Any payment payable by the Contractor to CMRL under this Agreement shall be paid through the Contractor’s own account vide demand draft made in favour of CMRL except where specific alternatives have been incorporated in the Bid Document.

4.3 Recovery of outstanding dues: Notwithstanding anything contained in this Agreement, the CMRL shall be at liberty to receive any payments /outstanding dues including penalties against the Contractor from the Security Deposit provided by the Contractor after which CMRL shall communicate to the Contractor of the deduction from the Security Deposit. In such an event, the Contractor shall be obligated to ensure that the Security Deposit is restored to its original value within ten (10) working days from such deduction failing which the same shall be deemed as material breach by the Contractor and entitle the CMRL to terminate this Agreement.

Note: This will be evoked when there are no sufficient payments due from the CMRL.

ARTICLE 5 - PERFORMANCE SECURITY DEPOSIT

5.1 As mentioned elsewhere in this Agreement, the Contractor shall furnish to CMRL (in the manner and form acceptable to CMRL) a Security Deposit for an amount equal to 10% (ten percent) of the Total Contract value, 21 (twenty one) days prior to the Commencement of Contract.

5.2 Security Deposit shall be paid in the form of Bank Draft / irrevocable Bank Guarantee (PBG) / Cash. The said BG shall be paid for in the manner as set forth in the Bid. The said PBG shall be given in format provided at valid for the Term of the Agreement and a period extending 6 months beyond the Term of the Agreement. CMRL agree to discharge the bank guarantee within 90 days from the expiry of the aforementioned period after deduction/settlement of outstanding dues against the Contractor. The Contractor shall bear the cost of the bank guarantee it provides to CMRL. If the

144 of 154. Security Deposit is paid in the form of Bank Draft, no interest shall be payable by CMRL on the same.

5.3 Notwithstanding anything mentioned to the contrary in this Agreement, upon any default or breach of obligations by the Contractor under the Agreement, CMRL may at its sole discretion draw upon the Performance Security Deposit to satisfy its claims against the Contractor by way of imposition of Penalties or otherwise, irrespective of any other remedy under this Agreement.

ARTICLE 6 - RIGHTS AND OBLIGATION OF THE CONTRACTOR

6.1 General

a. The Contractor hereby agrees to fulfil all the commitments made in its response to the Bid.

b. Without prejudice to the aforesaid, it is represented by the Contractor that all services will be performed in a professional manner by its personnel and that the said performance by Contractor shall be in accordance with the ‘Performance Levels’.

c. The Contractor represents and warrants that during the Term of this Agreement, the Contractor shall at all times be responsible for ensuring that the service are undertaken with utmost care and diligence,

d. Furthermore, the Contractor represents and warrants that all Techno-Commercial and commercial requirements set forth in the Bid are met by the Contractor and that it shall be bound by all its representations and submissions in response to the Bid including those relating to service levels.

6.2 Certificates/Permissions The Contractor shall obtain necessary certificates/permissions required by law or as required as per the local regulations from the competent authority obtain the necessary certificates/permissions, the Contractor will be solely responsible for its penalty and consequences.

6.3 Right of user only: The Contractor will only provide the services on Phase – 1 of CMRL Maintenance of Track system and will have the right of user only on leave and contract basis.

6.4 No unlawful/illegal activity: The Contractor and/or its staff shall not carry on any unlawful, immoral or illegal activity at the station(s)/Depot. It is clarified that if the Contractor suffers any loss or damage on account of the Contractor being restrained by the CMRL or any other competent authority for indulging in illegal activities or any contravention of any law, the Contractor shall not be entitled to any compensation whatsoever. .

6.6 Presence of Contractor/authorized Manager: The Contractor or a duly authorized and competent Manager appointed and paid by the Contractor shall remain present in person to manage or supervise the services to be carried on under the provisions of this agreement and to ensure that the obligations of Contractor under the Agreement are duly performed and observed. The name(s) of the Manager will be advised by the Contractor to the CMRL from time to time.

145 of 154.

6.7 Staff Uniform, Identity cards, etc. a. The Contractor shall provide distinctive uniforms for Track Maintenance staff with their identity cards clearly mentioning the nature of job assigned. The Contractor shall seek approval of the pattern and style of uniforms to be adopted for the services staff from the CMRL. b. The Contractor shall ensure that the staffs at all times display the nameplate along with the designation for clear identification of their area of work.

