south central railway · between marpalli and kohir stations.: general features: 1. sw-1.proposed...

74
Regd. Post Ack. due Without prejudice SOUTH CENTRAL RAILWAY Divl. Rly. Manager (Works) Office of the Sanchalan Bhavan, 2 nd Secunderabad. floor, No.CW/148/WV/146/W/SC/16/OT. Date: 13.04.2016. Sri Y.Janardhan Rao, Rly.Contractor, H.No.13-1/14B, Saipuri Colony, Vijaya Apartment, Malkajgiri, Hyderabad- 500 047. Sir, Sub:- VKB–PRLI section –SW1: Proposed manning of unmanned LC No.111 at between PNF – GTU stations; SW2: Proposed closure of unmanned LC No.19 by provision of link road from unmanned LC No.19 to manned LC No.18 between Marpalli – Kohir stations. Ref :- T.N.No: DRM/Works/SC/129-146/2015/OT dt: 01.10.2015 (Tender. No: 146/W/SC/15/OT). * * * Your negotiated offer at a total value of Rs. 95,59,463.82 (Rupees Ninety five lakhs fifty nine thousand four hundred sixty three and eighty two paise only) in connection with the above work has been accepted by the Competent authority (ADRM/T/SC) with a completion period of Six (06) months from the date of issue of the acceptance letter and further maintained for a period of Six (06) months with the following rates: 1. Sch. A – SSR-11 items: (+) 12% [Plus Twelve percent only] 2. Sch. B – Cement, SSR-11 items: (+) 23% [Plus Twenty three percent only] 3. Sch C- R/Steel, SSR-11 items: (+) 14% [Plus Fourteen percent only] 4. Sch D- Bitumen, SSR-11 items (+) 14% [Plus Fourteen percent only] 5. Sch E- NS items (+) 13% [Plus thirteen percent only] Note:- 1) Rate quoted by the lone tenderer at (+) 13% for NS item no.s 1 to 7, 9 & 13 of Sch ’E’ should not be taken for comparison of future tenders. 2) The work at LC no.19 between MRF-KOHR stations vide SW2 should be taken up only after obtaining District Collector’s permission. After adjusting your EMD amount of Rs.1,70,000/-(Rupees One lakh seventy thousand only) vide DD.No.367101.dt.16.11.15 of ING vysya bank, Malkajgiri, HYB, for the balance security deposit amount of Rs. 3,07,975/- (Rs. Three lakhs seven thousand nine hundred seventy five only) which will be recovered from your running bills at 10% of the gross bill value till the entire SD amount is made up of. Please furnish your Bank account number and Banker’s name by return. You are requested to submit an irrevocable bank guarantee or FDR for Rs.4,77,975/-(Rs. Four lakhs seventy seven thousand nine hundred seventy five only) for satisfactory performance of the work valid up to 08 months from the issue of acceptance letter. Please note that until a formal agreement is executed acceptance of this tender shall constitute a binding contract between you and the Railway Administration subject to modifications as may be mutually agreed to in writing in terms of item No. 4 of your tender referred above. Further, it is requested to submit a performance guarantee (PG) within 30-days from the date of issue of acceptance letter. Extension of time for submission of PG beyond 30-days and up to 60-days from the date of issue of LOA will be given with a penal interest of 15% per annum for the delay beyond 30-days i.e., from 31 st Yours faithfully, day after the date of issue of LOA. In case if you fail to submit the requisite PG even after 60-days from the date of issue of LOA, the above said work will be terminated duly forfeiting EMD and other dues and you will be debarred from participating in re-tendered work. Sd/- (T.Ramachandran) Sr.Divl.Engineer/West/SC For & on behalf of the President of India Copy to: (1) Sr.DFM/SC for information. (2) ADEN/VKB, BIDR (3) SSE/W/VKB, BIDR & SSE/P.Way/PRLI, ZB for information with a copy of schedule enclosed. (4) Contract cell (Bill Section) (5) The Labor Enforcement officer (Central) ATI campus, Vidyanagar, Hyderabad 500 007 for information.

Upload: others

Post on 14-Feb-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

Regd. Post Ack. due Without prejudice

SOUTH CENTRAL RAILWAY

Divl. Rly. Manager (Works)

Office of the

Sanchalan Bhavan, 2nd

Secunderabad. floor,

No.CW/148/WV/146/W/SC/16/OT. Date: 13.04.2016. Sri Y.Janardhan Rao, Rly.Contractor, H.No.13-1/14B, Saipuri Colony, Vijaya Apartment, Malkajgiri, Hyderabad- 500 047. Sir, Sub:- VKB–PRLI section –SW1: Proposed manning of unmanned LC No.111 at between PNF – GTU stations; SW2: Proposed closure of unmanned LC No.19 by provision of link road from unmanned LC No.19 to manned LC No.18 between Marpalli – Kohir stations. Ref :- T.N.No: DRM/Works/SC/129-146/2015/OT dt: 01.10.2015 (Tender. No: 146/W/SC/15/OT). * * * Your negotiated offer at a total value of Rs. 95,59,463.82 (Rupees Ninety five lakhs fifty nine thousand four hundred sixty three and eighty two paise only) in connection with the above work has been accepted by the Competent authority (ADRM/T/SC) with a completion period of Six (06) months from the date of issue of the acceptance letter and further maintained for a period of Six (06) months with the following rates: 1. Sch. A – SSR-11 items: (+) 12% [Plus Twelve percent only] 2. Sch. B – Cement, SSR-11 items: (+) 23% [Plus Twenty three percent only] 3. Sch C- R/Steel, SSR-11 items: (+) 14% [Plus Fourteen percent only] 4. Sch D- Bitumen, SSR-11 items (+) 14% [Plus Fourteen percent only] 5. Sch E- NS items (+) 13% [Plus thirteen percent only] Note:- 1) Rate quoted by the lone tenderer at (+) 13% for NS item no.s 1 to 7, 9 & 13 of Sch ’E’ should

not be taken for comparison of future tenders. 2) The work at LC no.19 between MRF-KOHR stations vide SW2 should be taken up only after

obtaining District Collector’s permission. After adjusting your EMD amount of Rs.1,70,000/-(Rupees One lakh seventy thousand only) vide DD.No.367101.dt.16.11.15 of ING vysya bank, Malkajgiri, HYB, for the balance security deposit amount of Rs. 3,07,975/- (Rs. Three lakhs seven thousand nine hundred seventy five only) which will be recovered from your running bills at 10% of the gross bill value till the entire SD amount is made up of. Please furnish your Bank account number and Banker’s name by return. You are requested to submit an irrevocable bank guarantee or FDR for Rs.4,77,975/-(Rs. Four lakhs seventy seven thousand nine hundred seventy five only) for satisfactory performance of the work valid up to 08 months from the issue of acceptance letter. Please note that until a formal agreement is executed acceptance of this tender shall constitute a binding contract between you and the Railway Administration subject to modifications as may be mutually agreed to in writing in terms of item No. 4 of your tender referred above. Further, it is requested to submit a performance guarantee (PG) within 30-days from the date of issue of acceptance letter. Extension of time for submission of PG beyond 30-days and up to 60-days from the date of issue of LOA will be given with a penal interest of 15% per annum for the delay beyond 30-days i.e., from 31st

Yours faithfully,

day after the date of issue of LOA. In case if you fail to submit the requisite PG even after 60-days from the date of issue of LOA, the above said work will be terminated duly forfeiting EMD and other dues and you will be debarred from participating in re-tendered work.

Sd/- (T.Ramachandran) Sr.Divl.Engineer/West/SC For & on behalf of the President of India Copy to: (1) Sr.DFM/SC for information. (2) ADEN/VKB, BIDR (3) SSE/W/VKB, BIDR & SSE/P.Way/PRLI, ZB for information with a copy of schedule enclosed. (4) Contract cell (Bill Section) (5) The Labor Enforcement officer (Central) ATI campus, Vidyanagar, Hyderabad 500 007 for information.

Page 2: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

/- in person &₹ 5,500 /- by post.66

ISSUED TO / DOWNLOADED BY: M.R/DD No.Date:

M/s. / Shri………………………………………………………...…………...………….……..……..…………………...………………………… Not Transferable.

DRM/Works/SC

TENDERERS TO FURNISH THEIR POSTAL ADDRESS WITHTELEPHONE/MOBILE No.

Phone No:

TOP SHEET

SECUNDERABAD DIVISION

Name of work: VKB–PRLI section –SW1: Proposed manning of unmanned LC No.111 atbetween PNF – GTU stations; SW2: Proposed closure of unmanned LCNo.19 by provision of link road from unmanned LC No.19 to manned LCNo.18 between Marpalli – Kohir stations.

Similar Nature of work: Road work or LC gate and connected Road / Paving works.

Cost of tender Form: ₹ 5,000

Completion Period: Months.Maintenance Period Months.

======================================================================

SOUTH CENTRAL RAILWAYWORKS CONTRACT

REGULATIONS OF TENDERS AND CONTRACTS CONDITIONS OF TENDERTENDER AGREEMENT FORM

Tender No: 146/W/SC/15/OT

Approximate Tender Value: 84,71,758/- Last date for issue of

tender forms by post 02-11-2015

Open Tender Notice No. DRM/Works/SC/129 - 146/2015/OT, Dt:01-10-2015

NOTE TO THE TENDERER: The Earnest Money should be in Cash or Banker's Cheques/DemandDrafts issued by Nationalized or Scheduled Banks only will be accepted.

EMD: 1,69,440/- Last date for issue oftender forms in person

Upto 17.30 Hours on 13-11-2015

The EMD & Cost of tender form should bedrawn in favor of Sr.Divisional FinanceManager, Secunderabad Division, SouthCentral Railway, Secunderabad.

Date and time ofsubmission of thetender

Upto 14.30 Hours on 17-11-2015

Date and time ofopening of the tender

At 15.00 Hours on 17-11-2015

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

1 of 73 Signature of Tenderer/Contractor

Page 3: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

SOUTH CENTRAL RAILWAY

INDEX

SL. No

Contents Page No.

1 Check list of documents to be submitted along with tenders. 03

2 Particulars of work 04

3 Certification of familiarization 05

4 NEFT form 06

5 Sale of tender forms & submission of tenders 07-08

6 Tender form , Eligibility Criteria and connected Annexures 09-19

7 Agreement of works 20

8 Regulations for tenders and contracts for guidance of contractors (for civil engineering works) 21-27

9 Special Conditions 28-39

10 Safety precautions 40-43

11 Annexures 44-50

12 Special conditions (Technical) 51-61

13 Schedules

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

2 of 73 Signature of Tenderer/Contractor

62-69

Page 4: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

CHECK LIST OF DOUCEMENTS TO BE SUBMITTED ALONG WITH TENDERS.

(Tenderers are requested to give certificates and or put () mark where ever applicable)

1 Tenderer details:

1.1 Name of the tenderer

1.2

Identification of tenderer: i. In case of Partnership Firm: A copy of partnership deed with latest modifications of the deed, if any, attested by any Gazetted Officer. ii. In case of Consortium, JV or MOU: A copy of either JV agreement attested by any Gazetted Officer or MOU in original. iii. In case of company: A copy of articles of association attested by any Gazetted Officer. iv. In case of Proprietary Firm: A copy of Registration/Income tax/PAN No. for filing returns attested by any Gazetted Officer.

2 Particulars to DD/MR Submitted towards cost of tender form

3 Particulars of BC/DD/MR submitted towards EMD 4 Engineering Organization in Annexure “A” 5 List of plants and machinery in Annexure “B”

6 List of works completed during the last 3 Financial Years Annexure ‘C’

7 List of works on hand with tenders in Annexure “D” 8 Attested copy of Experience Certificate in Annexure ‘E’

9 Attested copy of certificate showing contractual amount received during the last three financial years and current financial year Annexure ‘F’.

10 NEFT Mandate form 11 Registration number of APGST/ APVAT

12 Any other information / Certificates required as per Tender document.

13 Total number of annexure submitted (Number of pages)

NOTE: The items indicated at Nos. 2 & 3 are mandatory for all tenders, irrespective of value. Items indicate at No. 8 & 9 are mandatory for all tenders whose advertised tender value is more than Rs.50 Lakhs. The offers without the mandatory documents will be summarily rejected.

Address:

Phone No:

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

3 of 73 Signature of Tenderer/Contractor

Page 5: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

SCOPE OF WORK

Name of work: SW-1: SC Divn: VKB-PRLI Section::Proposed manning of unmanned level crossing No.111 at km: 238/10-11 between PNF-GTU stations.

SW-2: Proposed closure of unmanned LC No. 19 by provision of link road from unmanned level crossing No. 19 at km: 36/10-11 to manned level crossing No.18 At km: 35/5-6 between Marpalli and Kohir stations.:

Site: SW-1: Proposed manning of unmanned Level Crossing No.111 between Pangaon and Ghatnandur Stations. SW -2: Proposed closure of unmanned LC No. 19 by provision of link road from unmanned level crossing No. 19 at km: 36/10-11 to manned level crossing No.18 at km: 35/5-6 between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and

improving/widening road surface by Levelling of ground, laying of earth, dumping of WBM materials & rolling and laying bituminous.

2. SW-2: Laying of link road Levelling of ground, laying of earth, dumping of WBM materials & rolling and laying bituminous , pipe culvert works etc.,

3. Reference Drg.Nos. 1. DRM(W)/SC/LC /169/2015 or as per the instructions of Railway Engineer. 2. DRM(W)/SC/LC /267/2015 or as per the instructions of Railway Engineer.

The tender consists of five schedules namely-Schedule-A ,B,C,D&E

1. Schedule ‘A’ USSR-2010 Items pertaining to gate lodge, earth work etc., 2. Schedule ‘B’ USSR-2010 Contractor’s own cement 3. Schedule ‘C’ USSR-2010 items pertaining to Steel 4. Schedule ‘D’ USSR-2010 items pertaining to Road items 5. Schedule ‘E’ NS items pertains to Lifting barrier

Sr.DEN/West/SC 

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

4 of 73 Signature of Tenderer/Contractor

Page 6: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

CERTIFICATION OF FAMILIARISATION

I/We hereby solemnly declare that I/We visited the site of the above work and have familiarized myself/ourselves of the working conditions there in all respects and in particular the following.

i) Topography of the area.

ii) Soil conditions at the site of work.

iii) Rates for construction materials.

iv) Availability of local labour, both skilled and unskilled and the prevailing labour rates.

v) Availability of water and electricity.

vi) The existing roads and access to the site of work.

vii) Any other matter that may have bearing on work.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

5 of 73 Signature of Tenderer/Contractor

Page 7: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

NEFT FORM

To, The Sr.DFM/SC, SOUTH CENTRAL RAILWAY, SECUNDERABAD. Sir,

We prefer to the National Electronic Fund Transfer (NEFT) being followed by South Central Railway, SC Division, for remittance of our payments using RBI’s NEFT scheme. In confirmation to this, I/We agree to receive our payments being made through the above scheme to our under noted Account. Sl.No. Details to provide by Tenderer Details to be filled up by the Tenderer

1 Name of Tenderer

2

Full postal Address with PIN Code

3 Email Address of Tenderer 4 PAN number of Tenderer 5 Bank’s Name & Branch

6 Full Address of Bank

7 Name of City 8 Bank Code No.

9 Bank Telephone/Fax No. & Email

10 Bank’s IFSC Code for NEFT 11 Bank’s IFSC Code for RTGS 12 Bank’s MICR Code

13 Tenderer Bank Account Number

14 Type of Bank Account

15 Tenderer Name as per Bank Account

16

Telephone Nos. of Tenderer BSNL/Landline: Mobile/Cell Phone: Fax Number:

(Tenderer should note that the above particulars are necessarily to be provided for return of EMD, SD & Other payments due to the tenderer during execution and on completion of work). Certified that the above indicated particulars are true.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

6 of 73 Signature of Tenderer/Contractor

Page 8: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

1.0 SALE OF TENDER FORMS & SUBMISSION OF TENDERS: 1.1 Tender forms in the prescribed form may be obtained from the office of the Divisional Railway

Manager, Works, S.C. Railway, Secunderabad, on production of cash receipt for each tender form at the rates mentioned on the cover page and in the Tender Notice.

1.2 The amount towards the cost of tender form may be remitted to the Divisional Cashier (Pay) S.C.Railway, Secunderabad / Vijayawada / Guntur / Hyderabad / Guntakal or Nanded, or to Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway and the original receipt obtained thereof should be submitted to this office with a requisition for issue of tender form. This office will not entertain direct payment.

1.3 Money Orders, Postal Orders, etc, will not be considered for issue of tender forms. The tender forms are not transferable and the cost of the tender form is not refundable. 1.4 The Tender forms are available for sale in the office of Divisional Railway Manager (Works),

Secunderabad Division, S.C.Railway, Secunderabad and also in S.C.Railway Web site. 1.5 The Railway reserves the right to cancel the tender without assigning any reason thereto.

1.6 Tender conditions, Tender schedules, and other particulars are available in the Tender documents

on our website at “www.scr.indianrailways.gov.in”, as an attachment to the Tender Notice and the same can be down loaded and used as tender document for submitting the offer. However, the cost of tender document as indicated on the top sheet and in the Tender Notice has to be deposited by the Tenderer in the form of a bank draft payable in favour of Senior Divisional Finance Manager, Secunderabad Division, S.C.Railway or original money receipt obtained from Divisional Cashier (Pay) S.C.Railway, Secunderabad/ Vijayawada/ Guntur/ Hyderabad/Guntakal or Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway along with the Tender document. This should be paid separately and not clubbed with the Earnest Money deposit. If tenderers down load tender documents from Website and do not enclose proper value towards the cost of tender form, their tender shall be considered as invalid.

1.7 Tenderers are free to down load the tender document from the website at their own risk and

cost for the purpose of perusal and to use the same as tender document, if so desired for submitting their offer. If the offer of any tenderer who has submitted the Tender document down loaded from the website is accepted, the contract agreement will be prepared based on the master copy of the document and will be binding on the contractor. The Railway does not own any responsibility for any alteration/omission in the contents of the Tender form uploaded on the web site. No claim on this account will be entertained.

1.8 The administration will not own any responsibility, if website is not opened for downloading /uploading the tender documents due to any technical snag.

1.9 The prospective tenderers are advised to visit website “www.scr.indianrailways.gov.in” one

week prior to the date of tender opening to note any changes/corrigenda for any tender.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

7 of 73 Signature of Tenderer/Contractor

Page 9: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

1.10 Tenderers are not allowed to do any modifications/changes in the tender document. It is

hereby brought to the notice of all prospective tenderers that if any change/additions/deletions/alterations are found to be made by them and the same is subsequently detected / noticed at any stage even after award of the contract, all necessary action including banning of business would be taken. In addition, the tenderers are liable to be prosecuted under law.

1.11 VENUE:Tender documents,duly completed in all respects shall be dropped in the secunderabad Division Engineering (OL) Tender Box kept for the purpose at Old DSC/HYB Divn. Office, Near Old CAO/Construction/SC’s office, Secunderabad, South Central Railway (or) may be sent by post to Divisional Railway Manager (Works), IInd floor, Sanchalan Bhavan, Secunderabad Division, South Central Railway, Secunderabad (A.P). So as to reach before the stipulated time, Railway is not responsible for any delay in transit (or) loss of Tender form sent / received by Post.Tender Number, Description of the work, etc., should be written on the sealed cover addressed to the Divisional Railway Manager (Works), S.C.Railway,Secunderabad, while submitting the Tender document.

1.12 The tenders will be opened on the date and time mentioned in the tender document and in

presence of tenderers / their authorized representatives. Any tender received after the stipulated time will be summarily rejected. 1.13 Tenderers representatives are advised to bring authorization letter from the tenderer/firms for

attending tender opening and when witnessing tender opening should write their full name, contact number, agency/contractor they are representing and their address in the tender opening register.

1.14 If the date of opening happens to be a holiday, the tenders will be opened on the next working day at the same time and venue.

Visit our site at “www.scr.indianrailways.gov.in”

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

8 of 73 Signature of Tenderer/Contractor

Page 10: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

2.0 TENDER FORM

To

The President of India Acting through the Principal Chief Engineer, Divisional Railway Manager, Senior Divisional Engineer/Divisional Engineer South Central Railway I/We-------------------------------------------------------------------- have read the various conditions to tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my / our Earnest Money”. I/ We offer to do the work for South Central Railway, at the rates quoted in the attached schedule and hereby bind myself /ourselves to complete the work in all respects within the time period stipulated in the enclosed Schedule from the date of issue of letter of acceptance of the tender. I/We also hereby agree to abide by the Works hand book part I and II (Regulations for Tenders and Contracts) corrected upto printed / advance correction slip No_____________________ dated________ and to carry out the work according to the special conditions of contract and specifications of materials and works as laid down by Railway in the annexed Special Conditions / Specifications and the South Central Railway Works Hand Book Part III corrected upto printed/advance correction slip No___________ dated_________ sanitary works Hand Book corrected upto printed/advance correction slip No______________dated ____________schedule of Rates Part II corrected upto Printed/advance correction slip No_____________dated __________ for the present contract.

A sum of rupees as notified in the Tender Notice and on the cover page of this Tender booklet is herewith forwarded as earnest money deposit. The full value of earnest money shall stand forfeited without prejudice to any other rights or remedies in case I / We withdrawn our offer within the validity period of offer and also in case my/our Tender is accepted and if :-

a) I/ we do not execute the contract documents within (15) Fifteen days after receipt of notice issued by the Railway that such documents are ready, and

b) I /We do not commence the work within (15) fifteen days after receipt of orders to that effect.

Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.

SIGNATURE OF WITNESSES 1. 2. Date:

Address of the Tenderer (s):

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

9 of 73 Signature of Tenderer/Contractor

Page 11: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

3.0 ELIGIBILITY CRITERIA: (For the works whose advertised Tender value is costing above Rs.50 lakhs.)

For Tenders of value more than Rs.10 Crore, JV Firm is eligible for the Tender subject to fulfillment of Technical and Financial Eligibility as per Clause 65 to GCC.

3.1 Similar nature of work

physically completed during the last three Financial Years* and in the current Financial Year **.

Eligibility in terms of Experience: The Tenderers(s) should have physically completed at least one similar nature of single work for a minimum value of 35% of advertised tender value within the qualifying period i.e., last three Financial Years * and in the current Financial Year ** up to the date of Tender opening (even though the work might have commenced before the qualifying period).

3.2 Total contract amount received during the last three Financial Years* and in the current Financial Year **.

Eligibility in terms of Turnover: The total contract amount received during the last three Financial years and in the current Financial Year up to the date of Tender opening should be a minimum of 150% of Advertised Tender value.

a) Tenderer(s) should submit to this effect certificates in original or an attested certificate from the Govt./Semi Govt./Public sector undertakings for the work done for them. or

b) Audited balance sheet along with P&L A/C duly certified by the Chartered Accountant as detailed in Tender document.

NOTE: *Financial Year shall normally, be reckoned as 1st April to 31st March of the Next Year. However, for Turnover Criteria, the Financial Year as applicable to the Company / Tenderer is to be considered, if it defers from the above. **Current Financial year is reckoned as the incomplete Financial year in which the date of tender submission falls.

3.3 CLARIFICATION ON “SIMILAR NATURE OF WORK” AND DETAILS TO BE FURNISHED ALONG WITH THE TENDER DOCUMENTS: 3.3.1 Similar Nature work: As mentioned on the top sheet of tender document.

3.3.2 Similar Nature of works physically completed within the qualifying period i.e. the last 3 Financial years and the current financial year shall only be considered in evaluating the Minimum Eligibility criteria (even though the work might have commenced before the qualifying period).

3.3.2.1 The works executed by the tenderer for any Govt. / Govt. Bodies /PSUs shall only be considered for eligibility for credential verification of similar nature of work. As such works executed for any Private Company/Individual shall not be treated as eligible works executed and certificates issued on behalf of Private Company/Individual will not be considered.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

10 of 73 Signature of Tenderer/Contractor

Page 12: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

3.3.2.2 Tenderer should submit attested copy of work experience certificate in Annexure –‘E’ to establish the eligibility criteria. All details as required in the Annexure –‘E’, shall be made available otherwise the information is treated as incomplete.

3.3.2.3 The work experience certificate shall be in the name and style of the tenderer participating or as per provisions under Clause 65.16 of GCC for JV Firm, if eligible to participate. However, in case the tenderer is submitting the certificate issued to a JV firm of which the tenderer is a member, the credentials proportionate to his share in the JV will be considered. The tenderer shall submit a copy of relevant JV Agreement attested by any Gazetted Officer along with the Tender.

3.3.2.4 The work experience certificate shall be issued by an officer not below the rank of JA Grade or Bill passing Officer in Railways and Bill passing officer/Executive In-charge of work in other Govt. / Govt. bodies/ PSUs. The certificate should bear the signature and seal of the issuing officer, name of the department etc.

3.3.2.5 In case the Certificates / Documents produced are proved to be false and /or fabricated, the entire Earnest Money (EMD) will be forfeited.

3.3.2.6 Work experience certificate (Annexure-E) shall be attested by any Gazetted officer, in case photo copies are submitted.