6.8 Attendance Register The Contractor shall maintain the attendance register of all the Track Maintenance staff. The attendance register will also mention the designation of the staff like Assistant Manager, SSE, SE/JE and Technicians etc.

6.9 Enquiry into the antecedents of the Contractor’s Employees: The contractor shall not in any capacity employ any person of bad character or any person, whose antecedents have not been investigated / certified by the Police Authorities/1stClass Magistrate / Gazetted Officer and shall issue an appointment certificate (signed by the Contractor) which shall contain a photograph of the employed with his or her left/right hand thumb impression affixed thereon in Printer’s ink which he will carry with him/her while on duty. The expenses for such verification are to be borne by the Contractor.

6.10 Provision of equipment

The Contractor will arrange his own equipments other than Track Components like Rails, fastenings, Turnouts and Bufferstop.

6.11 Provision of first aid box:

The Contractor shall provide and maintain First Aid box for rendering first aid to the staff The Contractor shall ensure that requisite certificates in this regard should be available with the Manager.

6.12 Damage to CMRL property and equipment

The Contractor shall be responsible for any damage caused to the CMRL property and equipment’s provided that, such damage should arise due to the acts of omission or commission of the staff of the Contractor, and the contractor should make good of such loss to CMRL.

6.13 Handing over of Premises on expiration/termination of the Agreement:

Upon expiration or early termination of this Agreement the Contractor shall immediately vacate the premises and shall deliver the vacant possession along with the CMRL’ fixtures and fittings therein in good condition. In default, the CMRL shall be entitled to enter and take possession of other articles of the Contractor that may be lying there and to dispose of the same by sale or otherwise without being liable, for any damages, and all expenses incurred in connection therewith, shall be deducted by CMRL from the sale proceeds or from the Security Deposit or outstanding dues of CMRL.

6.14 Information The Contractor shall furnish all information, records, within fifteen (15) days as may be required by the CMRL from time to time, failing which the CMRL reserve the right to impose suitable penalties on the Contractor including termination of the Agreement.

146 of 154.

6.15 Compliance of Instructions The Contractor shall comply with any other instructions issued by the CMRL from time to time as may be necessary to ensure better services.

ARTICLE 7 -RIGHTS AND OBLIGATIONS OF CMRL

7.1 General

a. It is agreed by CMRL that the principal obligation upon CMRL towards the Contractor under the Agreement, shall be to render assistance (as mutually agreed by the parties) to the Contractor during the finalization of the plan for commencement of operations

b. The CMRL shall have the right at any time to inspect/check the services provided by the Contractor for reviewing its standards, quality. In case of unsatisfactory performance or complaint of any nature, the CMRL will be entitled to initiate the suitable action against the Contractor including termination of this Agreement as per the terms and conditions of this Agreement.

7.2 Right to make substitute arrangement in the event of unsatisfactory services, etc. by the Contractor

(a) In the event of unsatisfactory service, poor quality of materials, persistent complaints from passengers, and services below the desired performance level or any failure or default at any time on the part of the Contractor to carry out the terms and provisions of the agreement to the satisfaction of the CMRL (who will be sole judge and whose decision shall be final), then without prejudice to any other remedy that may be available to the CMRL under this Agreement or otherwise, the CMRL reserve the right to make any substitute arrangement in any manner, it may deem fit at the cost and risk of the Contractor

(b) The Contractor agrees to make good all cost and expenses, if any incurred by the CMRL for making the substitute arrangements referred to above.

ARTICLE 8 -PERFORMANCE LEVEL GUARANTEE COMPLIANCE

8.1 The Contractor hereby undertakes and represents that it shall adhere to the ‘Performance Levels’

8.2 The ‘Performance Levels’, shall apply at all times with regards to the terms of the Contract applicable on the Contractor including those set forth in the Bid and those indicated in the approved plan for commencement of operations.

8.3 The Contractor undertakes and agrees that in the event that the ‘ Performance Levels’ are not complied with, then CMRL has the right to impose service level penalties (Penalties) on the Contractor in accordance with the provisions of the Bid

8.4 Without prejudice to the generality of the above Article 8.3, the Contractor hereby acknowledges and agrees that the right for the imposition of Penalties by CMRL is irrevocable and undisputed and that the Contractor shall not have any right whatsoever to pre-empt CMRL from claiming Penalties automatically as and when there are performance level defaults by the Contractor. For purpose of this Agreement, performance level default shall imply any violation by the Contractor of the ‘Performance Levels’

147 of 154. 8.5 For purposes of monitoring & auditing the ‘Performance Levels’, the parties agree that CMRL shall have the sole & exclusive right to audit, re-evaluate, independently monitor and assess the performance of the Contractor.