3.3.3 VALUE OF SIMILAR WORK TO BE CONSIDERED:-

3.3.3.1 The total value of similar nature of works completed during the qualifying period, and not the payments received within qualifying period alone, shall be considered. 3.3.3.2 In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including Statutory Deduction will be considered. 3.3.3.3 If final measurements have been recorded and work has been completed with negative

variation, then also the paid amount including Statutory Deduction will be considered. 3.3.3.4 However, if final measurements have been recorded and work has been completed with

positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility.

3.3.3.5 In case of composite works involving combination of different works, even separately completed works of required value should be considered while evaluating the eligibility criteria.

3.3.3.6 The value of work completed will not include the cost of any materials issued free of cost by the Railway/Department concerned. Only cash value of the Agreement and executed cash value will reckon for eligibility.

3.4 CLARIFICATION ON “ELIGIBILITY ON ANNUAL CONTRACTUAL TURNOVER

AND DETAILS TO BE FURNISHED ALONG WITH THE TENDER DOCUMENTS”:-

3.4.1 The total contract amount received in the last three financial years and the current financial year up to the date of tender submission shall be at least 150% of the Tender value.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

11 of 73 Signature of Tenderer/Contractor

Page 13: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

3.4.2 For the completed Financial years, the Tenderer can submit either Audited Balance sheets showing clearly the contractual / work receipts in the Profit & Loss account of the Balance sheet, duly supported by a Turnover certificate from the Chartered Accountant as per

Annexure-F. Or

Certificate(s) in original issued by Executive or Nominated Authority of the Department certifying the bill amounts paid Agreement-wise and Date-wise or photo copy of such certificate attested by a Gazetted Officer, such certificates will be accepted only from Govt/Govt.bodies/PSUs by authorities mentioned at para 3.3 above.

3.4.3 For the incomplete Financial year i.e., the Current year and for any Un-Audited completed Financial year, only certificate on contractual / work receipts in original issued by Executives of the Govt/Govt.bodies/PSUs from whom the payments were received or photo copy of such certificate attested by a Gazetted Officer, giving details of receipts Agreement wise and Date- wise will be accepted as proof of contractual Turnover for the current year and that completed but un-audited Financial year. Certificates issued by Private companies/Individuals will not be entertained.

3.5 The tenderers shall submit the following documents, as the case may be, for identification of the tenderer:- i. In case of Partnership Firm: A copy of partnership deed with latest modifications of the deed, if any, attested by any Gazetted Officer. ii. In case of Consortium, JV or MOU: A copy of either JV agreement attested by any Gazetted Officer or MOU in original. iii. In case of company: A copy of articles of association attested by any Gazetted Officer. iv. In case of Proprietary Firm: A copy of Registration/Income tax/PAN No. for filing returns attested by any Gazetted Officer.

3.5.1 Without the above, tender will be treated as having been submitted by individual signing the tender document in personal capacity only and thus credentials for firm/company/sole proprietary concern (which they would otherwise have been representing) shall not be considered even if such firm/company/sole proprietary concern is working contractor or is contractor borne on approved list or had in past or in other tenders submitted such documents.

3.6 ADDITIONAL DOCUMENTS TO BE SUBMITTED ALONG WITH THE TENDER:-

3.6.1 List of personnel organization available on hand and proposed to be engaged for the subject work. These two lists should be given separately and signed by Tenderer and are to be submitted in the Proforma given in the Annexure-‘A’.

3.6.2 List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work and this list shall be signed by the Tenderer and is to be submitted in the Proforma given in the Annexure ‘B’.

3.6.3 List of completed works in the last three Financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work, date of actual start, actual completion and final value of contract should also be given in the Annexure ‘C’.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

12 of 73 Signature of Tenderer/Contractor

Page 14: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

3.6.4 List of works on Hand indicating name of work, contract value, bill amount paid so far; due date of completion etc., to be furnished by contractor in Annexure-‘D’ and this Certificate is to be signed by Contractor.

3.7 A check list of documents to be submitted at the time of tender submission is given at Page -3 of this document for easy guidance and compliance from prospective Tenderers. 3.8 DELAYED/POST TENDER SUBMISSION OF DOCUMENTS/INFORMATION OF MANDATORY NATURE LINKED TO ELIGIBILITY CRITERIA CALLED FOR AT TENDER STAGE:- 3.8.1 The offer of Tenderer(s) who do not enclose Experience Certificate and Turnover

certificate with requisite details and supporting documents as detailed under para 3.3 & 3.4 above along with their Tender to establish their credentials shall be summarily rejected, even though they are working contractors or contractors on approved list.

3.8.2 (i) The offer shall be evaluated only from the certificates/documents (as referred above) submitted along with the tender offer.

(ii) Any Certificate/Documents offered after the tender opening shall not be given any credit and shall not be considered. (iii) Tenderer(s) shall note that conditional/alternate offer will not be considered and will summarily be rejected, even though such condition makes them as the lowest tenderer. (iv) Railway reserves the right to verify the authenticity of the documents/information furnished.

3.9 If any certificates or details enclosed by tenderers are found to be fake/bogus/tampered, such

of those agencies shall not be awarded any work in S.C. Railway for a period of 5 years from the date of opening of tender. Joint ventures or partnership firms or any other nature of firms in which such agencies are a party shall also not be awarded any work for this period of 5(five) years.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

13 of 73 Signature of Tenderer/Contractor

Page 15: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

ANNEXURE –‘A’ PROFORMA

1. ENGINEERING ORGANISATION AVAILABLE ON HAND :

Sl. No

Name and Designation of the employee

Qualification Previous

Experience

Working

From To

1  2  3  4  5 

A           

B           

C           

D           

Z           

2. ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM ABOVE.

Sl. No

Name and Designation of the employee

Qualification Previous Experience

Remarks

1  2  3  4  5 

A         

B         

C         

D         

Z         

3. ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS

WORK FROM OUT SIDE. (A suitably worded consent letter from such a person should be obtained and enclosed)

SL. No

Name and Designation of the employer

Qualification Previous Experience

REMARKS

1  2  3  4  5 

A         

B         

C         

D         

Z         

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

14 of 73 Signature of Tenderer/Contractor

Page 16: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

ANNEXURE – B PROFORMA

1. PLANT & MACHINERY AVAILABLE ON HAND

Sl. No

Particulars of machinery,

plant & equipment

No of units

Kind and

make Capacity

Age and condition

Approx cost (Rs. in lakhs)

Purchase bill No & Date and

registration particulars

1 2 3 4 5 6 7 8 A B C D

Z 2. PLANTS & MACHINERY PROPOSED TO BE INDICATED FROM ABOVE

Sl. No

Particulars of machinery,

plant & equipment

No of units

Kind and

make Capacity

Age and condition

Approx cost

(Rs. in lakhs)

Purchase bill No & Date and registration particulars

1 2 3 4 5 6 7 8 A B C D Z

3. PLANTS & MACHINERY PROPOSED TO BE INDICATED FROM OUT SIDE.

Sl. No

Particulars of machinery , plant & equipment

No of units

Kind and make

CapacityAge and condition

Approx cost (Rs. in lakhs)

If to be purchased give likely date of receipt and supplier’s name.

1 2 3 4 5 6 7 8 A B C D Z

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

15 of 73 Signature of Tenderer/Contractor

Page 17: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

ANNEXURE ‘C’

LIST OF COMPLETED WORKS BY THE TENDERER

Sl. No Name of work Agt. No.

and Date

Designation and address of Agt.

signing authority

Agt. value

in Lakhs

Completed value of

work (in lakhs)

Date of completion Remarks

Railway works

A

B

C

D

E

Z

State Govt. works

A

B

C

D

E

Z

Public sector under taking works

A

B

C

D

E

Z

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

16 of 73 Signature of Tenderer/Contractor

Page 18: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

ANNEXURE –‘D’

PROFORMA LIST OF WORKS ON HAND WITH THE TENDERER

Sl. No Name of work Agt. No.

and Date

Designation and address of Agt.

signing authority

Agt value

in Lakhs

Bill amount

paid so far in lakhs

Due date of completion

No of extensions

taken

01. 02. 03 04 05 06 07 08 Railway works

A

B

C

D

E

Z

State Govt. works

A

B

C

D

E

Z

Public sector under taking works

A

B

C

D

E

Z

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

17 of 73 Signature of Tenderer/Contractor

Page 19: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

ANNEXURE ‘E’ EXPERIENCE CERTIFICATE

Sl. No

Work Details Details

1 Name of Work

2 Agreement Number, date and Name of the agency

3 Agreement value in Rupees (in words and figures)

4 Due date of completion

5 Number of extensions granted

6 Actual date of completion of work

7 Value of final bill passed (in words)

8 Work completed but final measurement not recorded

(a) Amount paid so far in CC bill No

9

Work completed but final measurements recorded with negative variation.

(a) Amount so far paid as in CC bill No.

10

Work completed, if final measurements recorded with positive variation which is not sanctioned yet

(a) Original agreement value or last sanctioned agreement value whichever is lower

NOTE : This certificate in this proforma is to be issued only for physically Completed work. This certificate to be issued by an officer not below the rank of JA Grade or bill passing officer in Railways and Bill passing Officer/Executive In-charge of work in other government department/Govt. bodies /Public sector under taking. The certificate should bear the signature and seal of the issuing officer, name of the department etc.

Signature Name of the officer Designation Address: Office Seal. Phone/Fax No.: Date:

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

18 of 73 Signature of Tenderer/Contractor

Page 20: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

ANNEXURE ‘F’

CERTIFICATE FROM CHARTERED ACCOUNTANT IN THEIR LETTER HEAD

TO WHOM SO EVER CONCERNED We , are the Auditors for the Firm , since last (many) years, On the strength of the above association, we are issuing this Certificate to the Firm on the Annual Contractual Turnover during the last three Audited Financial Years as per Audited Balance Sheets. It is further certified that advances or loans taken by the firm in connection with execution of works is not reflected in the contractual receipts from Works Contracts indicated below.

Sl Financial year

Receipts reflected in Audited Balance Sheets in P&L

account (Rs.)

Contractual Receipts from

Works Contracts (Rs.)

Remarks (if any)

(1) (2) (3) (4) (5)

Signature : Name of CA : Address : Office Seal : Phone No. : e-mail : Date :

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

19 of 73 Signature of Tenderer/Contractor

Page 21: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

4.0 AGREEMENT OF WORKS

4.1. Contract agreement No____________ dt.___________ articles of agreement made this ________day of _______ between The President of India acting through the ____________ South Central Railway Administration [herein after called the Railway which expression shall unless the context does not so admit include his successors and assignees in office of the one part and _____________________ [herein after called the contractor which expression shall unless excluded by the context includes his heirs, executors, administrators, successors and assignees] of the other part.

4.2. Where as the contractor has agreed with the Railways for the work ____________________ set forth in the schedule hereto annexed up on the General Conditions of contract and the specifications of the South Central Railway and the Special Conditions and Special Specifications, if any, and in conformity with the drawings here to annexed, if any, and whereas the performance of the said work is an act in which the public are interested.

4.3 Whereas the balance in the security deposit after adjustment of earnest money of Rs._____________ originally paid by the contractor is recovered at 10 percent of the gross bill value of the running bills till the amount of security deposit of Rs.______________ is fully recovered.

{{

4.4 Whereas the contractor has furnished an irrevocable Bank Guarantee for Rs.____________(5% of Contract value) towards Performance Guarantee valid upto _____________ (physical completion of the work plus 60 days)

4.5 Now this indenture witness that in consideration of the payments to be made by the Railway the contractor will duly perform the said works in the said schedules set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said drawings and said conditions of contract on or before the _____________ date of ________ year and will be maintain the said works for a period of _________calendar months from the certified date of the completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same has been fully set forth herein), and the Railway both hereby agree that if the contractor shall duly perform the said work in the manner aforesaid and observe and keep said terms and conditions. The Railway will pay or cause to be paid to the contractor for the said works on the final completion thereof, the amount due in respect thereof, at the rates set forth in the USSR-2010 as corrected by and up to correction slip No _______, enhanced/diminished/at par _____________ percent of Schedule or (items covered by USSR) and the rates shown in the schedule _____________ for items not covered by USSR.

4.6 It is hereby agreed and declared that all the provisions of the said specifications, conditions of contract which have been carefully read and understood by the contractor and schedule of rates, including the general instructions contained in page _______ thereof shall be as binding up on the contractor and up on the Railway Administration as if the same has been repeated herein and shall be read as part of these presents.

Signature of the contractor SignatureName of the Contractor DesignationAddress For and on behalf of the President of IndiaSignature of witness with address to South Central RailwayDate:

TO BE SIGNED AT THE TIME OF EXECUTION OF AGREEMENT ONLY

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

20 of 73 Signature of Tenderer/Contractor

Page 22: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

5.0 REGULATIONS FOR TENDERS AND CONTRACTS FOR GUIDANCE OF CONTRACTORS (FOR CIVIL ENGINEERING WORKS)

MEANING OF TERMS:

DEFINITIONS:

5.1.1 In these regulations for tenders and contracts the following terms shall have the meaning assigned except where the context otherwise requires.

5.1.2 Railway shall mean the President of the Republic of India or the Administrative officer of South Central Railway or the successor Railway authorized to invite tenders and enter into contracts for works on his behalf.

5.1.3 General Manger shall mean the officer in Administrative charge of the whole of South Central Railway and shall mean and include the General Manger of the successor Railway.

5.1.4 “Principal Chief Engineer” shall mean the officer in charge of the Engineering department, South Central Railway.

5.1.5 “Divisional Railway Manager” shall mean the administrative officer in charge of the division of South Central Railway for the time being.

5.1.6 “Divisional/Sr. Divisional Engineer” shall mean the officer in charge of the division or district of South Central Railway.

5.1.7 Tenderer shall mean the person/ the firm or the company who tenders for the works with a view to secure the work on contract with the Railway and shall include their personal representatives, successors and permitted assignees.

5.1.8 Limited tenders shall mean tender invited from all or some contractors from the approved list of contractors with the Railway.

5.1.9 Open tenders shall mean tenders invited in open and public manner and with adequate notice. 5.1.10 The work shall mean the works contemplated in the drawings and schedules set forth in the

tender forms and description of contract and required to be executed according to specifications.

5.1.11 Specification shall mean the IR unified Standard specification (Works and Materials)-2010 volume -I & II and all other specifications issued under the authority of the Principal Chief Engineer or as amplified, added to or superseded by special specifications, if any, appended to the tender forms.

5.1.12 Schedule of rates, South Central Railway shall mean IR unified Standard Schedule of Rates (works & materials) -2010 Engineering Department - issued under the authority of the Principal Chief Engineer from time to time. This shall be further referred as USSR 2010 .

5.1.13 Drawings shall mean the drawings, plans and tracing or prints thereof annexed to the tender forms and also all the other drawings issued from time to time during the course of execution of work.

5.2 SINGULAR AND PLURAL: Words imparting the singular number shall also include the plural and vice versa where the context requires.

5.3 INTERPRETATIONS: These regulations for tenders and contracts shall be read in conjunction with the General Conditions of the Contract which are referred to herein and shall be subject to modifications, additions, supercessions by special conditions of contract and/ or special specifications, if any, annexed to the tender forms.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

21 of 73 Signature of Tenderer/Contractor

Page 23: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

5.4 NEW TENDERERS: Tenderer who have not carried out any work so far on this Railway should furnish credentials/ particulars regarding:

their position as an independent contractor, their capacity to undertake and carry out works satisfactorily as vouched for by a

responsible official or firm, their previous experience on works similar to that to be contracted for, in proof of

which original certificates or testimonials may be called for and their genuineness verified, if need be, by reference to the signatories thereof.

their knowledge, of the resources of the area or areas in which he offers to work. their ability to supervise the work personally or by competent and duly authorized

agents. their financial position.

5.5 OMISSIONS/DISCREPANCIES: Should a tenderer find discrepancies in, or omissions from the drawing or any of the

discrepancies tender forms or should he be in doubt to their meanings he should at once notify the authority inviting who may send a written instruction to all tenderers. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the 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.

5.6 EARNEST MONEY:

5.6.1 The tenderer shall be required to deposit a sum as advertised with tender as Earnest money deposit for the due performance of the stipulation to keep the offer open till such date as might be specified in the tender. It shall be understood that the tender documents have been sold/issued to the tenderer and the tenderer is permitted to tender in consideration of the stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Principal Chief Engineer, Divisional Railway Manager, Divisional Engineer, Sr. Divisional Engineer of South Central Railway. Should a tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway.

5.6.2 The sum mentioned above constitutes the earnest money. If his tender is accepted this earnest money will be retained as part of security for due and faithful fulfillment of the contract in

terms of clause 16 of the General Conditions of the Contract. The earnest money deposit of the other tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession nor be liable to pay interest thereon.

5.6.3 Refer para 6.6 under conditions of tender for further information on EMD.

5.7 CARE IN SUBMISSION OF TENDER:

5.7.1 Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works, are taken into account and that the percentage/rates he enters in the tender forms is/are adequate and all inclusive to accord with the provisions in Clause 37 of the General conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

22 of 73 Signature of Tenderer/Contractor

Page 24: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

5.7.2 When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf. The Railways will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

5.8 RIGHT OF RAILWAY TO DEAL WITH TENDERS: The Railway reserves the right of not to invite tenders for any work or works, to invite open or limited tenders, and when tenders are to deal with Tenders called, to accept a tender in whole or in part or reject any tenders or all tenders without assigning reasons for any such action.

5.9 EXECUTION OF CONTRACT DOCUMENTS: The tenderer whose tender is accepted shall be required to appear at the office of the General Manager, Principal Chief Engineer, Senior Divisional Engineer or Divisional Engineer, as the case may be in person, or if a firm or corporation through a duly authorized representative shall so appear and to execute the contract documents within 15 (Fifteen) days after notice issued by Railway that such documents are ready. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies.

In the event of any tenderer whose tender is accepted shall refuse to execute the contract documents as herein-before provided the Railway may determine that such tenderer has abandoned the contract and there upon his tender and the acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the earnest money and to recover the performance guarantee as per clause No.7 of Special Conditions of contract.

5.10 FORM OF CONTRACT DOCUMENT:

Every contract shall be completed in respect of the documents it shall so constitute. Not less than six (6) copies of the contract documents shall be signed by the competent authority and the contractor and one copy given to the contractor. The contract documents required to be executed by the tenderer, whose tender is accepted shall be as per the agreement at 4.0 (Agreement of works).

5.11 FORM OF QUOTATION:

The tender shall be submitted in the prescribed form annexed hereto.

6.0 CONDITIONS OF TENDER 6.1 The drawings for the Works can be seen in the office of the Divisional Railway Manager

(Works), Secunderabad Division, South Central Railway, Secunderabad at any time during office Hours.

6.2 General Conditions of Contract and Indian Railways Unified Standard Specifications (Works & Materials) can be seen at the Office of Divisional Railway Manager (works), Secunderabad Division, South Central Railway, Secunderabad or had on payment at the rates fixed for each book from time to time.

6.3 The Tenderer/Tenderers shall quote percentage rates for items covered by Schedules (items covered by USSR-2010 and items not covered by USSR-2010). The quantities shown in the attached Schedules are given as a guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway accepts no responsibility for their accuracy, the Railway does not guarantee work under each item of the Schedule.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

23 of 73 Signature of Tenderer/Contractor

Page 25: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

6.3.1 The Tenderer shall quote rates as percentage “Above/Below/At Par” for each schedule in the respective Tender Schedule(s) only. Tenderer should sign below the rate quoted by him for each schedule of Tender document.

6.3.2 The rate quoted anywhere, other than the respective Tender schedule shall not be considered. Any corrections to the rate once quoted by the tenderer should be in INK and must be attested by tenderer. However, if any tenderer wants to give discount offer prior to closing of tender box and after submission of his tender offer, then the same is to be given in a separate sealed envelope duly signed and stamped on letter head, prior to closing of tender i.e., sealing of the tender box. Tender number, description of work etc., should be written on the sealed cover. 6.3.3 Where there is a discrepancy between the rates quoted in figures and in words, the rate quoted in words will be considered for evaluation of the tenderer offer. 6.3.4 Rates quoted without signature of tenderer will be considered as “Not Quoted” and / or if no rate is quoted for any schedule, then the offer will be treated as incomplete offer and will not be considered for award of work. 6.3.5 Rates quoted without prefix “Above/At par/Below” will be considered to be quoted as “Above” the tender schedule rates. 6.3.6 No correspondence / representation from tenderer will be considered for their failure to quote the rates as above. 6.3.7 Tenderers shall note that conditional /alternate offer will not be considered and will summarily be rejected, even though such condition makes them as the lowest tenderer.

6.4 Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any corrections made by the tenderer/tenderers in his/their entries must be attested by him/them.

6.5 The works are required to be completed within a period as advertised in the tender from the date of issue of the acceptance of tender.

6.6 EARNEST MONEY DEPOSIT: The tender must be accompanied by a sum as advertised in the tender as earnest money deposited in cash or in any of the forms mentioned below failing which the tender will not be considered and will be summarily rejected.

The earnest money shall be as below on the estimated tender value as indicated in the Tender Notice. The Earnest money shall be rounded to the nearest Rs.10 (Rupees ten only). This earnest money shall be applicable for all modes of tendering.

Sl. No Value of work EMD a For works with advertised Tender

Value costing upto Rs.1 Crore2 % of the advertised Tender Value

b For works with advertised Tender Value to cost more than Rs.1 Crore

Rs.2 lakhs plus 1/2 % (half percent) of the excess of advertised Tender value of work beyond Rs.1 Crore subject to a maximum of Rs.1 Crore.

The Earnest Money should be in any of the following forms:- “The Earnest Money should be in cash or Banker’s Cheques / Demand Drafts executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.”

6.6.1 Earnest Money Deposit in the form of cash should be paid to Divisional Cashier (Pay) S.C.Railway, Secunderabad and the cash receipt in original should be submitted along with the offer. Banker’s Cheques / Demand Draft shall be drawn in favour of Senior Divisional Finance Manager, Secunderabad Divison, S.C. Railway, Secunderabad .

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

24 of 73 Signature of Tenderer/Contractor

Page 26: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

6.6.2 The Tenderers should furnish the Postal address, E.Mail address, FAX No. and Phone No. of the Bank issuing the Banker’s Cheques / Demand Draft towards EMD.

6.6.3 Any other form of EMD including deposit receipts Guarantee Bonds etc., other than Cash/BC/DD is not acceptable.

6.6.4 If the tender is accepted, the amount of earnest deposit will be held as security deposit for the due and faithful fulfillment of the contract. The earnest money of the unsuccessful tenderer will save as herein before provided, be returned to the unsuccessful tenderers but the Railway shall not be responsible for any loss or depreciation that may happen to the security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the earnest money while in their possession nor be liable to pay interest thereon. 6.6.5 The Standing Earnest Money Deposit, if any with the Railway will not be considered for the

purpose of this Tender. 6.6.6 The earnest money for the due performance of the stipulation to keep the offer open till the

date specified in the tender will be refunded to the unsuccessful tenderer/ tenderers within a reasonable time. The earnest money deposited by the successful tenderer/tenderers will be retained towards the security deposit for the due and faithful fulfillment of the contract but shall be forfeited if the contractor fails/contractors fail to execute the Agreement Bond or start the work within 15 (fifteen days) (to be determined by the Engineer in-charge) after notification of the acceptance of his/their tender.

6.7. It shall not be obligatory on the said authority to accept the lowest tender and no tenderer/ tenderers shall demand any explanation for the cause of rejection of his / their tender.

6.8 If the tenderer deliberately gives/tenderers deliberately give wrong information in his/their tender or creates/ create circumstances for the acceptance of his/their tender, the railway reserves the right to reject such tender at any stage.

6.9 If a tenderer expires after the submission or his tender of after the acceptance of his tender, the railway shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the railway shall deem such tender as cancelled, unless the firm retains its character.

6.10 Tenders must be enclosed in sealed covers, super scribed “The Tender number” and must be sent by Registered Post to the address of Divisional Railway Manager (Works), IInd Floor, Sanchalan Bhavan, Secunderabad Division, South Central Railway, Secunderabad so as to reach his office not later than 14.30 hours on the prescribed date of opening or deposited in the Special Box allotted to Secunderabad Division Engineering (OL) for the purpose at Tender Hall, near old CAO ( C ) Office, Secunderabad. This will be sealed at 14.30 hours on the prescribed date of opening.

6.11 Non-compliance with any of the conditions set forth herein above is liable to result in the tender being rejected.

6.12 The authority for acceptance of the tender does not bind himself to accept the lowest or any other tender nor does he undertake to assign reasons for declining to consider any particular tenderer / tenderers.

6.13 The Successful Tenderer/Tenderers shall be required to execute an agreement with the President of India acting through the Principal Chief Engineer/Chief Engineer/ Engineer-in-chief/Deputy Chief Engineer (Constructions), Divisional Railway Manager/ Divisional Engineer/ Senior Divisional Engineer (Construction)of the Railway for carrying out the work according to the General Conditions of the Contract and Indian Railways Unified specifications ( works & materials) including correction slips issued from time to time.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

25 of 73 Signature of Tenderer/Contractor

Page 27: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

6.14 The Tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of tender, within which period the tenderer cannot withdraw his offer subject to the period being extended further if required by mutual agreement from time to time. Any contravention of the above condition will make the tenderer liable for forfeiture of Earnest Money Deposit for due performance of the foregoing stipulations.