8.6 In addition to the ‘ Performance Levels’ committed by the Contractor, it hereby also agrees and undertakes to render all the services, at such locations and with requisite manpower as designated by CMRL in the Bid or as may be mutually agreed by the parties. The aforesaid requirement is in relation to the inherent obligation of the Contractor to comply with the terms of the plan for commencement of operations including but not limited to provision of adequate staff, training to the said staff, etc.

8.7 It is agreed by the Contractor that no additional costs whatsoever shall be charged upon CMRL for purposes of deployment of resources (material or human) by the Contractor on account of any request made by CMRL under this Agreement including under the provisions of Article 8.6 hereinabove. CMRL on its part shall facilitate and provide to the Contractor all such assistance and logistical help on a best effort basis that may be required under this Agreement.

ARTICLE 9- THIRD PARTY CONTRACTORS AND PROHIBITIONOF SUB-LETTING

a. The Contractor shall not sublet, transfer or assign this Agreement or any part thereof more than permitted in general clause. b. Under this Agreement, then the Contractor shall at all times remain principally liable towards the CMRL and that there shall be no exception to their liability under this Agreement. The Contractor will also remain at the sole point of contact regarding all the services during the Term of this Agreement. c. If the CMRL at any point of time expresses any concerns to the Contractor regarding any third party sub-contractor (appointed under 9(a)), then the Contractor will comply with the requirements of the CMRL forthwith; which may include the direction by the CMRL to remove the said sub-contractor, etc.

ARTICLE 10- PROPRIETARY RIGHTS

a) For purposes of this Agreement, it is agreed by the parties that the respective proprietary rights of each party at the time of execution of this Agreement shall remain as the sole and exclusive rights of that party b) If any property of either party is to be used by the other party for purposes of provision of services under this Agreement, then the said party (owning the property) will grant a limited right to use to the other party for the specific purpose and Term of this Agreement only. The aforesaid contract to use shall be restricted for the specific purpose and Term of this Agreement and shall not involve any need for the payment of consideration as this Agreement shall form part and basis of valid consideration for such purposes.

c) Notwithstanding the other provisions of this Article 11, the Parties agree not to use any trademark or service mark of the other party unless the same is under written consent of the owning party.

ARTICLE 11–CONFIDENTIALITY

a) It is agreed and acknowledged by the parties herein that every aspect of the present Agreement including but not limited to the commercial terms, Techno-Commercial parameters, etc. are invaluable to each party and are to be collectively regarded as part of confidential information.

b) In addition to the above, during the Term of this Agreement, the Contractor acknowledges that all information, data, material, etc, of its systems and operations

148 of 154. shared by CMRL with the Contractor, shall be regarded as part of confidential information by the Contractor.

ARTICLE 12 -AUDIT RIGHTS

12.1 CMRL being the service beneficiary under the Agreement shall have audit and inspection rights upon the Contractor during the entire Term of this Agreement.

12.2 CMRL shall have the right to conduct periodic audits in the worksite along with audits of the facilities of the Contractor at regular intervals. Such audits shall include the audit of Techno-Commercial and performance records of the Contractor.

12.3 In addition to the audit rights under Article 12.2herein above, CMRL shall have the right to audit particular performance records of the Contractor including payment records, etc.

12.4 Each audit team of CMRL shall be nominated by CMRL administration exclusively and the Contractor shall not be intimated any audit visits by CMRL. The location, time, etc. of the audit shall be decided by CMRL exclusively and costs relating to the audit shall be borne by CMRL. The parties also agree that upon the conclusion of each audit, representatives of both parties are to mutually sign-off on the observations.

12.5 In the event that any audit by CMRL reveals any discrepancy as determined by CMRL, the same would then be communicated by CMRL in writing to the Contractor; who shall be under obligations to comply with the audit results/directions of CMRL within 30 days of receipt of written communication from CMRL.