6.15 The Administration does not agree to pay Sales Tax in addition to the price quoted.

6.16 Should the Railway decide to negotiate with a view to bring down the rates, the tenderer called for negotiations should furnish the following form of declaration before commencement of negotiations.

“I/we, _______________________do declare that in the event of failure of the contemplated negotiations relating to Tender No. ______opened on ____________my/our original tender shall remain open for acceptance on its original terms and conditions.

I/we also declare that I/we am/are aware that during this negotiation, I/we cannot increase the originally quoted rates against any of the individual items and that in the event of my/our doing so, the same would not be considered at all i.e., reduction in rates during negotiation alone would be considered and for some items if I/we increase the rates, the same would not be considered and in lieu my/our originally quoted rates alone would be considered and my/our offer would be evaluated accordingly.”

6.17 Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer working before his retirement, whether in the executive or administrative capacity or whether holding a pensionable post or not, in the Engineering Department of any of the Railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or a retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such engineer or Gazetted officer from the said service and in cases where such engineer or officer has not retired from Government Service at least two years prior to the date of the submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership Firm or an incorporated company, to become a partner or director as the case may be or to make employment under the contractor has been obtained by the tenderer or the engineer or the officer as the case may be from the President of India or any Officer duly authorized by him in this behalf, shall be clearly stated in writing at the time of submitting the tender/s without information above referred to or a statement to the effect that no such retired engineer or retired Gazetted officer is so associated with the tenderer, as the case may be, shall be rejected.

6.18. Should a tenderer or contractor being an individual on the list of approved contractors, have a relative employed in Gazetted capacity in the Engineering department of the South Central Railway or in the case of a partnership firm or company incorporated under the Indian company law, should a partner or a relative of the partner or a SHARE HOLDER or a relative of a SHARE HOLDER be employed in Gazetted capacity in the Engineering Department of the South Central Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tenders failing which the tender may be rejected or if such fact subsequently comes to light the contract my be rescinded in accordance with the provisions in Clause 62 of the General conditions of the contract.

6.19. CONSORTIUM AGREEMENTS, JOINT VENTURE AND MOUs SHALL NOT BE CONSIDERED.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

26 of 73 Signature of Tenderer/Contractor

Page 28: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

6.20. PARTNERSHIP FIRM:-

6.20.1 Partnership deed is eligible if entered into and registered prior to issue of Tender Notice. Tenderer should enclose/submit all certificates in support their eligibility in the same name and style as the tenderer and their credentials shall be considered fully to the extent of work executed by the partnership firm. Experience of individual partners will not be considered.

6.20.2 Any change or modification in the constitution of tendering firms for whatever purpose or intimation of any disputes by any of the partners in the firm making tendering firm ineligible, during consideration of Tender after opening of the Tender, shall be deemed to be backing out of the offer by the Tenderer.

6.20.3 If the Tenderer is a partnership firm, all the partners shall be jointly and severely liable for successful completion of the work and no request for change in the constitution of the Firm shall be entertained. 6.20.4 During the currency of the contract, no partner of the firm shall be permitted to withdrawn from the partnership business and in such an event it shall be treated as breach of trust and abandonment of contract. 6.20.5 In the case of Partnership firms, an attested copy (attested either by Notary or by Gazetted

officer) of the partnership deed with latest modification of the deed should be submitted along with the Tender documents without fail.

6.20.6 The Tenderer shall clearly specify whether the Tender is submitted on his own or on behalf of Partnership concern. If the tender is submitted on behalf of a Partnership concern, he should submit the certified copy of Partnership deed along with the Tender and authorization to sign the Tender documents on behalf of the Partnership firm. If these documents are not enclosed along with the Tender documents, the Tender will be treated as having been submitted by individual signing the Tender document. The Railway will not be bound by any Power of Attorney granted by the Tenderer or by changes in the composition of firm subsequent to the execution of the contract. It may, however, recognize such power of attorney and the changes after obtaining proper legal advice, the cost of which will be chargeable to the contract.

6.21 SUBLETTING OF CONTRACT:

6.21.1 Subletting of work or part of the work in any manner is not permitted without specific permission in writing of Railway. Any breach of this condition shall make the contractor liable for terminating the contract and forfeiting Security deposit and encashing the performance guarantee.

6.21.2 Clause 7 of Standard General Conditions of Contract (Part-II) clearly specify that the Contractor shall not assign or sublet the contract or any part thereof or allow any person to become interested therein in any manner whatsoever without the special permission in writing of the Railway. Any breach of this condition shall entitle the Railway to rescind the contract under Clause 62 of GCC and also render the contractor liable for payment to the Railway in respect of any loss or damage arising or ensuing from such cancellation.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

27 of 73 Signature of Tenderer/Contractor

Page 29: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

SPECIAL CONDITIONS OF CONTRACT

Note: The following special conditions supplement to the conditions of tenders already submitted by the tenderer. General conditions of the contract read along with correction slips and amendments, IRU Standard Schedule of Rates, (South Central Railway) 2010 and notes appearing under the relevant chapters and sub-chapters should be considered as part of the tender papers. Where the provisions of Special Conditions are at variance with the General Conditions of the Contract and other documents mentioned above, these Special Conditions shall prevail. 1.0 MODIFICATION TO CLAUSE 63 & 64 OF GENERAL CONDITIONS OF CONTRACT

1.1. The Provision of Clause 63 and 64 of the General Conditions of Contract will be applicable only for settlement of claims /disputes, for values less than or equal to 20% of the original value (excluding the cost of materials supplied free by Railway) of the contract or 20% of the actual value of the work done (excluding the value of the work rejected) under the contract whichever is less. When claims/disputes are of value more than 20% of the value of the original contract or 20% of the value of the actual work done under the contract, whichever is less, the contractor will not be entitled to seek such disputes/claims for reference to arbitration and the provisions of Clause No; 63 &64 of the General Conditions of Contract will not be applicable for referring the disputes to be settled through arbitration. 1.2 The Contractor shall furnish his monthly statement of claims as per Clause 43(1) of General

Conditions of Contract. But the Contractor should seek reference to arbitration to settle the disputes only once, subject to the conditions as per para above.

1.3 These Special conditions shall prevail over the existing Clause 63 & 64 of General Conditions of contract.

2.0 The rates include all lead and if the materials obtained by rail all freight charges including loading charges will be charged.

3.0 Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be used or supplied by the contractor will be payable by the contractor. The Railway will neither pay the taxes or duties nor be bound to compensate the contractor for any amounts paid by him by way of these taxes or duties.

4.0 RECOVERIES FROM CONTRACTOR BILLS:-

4.1 SEIGNIORAGE CHARGES RECOVERABLE FROM BILLS:-

4.1.1 Seigniorage charges / fee for supply of earth, moorum, sand and other minerals as fixed by the State Govt. and payable to them as revised from time to time during the currency of the contract will be recovered by Railway from the contractors, in “on account” and “final bill” and remitted to the State Govt. The rates quoted by the tenderer shall be inclusive of these charges. Claims regarding revision of seigniorage charges and consequent enhancement of the accepted rate will not be entertained. However, no seigniorage charges / fee shall be recovered from the bills of the contractor, if the contractor produces documentary evidence e.g. “Transit pass” issued by the state Govt. officials in token of having paid seigniorage fee. In such cases, the genuiness of such documentary evidence produced along with proof of payment of seigniorage charges, shall be got verified by the Railway from the concerned mining and Geology Dept.’(CTE/SC Lr No.W/44/B.Vol.VI dt 03-11-08).

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

28 of 73 Signature of Tenderer/Contractor

Page 30: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

4.1.2 A register shall be maintained by Sr.DEN/DEN concerned in which the entries should be made regarding the documentary evidence i.e. Sl. No. of “transit passes” issued by the concerned authority showing proof of payment of seignorage charges, for each bill. Relevant entries shall also be made on receipt of verified document from Mines & Geology department of the State Government against the particular bill and “transit passes”. The verified “transit passes” shall be scored out with cross mark with an endorsement “Accounted against CC/Final bill No: dt: for Agt. No: “. These passes shall be kept on record for subsequent verification till closure of the contract. The register should be page numbered and one page allotted to one contract. The reference where the verified, “Transit pass” is filed shall also be made on the register. 4.2 WATER:

4.2.1 A recovery of one percent will be made by the Railway for the supply by the Railway of piped water from existing pipe lines and calculated on the amount of all items of work (USSR/NS items) appearing in the bills payable to the contractor in respect of which work such water has been issued to the Contractor and such charges should be deducted from sums due or payable by the Railway to the Contractor from time to time. (Authority: CGE/SC letter No.W.496/C/2/Vol.IV dt.28-2/1-3-2002).

4.2.2 In the event of water having to be brought by the Railway to the site of the work in traveling tanks, the actual freight at Public Tariff rate and all other charges incurred therein including any demurrage that may be levied shall be payable by the Contractor and deducted from sums due or payable by the Railways to the Contractor from time to time.

4.2.3 In addition to the recovery of one percent referred to above, if additional pipe lines to those already existing are called for by the contractor, the cost of the same and all charges incurred by the Railway in their laying including supervision charges will be paid by the contractor or the contractor provides and lay his own piping at the discretion of Divisional Engineer.

4.3 DEDUCTION OF INCOME TAX AT SOURCE:

4.3.1 In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961 the Railway shall at the time of arranging payments to the contractor and/or sub contractor(in the case of sub-contractor only when the Railway is responsible for payment of consideration to him under the contract) for carrying out any work (including supply of labour for carrying out any work) under the contract be entitled to deduct income tax at source on Income comprised in the sum of such payments.

4.3.2 The deduction towards income tax to be made at source from the payments due to non-residents shall continue to be governed by Section 195 of the Income Tax Act 1961.

4.3.3 No Income Tax will be deducted by the Railway on payments made for supply of materials where such value of supply portion is distinct and ascertainable such as supply of Timber, tiles, bricks, ballast including track/ballast etc. The deductions towards Income Tax to be made at source from the payment due to non /residents shall continue to be governed by Section 195 of the Income Tax Act 1961.

4.4 Conservancy charges as applicable and as modified from time to time will be recovered from Contractor’s running bills.

4.5 VAT: As per VAT Act of Government of Andhra Pradesh, the Works Contracts are brought under purview of Value added Tax (VAT) with effect from 01.04.2005. The VAT should be deducted at 5% which will be recovered from the Contactor’s bills.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

29 of 73 Signature of Tenderer/Contractor

Page 31: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

4.6 IMPLEMENTATION OF – THE BUILDING AND OTHER CONSTRUCTION WORKERS (RECS) ACT, 1996 AND THE BUILDING AND OTHER CONSTRUCTION WORKERS WELFARE CESS ACT, 1996 IN RAILWAY CONTRACTS.

4.6.1 “The Tenderer for carrying out any construction work in Andhra Pradesh (name of State) must get themselves registered from the Registering Officer under Section-7 of the Building and other Construction Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of State) Government and submit certificate of registration issued from the Registering Officer of the Andhra Pradesh (name of the State) Government (Labour Department). For enactment of this act, the Tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.”

5.0 The Railway does not guarantee work under each items of the Master Schedule. For example if

a gate-lodge or gang huts are to be built between stations and the work order issued to the sectional contractors additional payment on account of lead or freight charges for the materials that may have to be brought by rail or by road, will not be admissible.

5.1 If there arises any discrepancy between the USSR-2010 as amended by addendum and

corrigendum slips issued from time to time upto date and the schedule attached to the Tender pertaining to this work, the former shall be treated as authentic and binding in all purposes.

5.2 The Special conditions supplemented to the conditions of Tender and contracts the General

conditions of contract and the notes appearing under the relevant chapter and sub chapters of the USSR-2010 or SSR P.Way 2004 should be considered as part of the contract papers where the provisions of these conditions are at variance with General Conditions of Contract these special conditions will prevail.

6.0 SPECIFICATIONS:

The execution of all works under this Tender/Contract shall conform to the specifications and codes of practice mentioned below as amended from time to time.

Indian Railways Unified Standard Schedule of Rates (works & materials) -2010 Indian Railways Unified standard specifications (works & materials) – 2010 Vol. I & II Indian Railways Standard Concrete Bridge Code (Revised) 1997 read in conjunction

with Indian Standard Specifications mentioned therein. Indian Railway standard Bridge Substructure code-1985(Revised). I.S.456/2000 Code of practice for plain and reinforced concrete. Indian Railway Permanent Way, Bridges and Works Manuals. Indian Railway Standard Schedule of dimensions. The works shall be carried out to the relevant I.S. Codes of practice and other

specifications mentioned in plans. RDSO’s specifications for earth work in formation vide GE-1 issued in July 2003 and

GE-2 issued in Feb 2003. Durability of concrete structures. (BS - 14).

6.1 The Railway reserves the right to reject or alter any part of the work executed by the Contractor which in the judgment of Railway does not comply with the requirements of the above specifications. The decision of the Railway shall be final and conclusive

for all purpose.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

30 of 73 Signature of Tenderer/Contractor

Page 32: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

6.2 Any other particulars/specifications required in this connection can be perused/obtained in the office of the Divisional Manager Works , 2nd Floor, Sanchalan Bhavan /South Central Railway/Secunderabad. 7.0 PERFORMANCE GUARANTEE (P.G.):

Revised Clause 16 (4) to Indian Railways General Conditions of Contract (Ref: Item -1 to Railway Board’s letter no: 2007/CE.I/CT/18 Pt. XII New Delhi, dt. 31.12.2010).

The Procedure for obtaining Performance Guarantee is outlined below:

7.1. The successful bidder shall have to submit a Performance Guarantee (PG) with in 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work. 7.2 The successful bidder shall submit the performance Guarantee (PG) in any of the following

forms, amounting to 5% of the contract value: (i) A deposit of Cash; (ii) Irrevocable Bank Guarantee; (iii) Government Securities including State Loan-Bonds at 5% below the market value; (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of

Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks;

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks; (vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Savings Certificates; (viii) Twelve Years National Defence Certificates; (ix) Ten Years Defence Deposits; (x) National Defence Bonds and (xi) Unit Trust Certificates at 5% below market value or at the face value whichever is

less. (xii) FDR in favour Senior Divisional Finance Manager, Secunderabad Division, S.C.Railway, Secunderabad (free from any encumbrance) .

NOTE: The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance.

7.3 The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance (LOA) has been issued, but before signing of the contract agreement. This PG shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

7.4 The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent ) for the excess value over the original contract value shall be deposited by the contractor.”

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

31 of 73 Signature of Tenderer/Contractor

Page 33: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

7.5 The Performance Guarantee (PG) shall be released after physical completion of the work based on ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

7.6 Whenever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/ Partnership firm.

7.7 The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and /or without prejudice to any other provisions in the contract agreement in the event of:

(i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

(ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/ Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer.

(iii) The contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

7.8 Proforma for Bank Guarantee towards Performance Guarantee is at Annexure- V. Tenderer is advised that Bank Guarantee towards Performance Guarantee should be submitted in the same Proforma. No change in verbatim is allowed.

8.0 SECURITY DEPOSIT: 8.1 The scale of Security Deposit that is to be recovered from the contractor shall be as follows as

per the extent instructions of the Railway Board vide lr.No.2003/CEI/CT/4/PT-1, dt.12.05.2006, Rly. Bd. Lr.No.2007/CE-I/CT/18 dt.07-03-2008. (i) Security Deposit should be 5% of the contract value. (ii) The rate of recovery will be at the rate of 10% of the gross bill amount till the full Security Deposit is recovered. (iii) Security Deposit will be recovered only from the running bills of the contractor and no other mode of collecting SD such as SD in the form of instruments like Bank Guarantee, Fixed Deposit Receipt etc., shall be accepted towards Security deposit. (iv) Conversion of Security Deposit into FDR after recovery of full stipulated SD(FA&CAO/SC letter No.AFX/EMD/Policy/ Vol.I dt.26.8.2010 circulated vide PCE/SC lr. No.W.148/ SCRCA dt.30.9..2010):- If the contractor so desires, the cash deposits in the form of security deposit may be allowed to be converted into FDRs(in favour of respective Accounts Officers and on account of contractor), after full recovery, at the discretion of the Railway, duly collecting necessary charges of conversion by the Railway Administration.

8.2 The security deposit shall be released only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’. 8.3 After the work is physically completed, security deposit recovered from the running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable bank guarantee

for equivalent amount to be submitted by him. In case of contracts of value Rs.50 crores and above, irrevocable bank guarantee can also be accepted as a mode of obtaining security deposit.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

32 of 73 Signature of Tenderer/Contractor

Page 34: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

9.0 LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT OR NEGLIGENCE. Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at site for Technical Supervision of the work. This Engineer-in-charge will be responsible for safety of the traffic. The work shall be executed by the contractor in a workman like manner to the satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site and it is established during the departmental enquiry by the Railway or by Statutory enquiry of CRS, that the accident occurred wholly or partly due to any act tantamounting to negligence on the part of the contractor or his labour in not adhering to the instructions of the engineer-in-charge, the contractor shall render himself liable for damages and also legal prosecution if loss of life is involved.

10.0 PRICE VARIATION CLAUSE (PVC) shall be applicable only for contracts of value (Contract Agreement value) Rs.50 Lakh and more, irrespective of the contract Completion period:-

10.1 PRICE ADJUSTMENT TOWARDS INCREASE / DECREASE OF CEMENT, STEEL, LABOUR, MATERIALS AND FUEL:

(Railway Board Letters Nos. 85/W-I/CT/7/Pt.I dt.23-4-1980, 85/W-I/CT/7/Pt.I dt.20-1-1987; 85/W-I/CT/7/Pt.Idt.4-4-1996;Lr.No.2007/CE.1/CT/18dt.28.9.07andLr. No.2007/CE.1/ CT/18 dt.7-3-2008(Labour, Materials And Fuel); 85/W-I/CT/7/Pt.I dt.18/19-4-2006 (cement) and No. 85/W-I/CT/7/Pt.I dt.9-5-2008(steel). The rates quoted by tenderer and accepted by Railway Administration shall hold good till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in taxes, levies, tools etc., except the payment / recovery for over all market situation which shall be made as per price adjustment clause given in paras below: No cognizance will be given for any kind of fluctuations in taxes and other market conditions etc. for any individual item for the purpose of making adjustments in payments. The contract shall, however, be governed by the general price variation clause as under:

The adjustment for variation in price of cement, steel, labour, materials and fuel shall be determined in the manner prescribed below:

10.1.1 STEEL ITEMS:

The amount of price variation for steel component in the contract shall be admissible is as under: Ms = O(Bs – Bso)

Where

Ms = Amount of price variation in steel payable / recoverable

O = Weight of steel in tonnes supplied by the contractor as per the on account bill for the month under consideration

Bs = SAIL's (Steel Authority of India Limited) ex-works price plus excise duty thereof (in rupees per tonne) for relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

33 of 73 Signature of Tenderer/Contractor

Page 35: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

Bso = SAIL's ex-works price plus excise duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened. (Refer Note at Para No: 10.1.4)

NOTE: (i) Relevant categories of steel for the purpose of operating the above price variation formula based on SAIL's ex-works price plus Excise Duty thereof are as under:

Sl. No

Category of steel supplied in the Railway work.

Category of steel produced by SAIL whose ex-works price plus Excise Duty thereof would be adopted to determined price variation

1) Reinforcement bars and other rounds TMT 8 mm IS 1786 Fe 415/Fe500 2) All types and sizes of angles Angle 65 x 65 x 6mm IS 2062 E250A SK

3) All types and sizes of plates PM plates above 10-20 mm IS 2062 E250A Sk

4) All types and sizes of channels and joists Channels 200 x 75 mm IS 2062 E250A Sk

5) Any other section of steel not covered in the above categories and excluding HTS

Average of price for the 3 categories covered under Sl.No.1,2, 3 above

(ii) The Prevailing ex-works/ ex-plant base price of steel per tonne as available for the above categories of steel to be taken, as available on SAIL’s website “www.sail.co.in’’ for that month. In case there is no notification by SAIL for the month under consideration, the price of steel as notified in the last available month is to be taken.

10.1.2 CEMENT:

For the component of cement in the contract the variation in prices shall be admissible is as under:

Mc = R x (Wc-Wco) / Wco

Where Mc = Amount of price variation for cement payable / recoverable R = Value of cement supplied by Contractor as per on account bill in the quarter under

consideration. Wco= Index No. of wholesale price of sub-group (of cement) as published in RBI bulletin for

the base period. Wc= Index No. of wholesale price of sub-group (of cement) as published in RBI bulletin for

the average price index of the three months of the quarter under consideration. Note: Regarding arriving value of cement portion:- (i) Cement quantity required in concrete related items shall be arrived as per the design

mix supplied by the Contractor as per provisions made in SSR/Railway Specifications or as directed by the Engineer-in-Charge.

(ii) Agreement rate of cement shall be considered for arriving value of cement component for N.S. items.

10.1.3 FOR COMPONENT OF BILL OTHER THAN CEMENT AND STEEL ITEMS.

The revised weightage would be applied on the value arrived at after deducting the cost of steel and cement from the total contract value. i.e. the general price variation clause given below will be applicable on value Ro,

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

34 of 73 Signature of Tenderer/Contractor

Page 36: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

Where Ro = R – (Rs+Rc) R = Gross value of the work done by contractor as per on-account bill(s) excluding cost of materials supplied by Railway at fixed price minus the price values of cement & steel. This will also exclude specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer). Rs = Gross value of steel supply item / items as per on account bill Rc = Gross value of cement item as per on account bill

The following weightage will be applicable to the components of labour, material and fuel etc.

Sl. No

Component Other Contract works

Ballast and quarry products

Earthwork

a) Labour component(P) 30% 55% 50%

b) Material Component(Q) 40% 15% 15%

c) Fuel Component(Z) 15% 15% 20% Total (P+Q+Z) 85% 85% 85% Fixed component 15% 15% 15%

d) Fixed component will not be considered for any Price Variation. If, in any case, the accepted offer includes some specific payment to be made to consultant or some materials supplied by Railway at fixed rate, such payment should be excluded from the gross value of the work for purpose or payment / recovery of variation.

The amount of variation in prices in the several components of Labour, Material etc. shall be worked out as follows:

Mo = (L + M + U) i) L = Ro x (I-Io) x P

Io 100 ii) M=Ro x (W-Wo) x Q

Wo 100 iii) U = Ro x (F-Fo) x Z

Fo 100

Where –

Mo = Amount of variation in the prices for other than steel and Cement.

Ro = Gross value of work done by the Contractor as per on account bill(s) excluding cost of materials supplied by Railway at fixed prices. This will also excludes specific payments if any to be made to the consultants engaged by the Contractor.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

35 of 73 Signature of Tenderer/Contractor

Page 37: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

L = Amount of price variation in labour

M = Amount of price variation in materials

U = Amount of price variation in fuel

Io = Consumer price index number for industrial workers - All India - published in R.B.I. Bulletin for the base period.

I = Average Consumer price index number for industrial workers - All India - published in R.B.I. Bulletin, based on the average price index of three months of the quarter under consideration.

Wo = Index number of whole sale prices – by groups and subgroups "All commodities" – as published in the R.B.I. Bulletin for the base period.

W = Index number of whole sale prices – by groups and subgroups "All commodities" as published in the R.B.I. Bulletin, based on the average price index of three months of the quarter under consideration.

Fo = Index number of wholesale prices – by groups and sub-groups for "fuel, power, light & lubricants" as published in the R.B.I. bulletin for the base period.

F = Index number of wholesale prices – by groups and sub-groups for "fuel, power, light & lubricants" as published in the R.B.I. Bulletin based on the average price index of three months of the quarter under consideration

10.1.4 The total price variation will be the summation component of Ms, Mc and Mo.

Note: The index number for the base Month will be the index number as obtained for the month of opening of the tender or the month in which final negotiations are held. The quarter will commence from the month following the month of opening of the tender or month in which last negotiations are held, if any.

10.2 The adjustment for variation in prices if required shall be made once in every quarter in the on account bills. If more than one on account bill is made to the contractor in a quarter, the adjustment, if required, shall be made in each bill.

10.3 The demands for escalation of the cost will be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment need to be done based on the finally published indices will be made as and when they become available.

10.3.1 For the work executed in a particular quarter, the measurement will be recorded in the last week of last month of the quarter, if not paid already in the preceding weeks or months. If the price variation is downward and recoverable from the contractor, the variation amount will be adjusted in the on account final bill on hand and if the recovery cannot be fully effected it will be recovered from subsequent bills in respect of the same work or any other sum due to the contractor.

10.3.2 Price variation implies both increase as well as decrease in input prices and, therefore, price variation during the currency of the contract may result in extra payment or recovery, as case may be.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

36 of 73 Signature of Tenderer/Contractor

Page 38: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

10.4 For Ballast supply only:- In case of short supply from the stipulated quantity as per quarterly schedule of supply, the amount of price variation will be restricted to the amount payable during the period when the supply was due as per supply schedule stipulated. Penalty for short supply as per quarterly schedule of supply will also however be levied.