ARTICLE 13 -INSURANCE & INDEMNITIES

13.1 During the Term of this Agreement, the Contractor will obtain and maintain at its own expense, adequate insurance with regards all its obligations under this agreement including insurance for COMMERCIAL GENERAL LIABILITY (CGL) INSURANCE Covering bodily injury or death suffered by third parties (including the CMRL’s Personnel) and loss of or damage to property (including the CMRL’s property, Professional Indemnity Insurance covering for the financial consequences of professional negligence, following a breach of professional duty by way of neglect, error or omission, additionally, cover shall also be provided in respect of any legal and other costs and expenses incurred, and Employees Compensation In accordance with the statutory requirements applicable in the country where the facilities or any part thereof is executed. The CMRL’s name should be mentioned under all insurance policies taken out by the Contractor except for Employees’ Compensation Insurance. The Contractor’s Subcontractors name also to be named under all the insurance policies taken out by the contractor.

13.2 The Contractor agrees to indemnify, hold harmless and defend CMRL from any and all losses, claims, actions, damages, liabilities, costs and expenses, including Attorneys' fees that may be claimed upon or incurred by CMRL due to breach or violation or non-compliance of the terms of this Agreement (including ‘ Performance Levels’, representations & other commitments herein) by the Contractor. The aforesaid indemnity granted by the Contractor can be invoked by CMRL at any point of time during the tenure of the Agreement and the same shall be complied with by the Contractor forthwith without any delay, protest or demur.

13.3 The Contractor accepts liability, civil and criminal for compensation/damages in accordance with provision of Consumer Protection Act, 1986 or any statutory modification of the Act or any other law for the time being in force for action

149 of 154. occasioned by negligence, deficiency of service, imperfect or improper performance by the Contractor, his workmen, servants and agents. The Contractor shall indemnify the CMRL from and against all payments made under the provision of the said Act or law including all costs. Any money which may become payable by the CMRL as aforesaid shall be deemed to be money payable to the CMRL by the Contractor and in case of failure by the Contractor to repay the CMRL any money paid by it as aforesaid within fifteen (15) days after the same have been demanded by the CMRL, the CMRL shall be entitled to recover the same from the Security Deposit. The contractor shall be solely responsible for consumer complaints and in case of any direction/judgment from Consumer Court(s), the Contractor shall be solely responsible for fulfilling the requirements.

13.4 In case the Contractor suffers any loss on account of it being restrained by the CMRL or any competent authority for indulging in illegal activities or any contravention of law, the CMRLs shall not be liable to pay any indemnification/compensation to the Contractor. CMRL shall bear no liability in case of loss/damage to the contractor’s moveable/immovable property, if any, due to accidents.

13.5 The Contractor shall, at all times indemnify the CMRL against all claims and penalties which may be suffered by the CMRL or its employees by reason of any default on the part of the Contractor or its staff in due observance and performance of provision of:

i. The Contract Labour Act (1970) ii. Minimum Wages Act 1948 iii. Weekly Holidays Act 1942 iv. Prevention of Child Labour Act (No child labour shall be employed by the Contractor) v. The Payment of Wages Act, 1936 vi. Hours of employment Regulations vii. The Workmen’s Compensation Act, 1923 viii. The EPF Act ix. The Bonus Act x. The ESI Act xi. The Inter-State Migrant Workmen (Regulation of Employment and Conditions of Service) Act, 1979

And any other Acts, Rules, Regulations and Statutes in force or to be passed by boththe Union Government of India or State Government of Tamil Nadu.

ARTICLE 14- EVENTS OF DEFAULT/MATERIAL BREACH

14.1 The following event(s) shall be deemed to be the event(s) of default or material breach on the part of the Contractor:

(a) If the Contractor fails to start service within one (1) month from the Commencement Date as defined in Article 1.1 of the Master Contract Agreement.

(b) If the Contractor fails to provide satisfactory services as under the Contract; or

(c) If the Contractor fails to adhere to the Performance Levels as determined by CMRL at any time during the term of this Agreement; or

(d) If the CMRL receives persistent complaints against the Contractor from the passengers or otherwise; or

(e) If the Contractor engages in corrupt or fraudulent practices in execution of services under the Agreement; or

150 of 154. (f) If the Contractor fails to provide any information/record within the prescribed time as may be demanded by the CMRL from time to time; or

(g) If there is any failure or default at any time on the part of the Contractor to carry out the terms and provisions of this Agreement to the satisfaction of the CMRL.

ARTICLE 15 - PENALTIES

15.1 The deficiencies will be classified as major deficiency and minor deficiency and accordingly fines/penalties will be imposed on the contractor in case of major deficiencies. The fines/penalties shall be decided at the appropriate level, however, MD of CMRL shall have overriding power to decide the fine over and above the quantum of penalties in case of major deficiencies. In case of serious default or repeated failures, MD of CMRL may use his/her discretion for imposition and type of punitive fines/action which shall be binding on the Contractor.

15.2 The number of complaints/deficiencies will also be maintained for the purpose of review for renewal of contract.

15.3 These offences would be only indicative with respect to the subjective issues of Track Maintenance. However, those offences as defined in this document would be over and above these which includes criminal offences, partnership disputes etc.

15.4 The penalty (ies) that may be levied by the CMRL on the Contractor in any of the instances mentioned in Article 15 above shall include but not limited to the following: (a)forfeiture/appropriation of the Security Deposit in whole or part thereof, furnished by the Contractor; and/or (b)to annul the contract and forthwith terminate the Contract Agreement; and/or (c)debar the Contractor from participating in the future similar contract/contract of the CMRL for a period of five (5) year.

ARTICLE 16- TERMINATION

16.1 If either party to the Agreement is subject to liquidation or insolvency under the applicable law, and then the other party may forthwith terminate this Agreement by issuing four months’ Notice for termination upon such confirmed events having taken place.

16.2 The parties agree that ‘Material Breach’ for the Contractor shall also mean (other than those instances set forth in this Agreement), the failure to maintain the Performance Levels’ and/or any misrepresentation or violation of the commitments set forth in this entire Agreement or in response to the Bid or the breach or non- compliance by Contractor of its fundamental obligations under this Agreement, such that the breach or non-achievement defeats the object and purpose of this Agreement.

16.3 CMRL shall also have, without prejudice to other rights and remedies, the right, in the event of ‘Material Breach’ by the Contractor of any of the terms and conditions of the contract, or due to the Contractor’s inability to perform as agreed for any reason whatsoever, to terminate the contract forthwith and get the work done for the un- expired period of the Contract at the ‘risk and cost’ of the Contractor or in the manner CMRL deems fit to recover losses, damages, expenses or costs that may be suffered or incurred by the CMRL. The decision of the CMRL about the breach/failure on the part of the Contractor shall be final and binding on the Contractor and shall not be called into question.

151 of 154. 16.4 CMRL, in case of material breach as defined in clause-15 may terminate this agreement without assigning any reason to the contractor by giving fourteen (14) day’s notice in writing to the contractor.

16.5 CMRL may terminate whole or any portion of the contract by giving three months notice.

16.6In the event that the Agreement is terminated, pursuant to Article 16.1,the effective date of termination shall be decided by CMRL. However, the effective date of termination shall not be more than 4 (four) months from the date of notice, as given in Article 16.1 or Article 16.4.

16.7 In the event the Agreement is terminated by the Contractor under Article 16.1, the CMRL shall forfeit the Contract Fee, as per Article 16.8, paid by the Contractor and invoke the Security Deposit.

16.8 In the event that the Agreement is terminated by either party prior to the achievement of the Commencement Date, then the parties to the Agreement agree to stop working on the plan for commencement of operations.

16.9 In the event the Agreement is terminated after Commencement Date, then the Contractor acknowledges and undertakes to continue performance of the services under the Agreement until the effective date of termination as confirmed by CMRL, irrespective of whichever party has terminated the Agreement. Further, during the intervening period, the Contractor agrees to provide services on the same terms as it were being provided during the tenure of the Agreement. The forfeiture of Contractor Fee shall however, only be for the period for which the service has not been rendered by the Contractor proportionate to the contract period.