10.5 ITEMS EXCLUDED FROM THE SCOPE OF PRICE ADJUSTMENT: The following shall be excluded from the value of the work done for the purpose of price adjustment. i) Materials supplied free by the Railway to the contractors will not form part of the

value of the contract entered into and will fall outside the purview of the price variation clause.

ii) Value of items of work in excess of 25% (Twenty five percent) for the major value NS items, 100% for minor value NS items and 25% (Twenty five percent) for the schedule value for SSR items for which separate rates may be negotiated.

iii) Value of the additional items of work not covered in schedule of quantities. iv) The value of the materials, if any, supplied by the Railway at fixed prices. v) Specific payments, if any, made by the contractor to the consultants engaged by him

where such payments are indicated in the accepted offer.

10.6 PRICE ADJUSTMENT DURING EXTENDED PERIODS OF COMPLETION: The price variation is payable / recoverable during the extended period of the contract also, provided the price variation clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17 – A (i), (ii) and (iii) of G.C.C. However, where extension of time has been granted due to contractor's failure under Clause 17(B) of the GCC price adjustment will be done as follows: a) In case the indices increase above the indices applicable to the last month of original

completion period of the extended period under Clause 17 (A) (i), (ii), (iii), the price adjustment for the period of extension granted under Clause 17 (B) will be limited to the amount payable as per the indices applicable to the last month of original completion period or the extended periods under Clause 17 (A) (i), (ii), (iii) of the General Conditions of the Contract as the case may be.

b) In case the indices fall below the indices applicable to the last month of the original / extended period of completion under Clause 17 (A), (i), (ii), (iii) as the case may be, then the lower indices will be adopted for prices adjustment for the period of extension under 17(B) of the General Conditions of Contract.

11.0 PERIOD OF COMPLETION: 11.1 The Railway expects that a resourceful and experienced contractor should be able to complete

the work in all respects within the period as specified in the Tender Notice and in the Schedule where items of work are furnished from the date of letter of acceptance of the Tender.

11.2 Extension of time of completion will be governed by clause 17 of General Conditions of Contract. However, while granting the extension of time under clause 17(B) of GCC, a token penalty as deemed fit based on the circumstances of the case can be imposed on the contractor without prejudice to other rights of Railway Administration as provided under GCC.

12.0 MAINTENANCE PERIOD: The work shall be maintained after completion for a period as

specified in the Schedule where items of work are furnished by the contractor and he shall make good any defects, imperfections, shrinkages or faults which may appear at his own cost.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

37 of 73 Signature of Tenderer/Contractor

Page 39: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

13.0 VARIATIONS IN QUANTITIES:

The quantities of each item of work furnished in the schedule are approximate and are intended for the guidance of Tender/Contractor .in actual execution of work there may be some increase in the quantities specified. Such variation up to 25% shall in no degree affect the validity of the contract and it shall be performed by the contractor as provided there in and be subjected to the same conditions, stipulations and obligations originally and expressly included and provided for in specification and drawings and the amount to be paid therefore shall be calculated in accordance with the following rates.

13.1 Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would make as per the agreement rate.

13.2 In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating the item is considered not practicable, quantity of that

item may be operated in excess of 125% of the agreement quantity (100% i.e. the original quantity + 25% i.e. quantity over and above the original quantity subjected to the following conditions: - a) Operation of an item by more than 125% of the agreement quantity needs the approval of

an officer of the rank not less than S.A Grade. i. Quantities operated in excess of 125% but up to 140% of the agreement

quantity of the concerned item, shall be paid at 98% of the rate awarded for the item.

ii. Quantities operated in excess of 140% but up to 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for the item.

iii. Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances and shall be paid at 96% of the rate awarded for that item.

b. The variation in quantities as per the above formula will apply only to the individual items of the contract and not on the overall contract value.

c. Execution of quantities beyond 150% of the overall agreement value should not be permitted and if found necessary should be only through fresh tender or by negotiation with the existing contractor.

13.3 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items) A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

13.4 No such quantity variation limit shall apply for foundation items. 13.5 As far as SSR/SOR items are concerned, the limit of 25% would apply to the value of

SSR/SOR schedule as a whole and not on individual SSR/SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate)

13.6 The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of tender (both for increase as well as decrease of value of contract agreement) sanction of competent authority as per single tender should be obtained.

13.7 In Zonal contracts the variations in the contract should not exceed 25% of the contract value or One Lakh, whichever is higher.

13.8 Revision to contract value shall be proposed by way of a variation statement. In all the case, where negotiation are required to be held, appropriate Tender Committee recommendations will be drawn and put up to competent authority.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

38 of 73 Signature of Tenderer/Contractor

Page 40: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

13.9 Gross value of the agreement due to the variation shall be taken for arriving at the competency of sanction. While working out gross value, savings, if any, shall not be taken into account.

13.10 In the event of any reduction in the quantity to be executed for any reasons what so ever, the contractor shall not be entitled to any compensation but shall be paid only for the actual amount of work done. The contractor is bound to notify the Engineer at least seven days before the necessity arises for the execution of any item in excess of 25% of the quantity provided in the agreement.

13.11 In case the contractor fails to attend the meeting after being notified to do so or in the event of no settlement being arrived at the Railway shall be entitled to execute the extra work by other means and the contractor shall no claim for loss or damage that may result from such procedure.

14.0 EMPLOYMENT OF CIVIL ENGINEERING GRADUATES/DIPLOMA-HOLDERS:

The contractor shall employ the following technical staff during the execution of this work.

14.1 One qualified Graduate Engineer when the cost of the work to be executed is Rs.200 lakhs and above. 14.2 One qualified Diploma Holder Engineer when the cost of the work to be executed is more

than Rs.25 lakhs, but less than Rs.200 lakhs. 14.3 These Engineers shall be available throughout the period when the work is progress and not

merely available for taking the instructions. In case the contractor fails to employ the qualified Engineer, as aforesaid in the para No: 14.1 & 14.2, he, in terms of provisions in the GCC, shall be liable to pay an amount of Rs.40,000/- (Rs. Forty thousand only) and Rs.25,000/- (Rs. Twenty five thousand only) for each month or part thereof for the default period respectively.

14.4 The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed by the contractor and as to the reasonableness of the amount to be deducted on this account shall be final and binding on the contractor. (The above clause is not applicable for contracts exclusively for Welding of Rail joints in terms of CTE/SC letter No.W.509/P/Vol.X dt.6-4-2006).

15.0 EXTENSION OF PROVIDENT FUND ACT TO THE EMPLOYEES WORKING UNDER RAILWAY CONTRACTORS:

The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code number from the concerned authorities whenever workmen employed by him are 20 or more. He shall also indemnify Railways from and against any claim, penalties, recoveries under the above Act and Rules. Contractors to get the code number under the EPF so as to enable the PF Commissioners to extend the social security benefits to the workmen engaged by the Railway contractors. The first month’s bill will be released only after code number is taken from the PF Office and a copy of coverage intimation produced. Subsequently for each month, bills will be released only on submission of challans & 12 A monthly return copy in proof of remittance of PF dues for previous month.”(Authority: CGE/SC letter No.W.148/P.Vol.IV dt.04-8-2004).

16.0 DISASTER MANAGEMENT In case of accidents/natural calamities involving human lives, the Railway administration can draft vehicles and equipment of the contractor however, for payment purpose, the item will be operated as additional NS item duly negotiating the rates.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

39 of 73 Signature of Tenderer/Contractor

Page 41: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

17.0 SAFETY PRECAUTIONS TO BE TAKEN AT WORK SITE.

The contractor shall not allow any road vehicle belonging to his or his suppliers etc, to ply in railway land next to the running line. If for execution of certain works viz. earth work for parallel railway line and supply of ballast for new or existing rail line gauge conversion etc, road vehicles are necessary to be used in railway land next to the railway line, the contractor shall apply to the Engineer- in- charge for permission giving the type and number of individual vehicles, names and license particulars of the drivers location duration and timings for such work/ movement. The Engineer In- charge or his authorized representative will personally counsel , examine and certify the road vehicle drivers contractor’s flagmen and supervisor to be deployed on the work location, to be deployed on the work location period and timing to the work .This permission will be subject to the following obligatory conditions.

17.1 Road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6 m from the center of the nearest track. For plying of road vehicles during night hours,

adequate measures to be communicated in writing along with a site sketch to the contractor/contractor’s representative and controlling engineer/ supervisors in charge of the work including officers and the in-charge of the section“.

17.2 Nominated vehicles and drivers will be utilized for work in the presence of at least one flagman and one supervisor certified for such work.

17.3 The vehicles shall ply 6 mtr. clear of track. Any movement/work at less than 6mtrs and up to minimum 3.5m clear of track centre, shall be done only in the presence of railway employee authorized by the Engineer-in-charge. No part of the road vehicle will be allowed at less than 3.5 mtr. from track centre. Cost of such railway employee shall be borne by the Railways.

17.4 The contractor shall remain fully responsible for ensuring safety and incase of any accident, shall bear cost of all damages to this equipment and men and also damages to railway and its passengers.

17.5 Engineer-in-charge may impose any other conditions necessary for a particular work or site. 17.6 The Contractor at all times shall adopt safe working methods to ensure safety of structures,

equipments and labour at site of works. 17.7 The contractor shall not start any work without the presence of Railway supervisor or his

representative authorized by ADEN-in-charge and Contractor’s supervisor at site. 17.8 The methodology proposed to be adopted by the Contractor is to be approved by Engineer-in-

charge with a view to ensure of safety of trains, passengers and workers and he shall also ensure that the methods and arrangements are actually available at site before start of the work and the contractor’s supervisors and the workers have clearly understood the safety aspects and requirements to be adopted / followed while executing the work.

17.9 Survey of site by Supervisor of contractor and Railway’s Supervisor is to be done to assess precautions to be taken at site for working of trains and materials required for protection.

17.10 The list of permissible / sanctioned infringements to moving dimensions for the section shall be made available where work is to be done to execute the works without infringing the moving dimensions.

17.11 Competency certificate issued by ADEN-in-charge with the Contractor’s supervisor at site should be available in the format given in Annexure-I.

17.12 The detailed plans for safe execution of works, duly approved by the Division should be available for undertaking execution of such works which have bearing on moving dimensions, especially those works close to the running lines and fixed structures on brides, inside tunnels etc.,

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

40 of 73 Signature of Tenderer/Contractor

Page 42: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

17.13 Look-out caution, speed restrictions as well as traffic block shall be ensured where necessary for execution of works affecting running lines.

17.14 Mobile phones or Walcky-Talkie sets where necessary should be provided at work sites.

17.15 PRECAUTIONARY MEASURES TO BE TAKEN AT WORK SITE AWAY FROM THE TRACK:-

17.16 Trenches and foundation pits should be adequately and securely fenced, provided with proper caution signs and marked with red lights at suitable intervals during night to avoid accidents. Adequate protective measures should be taken to see that the excavation operations do not affect or damage adjoining existing buildings.

17.17 Proper precautions should be taken for safety of persons and adjoining property before undertaking any blasting operation. Red flags should be prominently displayed around the area to be blasted. All the people on the work except those, who actually light the fuses, should be withdrawn to a safe distance of not less than 300 meters from the blasting site. Recommendations given in I.S. 4081:1986 should be followed for safety during various operations involved in the process of blasting.

17.18 Suitable scaffold should be provided for workman for all works than cannot be safely done from the ground or from solid constructions except such works which can be done safely from ladders for a short period. When a ladder is used, extra labourers should be engaged for holding the ladder and if the ladder is used for carrying materials as well, suitable footholds and handholds should be provided on the ladder and ladder should be given an inclination not steeper than 4 to 1 ( Four vertical to one Horizontal).

17.19 Workers employed on mixing asphalt materials, cement and lime mortars should be provided with protective hand and footwear and protective goggles.

17.20 Workers employed in whitewashing and stacking of cement bags or any materials which injurious to the eyes should be provided with protective goggles.

17.21 Workers engaged in welding works should be provided with welders protective eye-shields, single piece cotton cloth and shoes.

17.22 Stone breakers should be provided with protective goggles, leg-guards and protective clothing and they should be seated at sufficiently safe distance from each other.

17.23 A fully equipped First-Aid Box should be maintained at site by the Agency with at least one person fully trained to give First-Aid.

17.24 Inflammable articles such as Petrol, oil etc., should be stored separately from other materials and all prescribed precautions as per the Indian Explosive Act should be taken.

17.25 In the Bridge work, Track works, repairs to tunnel and demolition of structures through contractual Agency, the safe working and ensuring safety of workman employed should be specifically laid down in the contract itself.