ARTICLE 17 -DISPUTE RESOLUTION

17.1In the event of any dispute, controversy or claim of any kind or nature arising under or in connection with this Agreement between the parties (“Disputes”), the parties shall firstly attempt to amicably resolve such Disputes through the highest level of negotiations and discussions. 17.2 In the event that Disputes between the parties subsist beyond 30 days of negotiations between the Parties, then the Dispute shall be settled as per the provisions of Arbitration and Conciliation Act 1996. The dispute shall be referred to: a. Arbitration by a Sole Arbitrator and he shall be appointed by the Managing Director of CMRL. The CMRL Officer/Individual to be appointed as arbitrator however will not be one of those who had an opportunity to deal with the matters to which the contract relates or who in the course of their duties as CMRL servant have expressed views on all or any of the matters under dispute or difference. He shall be in the rank of a General Manager or above. b. In the event of the arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reason, shall be lawful for the authority appointing the arbitrator to appoint another arbitrator in place of the outgoing arbitrator in the manner aforesaid. c. Subject as aforesaid, the Arbitration and Conciliation Act, 1996 and the rules thereunder and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this clause. d. The venue of the arbitration shall be Chennai and language used shall be English. e. In this clause the authority to appoint the arbitrator includes, if there be no such authority, the officer who is for the time being discharging the functions of that authority, whether in addition to other functions or otherwise.

152 of 154. 17.3The award passed shall be final and binding and both Parties waive the right to appeal or contest the arbitral award.

17.4It is further clarified that during the resolution of the Disputes, the Contractor shall be obligated for the continued performance of its obligations under the Agreement.

ARTICLE 18 -MISCELLANEOUS

18.1 Interpretation

This Agreement and the arrangement between the parties shall at all times be read along with the terms of the Bid and the response of the Contractor to the Bid. In the event of any interpretation of the provisions of this arrangement between the parties, the documents shall be read in the following order of precedence:- (i)The Bid (ii)Contractor’s response to the Bid (iii) The Articles of this Agreement; (iv)The contents of the Annexure(s) to this Agreement

18.2 Relation between the Parties: The Parties to this Agreement are entering into this arrangement as independent contractors, and this Agreement does not bestow either Party the right against the other, as partner, agent or joint venture or any other form of legal association.

18.3 Survival This Agreement along with the Bid and the response of the Contractor collectively constitute the full and complete arrangement between the Parties with respect to the subject matter hereof. The expiration or termination of this Agreement for any reason will not release either Party from any liabilities or obligations set forth herein this Agreement and such Articles (as applicable to the parties) will survive any termination of this Agreement.

18.4 Jurisdiction This Agreement will be governed by and construed in accordance with the laws of the Republic of India and the Courts at Chennai shall have exclusive jurisdiction in all matters relating to this Agreement.

18.5 Amendments Any changes or modifications to this Agreement or its Annexure(s) can only be made by a written amendment mutually signed by the Parties.

18.6 Waiver Unless otherwise expressly provided in this Agreement, a delay or omission by either Party to exercise any of its rights under this Agreement will not be construed to be a waiver thereof.

18.7 Assignment This Agreement is binding on the successors and permitted assigns of each party; however neither party has the power to assign this Agreement without the prior written consent of the other party.

18.8 Notice All notices under this Agreement by either party will be in writing and will be deemed to have been duly given if delivered by courier/registered AD Post. All notices under this Agreement are to be addressed as under In the case of CMRL:

Director (Projects), Chennai Metro Rail Limited, Admin Building, CMRL Depot, Poonamallee High Road, (Adjacent to Koyambedu Metro Station), Koyambedu, Chennai – 600107.

In the case of Contractor: [Insert name of person & address]

153 of 154. Any change in the aforesaid address of either party shall be immediately informed to the other party by way of a notice as aforesaid.

18.9 Force Majeure

In the event of any unforeseen event directly interfering with the operation of contract arising during the currency of this Agreement; such as war, insurrection, restraint imposed by the Government, act of legislature or other authority, explosion, act of public enemy, acts of God, sabotage, etc., the Contractor shall, within a week from the commencement thereof, notify the same in writing to the CMRL with reasonable evidence thereof. In such event of force majeure, the conditions of the Contract will not be enforced by either party. Further, if mutually agreed by both parties, the tenure of this Agreement may be further extended for the period during which contract was not operational.

18.10 Execution of the Agreement: This Agreement shall be executed/entered only with the Contractor on a non-judicial stamp paper of Rs. 100/- and all cost and expenses for registration, stamp duty, etc. thereof shall be borne by the Contractor.

IN WITNESS WHEREOF, THE PARTIES HAVE DULY EXECUTED AND DELIVERED THIS AGREEMENT BY THEIR DULY AUTHORIZED REPRESENTATIVES AS OF THE EFFECTIVE

CMRL CONTRACTOR

By: ______By: ______

Title: ______Title:______

Date: Date:

IN WITNESS OF: 1. 2.

154 of 154.