18.0 PRECAUTIONARY MEASURES TO BE TAKEN AT WORK SITE IN VICINITY OF TRACK:-

18.1 Drivers of trains must be served with caution order to look out for any obstruction at the place of work.

18.2 Arrangements should be made to protect the track in case of emergency at work site. 18.3 Before the start of the work, the land strip adjacent to the running track where road vehicle /

machinery is to ply for the work shall be demarcated by lime in advice at the appropriate distance from the centre of existing track in consultation with the Railway Supervisor [Annexure-IV(A)]. Sketch showing the location of marking and barricading along the full length of the work area should be done as per the sketch given in [Annexure-IV(B)]. This will enable the workmen posted at the site and also the lorry drivers to have clear guidelines on the movement of vehicles.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

41 of 73 Signature of Tenderer/Contractor

Page 43: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

18.3 Movement of Lorries near the track should be prohibited during night. In case it is unavoidable adequate protective measures including lighting must be ensured in the complete work area for the safety of the Public and Passengers. Also additional staff shall be posted as necessary for night working.

18.4 Work should not be allowed to progress without the prior approval of the Engineer-in- charge in case movement of vehicles close to the track is involved.

18.5 Machines and vehicles should ply 6 meters (from Track centre ) in case movement at less than 6 meters away from the track is inescapable, it should be permitted in the presence of Railway employee authorized by the Engineer-in-charge.

18.6 Contractor’s representative should be issued a certificate by ADEN to the effect that they have acquired sufficient knowledge about the safety precautions that are needed to be followed while working near the track.

18.7 The worksite shall be suitably demarcated to keep public and passengers away from the work area. Necessary sign boards such as Work in progress etc., shall be provided at appropriate locations to warn the Public / passengers.

18.8 Check lists given in Annexure-III A & III B shall be used to ensure that all the requisite measures have been taken before start of work and work in progress.

18.9 All temporary arrangements required to be made during execution of work shall be made in such a manner that moving dimensions do not infringe. Necessary checks shall be exercised by Site in-charge from time to time.

19.0 WORKING OF CONTRACTOR’S VEHICLES AT SITE 19.1 INDIAN RAILWAYS PERMANENT WAY MANUAL 1986 –(EDITION) ADVANCE

CORRECTION SLIP No.95 dt 30-06-04 Etc., 826 (i)- The contractor shall not start any work without the presence of Railway Supervisor or his representative and contractors supervisor at site.

826 (vii)- The Engineer-in-Charge shall approve the methodology proposed to be adopted by the contractor with view to ensure safety of trains, passengers and workers and he shall also ensure that the methods and arrangements are actually available at site before start of the work and the contractor’s supervisors and the workers have clearly understood the safety aspects and requirements to be adopted /followed while executing the work. There shall be an assurance register kept at each site, which will have to be signed by both, i.e Railway supervisor or his representative as well as the contractor’s supervisors as a token of their having understood the safety precautions to be observed.

19.2 When the contractor’s vehicles are to be worked closer to 6m but not less than 3.5m from center line of the running track (Annexure-IV A)

i) Drivers of vehicle shall be briefed about safety and precautions to be taken while moving/working close to traffic.

ii) Demarcation of the land shall be done by bright colored red ribbon/nylon rope of 12mm thick suspended on 75cm high wooden/bamboo posts at a distance of 3.5m from center line of nearest running track as shown in (Annexure-IV B)

iii) Contractor shall ensure the road vehicle/Machinery ply in a way so that these do not infringe the line of demarcation.

iv) Presence of an authorized Railways representative shall be ensured before plying of vehicles or working machinery.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

42 of 73 Signature of Tenderer/Contractor

Page 44: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

v) Railway supervisor shall issue suitable caution order to drivers of approaching train about road vehicles plying or machinery working close to running tracks. The train drivers shall be advised to whistle freely to warn about the approaching train. Whistle boards shall be provided wherever considered necessary.

vi) Lookout men shall be posted along the track at a distance of 800m from such locations, which will carry red flag and whistles to warn to the road vehicles/machinery users about the approaching trains.

vii) On curves where visibility is poor, additional lookout men shall be posted. viii) In unusual circumstances, where operator apprehends infringement to track while working

truck/machinery near running track, following action shall be taken: a) The contractor /supervisor/vehicle operator immediately advise the situation to

Railway official and assist him in protecting the track. b) Protection shall be done for other emergencies.

19.3 WHEN THE CONTRACTOR’S VEHICLES ARE TO BE WORKED CLOSE TO 3.5M FROM CENTER LINE OF RUNNING TRACK:

i) Plying of vehicle or working of machinery closer to 3.5m of running track shall be done under protection of track. Traffic block shall be imposed wherever considered necessary. The site shall be protected as per the sketch given in (Annexure-IV B) and the provisions of Para No. 806 & 807 of P-way Manual as the case may be.

ii) Presence of a Railway supervisor shall be ensured at work site. iii) Railway supervisor shall issue suitable caution order to drivers of approaching train about

road vehicles plying or machinery working close to running tracks. The train drivers shall whistle freely to warn about the approaching train.

19.4 PARKING OF VEHICLES OR CONSTRUCTION MACHINERY: i) No vehicle or construction machinery shall be parked in unmanned condition on a gradient

sloping towards running track. ii) Even on level ground or gradients sloping away from the track, vehicles or construction

machinery shall be parked in unmanned conditions at a minimum distance of 6m from nearest track center in fully braked condition. In addition to brakes, suitable wedges shall also be applied on all the wheels.

19.5 TRAINING Training in safe working methods for both along and on the track should be imparted to supervisors /operators of the work executing agencies. Such training may be imparted at zonal/divisional training schools for required duration as deemed fit, with a view to ensure that the field staff engaged in such works get acquainted with the safety precautions that are needed to be taken while executing the works.

20.0 NIGHT WORK:

20.1 During the course of work, if night works to be resorted to, the contractor shall make necessary arrangements for lighting the area, provided there is no separate item in the agreement for providing lighting arrangements, at his own cost and ensure that there shall be safe working to the required standard in the night.

20.2 If night work is permitted by the Railway the quoted rates shall hold good for the items of the work done during night also.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

43 of 73 Signature of Tenderer/Contractor

Page 45: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

ANNEXURE I

COMPETENCY CERTIFICATE Certified that Shri ______________________________ P.way Supervisor of M/s _________________________________ has been examined regarding p.way working on _____________________________________ work. His knowledge has been found satisfactory and he is capable of supervising the work safely.

Assistant Divisional Engineer

ANNEXURE II

CHECK LIST BEFORE STARTING THE WORK Name of the work__________________________________________________________________________ Location__________________________________________________________________________ duration of the work: from:_____________________ to__________________________. Sl.No Details Yes No

1 Contractor’s supervisor identified/Selected. Who is going to be site in charge?.

2 Training imparted to contractors supervisor & Certificate issued?

3 Work site inspected by the constructions supervisors/other department’s supervisors along with contractor’s supervisor?

4 Precautions to be taken identified and listed?

5 Plan of work, drawn out by the contractor’s supervisor in consultation with Railway’s supervisors?

6 Plan of work, brought to the knowledge of open line AEN/IOW or PWI?

7 Before start of the work, proper lime marking/barricading had done at site of work>

8 Men deputed for protection of track along with safety equipments?

9 Caution order issued for the train drivers in case work is being done within 6 mtrs of centre of running track?

10 Drivers of vehicles/machinery being used have been identified? 11 Drivers of vehicles/machinery briefed about the safe working? 12 Sufficient lighting provided at site of work for night working? 13 Infringements checked?

14 Sectional (Open line) AEN/IOW/PWI have satisfied themselves regarding safety arrangements?

15 Availability of Walkie-Talkie sets for communication? Signature of construction/ other departments Supervisor Date:

Signature of Open line’s Supervisor.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

44 of 73 Signature of Tenderer/Contractor

Page 46: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

ANNEXURE III

Name of the work

______________________________________________________________________

Location_____________________________________ Duration of the work:

From___________________

To_____________________________ Date of

inspection______________________________________.

Sl.No Details Yes No

1 Does the contractor’s supervisor have the certificate?

2 Does the knowledge of the contractor’s supervisors on safety of track & work site is up to the mark?

3 Is the Railway’s supervisor of construction Organisation/other departments available at site?

4 Is knowledge of Railway’s supervisors O.K?

5 Is lime marking/barricading done?

6 Are adequate safety precaution taken?

7 Are communication facility (Walkie-Talkie sets)available at site?

8 Are only identified drivers driving the vehicles/machinery?

9 Is whole work site safe for working of men / vehicles & trains?

10 Are adequate lighting arrangements done at site?

11 Are adequate protection equipment available at site?

12 Is caution order to trains being issued?

13 Are train drivers following the enforced temporary speed restrictions?

14 Has work permit been taken for working in Electrified territory/Station yard (P & C areas)

Signature of inspecting officer

Designation

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

45 of 73 Signature of Tenderer/Contractor

Page 47: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

46 of 73 Signature of Tenderer/Contractor

Page 48: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

47 of 73 Signature of Tenderer/Contractor

Page 49: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

ANNEXURE - V REVISED MODEL FORM OF BANK GUARANTEE BOND FOR PERFORMANCE GUARANTEE

1. In consideration of the President of India (hereinafter called “the Government”) having agreed to exempt-------------------- ( hereinafter called “ the said Contractor(s)”) from the demand, under the terms and conditions of an Agreement dated -------------- made between -------------- and ---------------------------- for ------------------------- (hereinafter called “the said Agreement”), of Security deposit for the due fulfillment by the said contractor(s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs.--- ---------------------(Rupees-------------------------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 to the Government an amount not exceeding Rs.--------------- against any loss / damage caused to or suffered or would be caused to or suffered by the Government by reasons 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 of the Bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said contractor(s) of any of the terms or conditions contained in the said Agreement or by reason of the contactor(s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee shall be restricted to an amount not exceeding Rs.--.

3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suite or proceeding pending before any court or Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the contractor(s) / supplier(s) shall have no claim against us for making such payment.

4. We, -------------------------------(indicate the name of 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 and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till ------------------------- Office/Department) Ministry of ----------------------- certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the --------------------------- we shall be discharged from all liability under this guarantee thereafter.

5. We, ---------------------(indicate the name of the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relived from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance act or omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the law relating to the 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 of the bank) lastly under take not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated: the---------------- day of --------------- 200 For -----------------------------------

(indicate the name of the bank)

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

48 of 73 Signature of Tenderer/Contractor

Page 50: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

ANNEXURE-VI

1.0 WORKS CONTRACT CLAUSE-13

1.1 In case cement, Steel, AC sheet with or without accessories, GI sheets with or without accessories, glasses or any other materials/items are issued to the contractor(s)either free of cost or on cost to be recovered for use on the work as stipulated in the agreement the supply thereof shall be made in stages depending on the progress of the work, limited to the quantity /quantities computed by the Railway, according to the prescribed specification and approved drawings as per agreement. The materials supplied should conform to Railway’s Specification in all respects should be in accordance with approved sample. All such materials supplied to the contractor(s) for the work either free of charge or on payment as the case may be will be issued to contractor(s) at the Railway depot/godown/goods shed and will have to be transported by the contractor to the site of work at his cost. All such materials shall be used by the Contractor for the work in such quantities as are indicated in the schedule or in the relevant specifications or drawings or as approved by the Engineer, whose decision thereon shall be final. Wastage or damages of such materials in any manner shall be totally avoided. The contractor(s) shall be liable to the accountal for all such materials issued by Railway either free of cost or on payment excluding the permissible wastage which in case of steel materials should not in any case exceed 1% of the total quantity required for the work as per the approved drawings. No wastage under other items is permissible. Short lengths of rods should also be utilized to the extent possible by overlapping joints.

The Cement, Steel, A.C.Sheets with or without accessories, G.I sheets with or without accessories glasses or any other materials issued in excess of the requirement(s) as above, shall be returned in perfectly good condition by the contractor(s) to the Railway at the Railway depot/Godown/Goods shed at ________immediately after completion or termination of the contract. If the contractor fails to return the said materials then the cost of such materials issued in excess of the requirement as computed by Railway according to the specification and approved drawings will be recovered from the contractor(s) at twice the prevailing procurement cost at the time of last issue viz., 2 x (purchases price +5% freight only). This will be without prejudice to the right of Railway to take action against the contractors under the condition of the contract for not doing/completing the work according to the prescribed specification and approved drawings. If it is discovered that the quantity of cement, steel or any other material used is less than the quantity computed by the Railway, according to specifications and approved drawings the cost of materials not returned will be recovered at the same rates as applicable to excess issue of materials, indicated in the preceding para.

1.2 It shall be the responsibility of the contractor to keep in safe custody any Railway material plant or equipment issued for the work. The contractor shall at his own expense provide suitable temporary shed/sheds for this purpose on the Railway land made available by the Railway free of rent and shall remove the shed/sheds when no longer required in terms of clause 30 of General conditions of contract.

1.3 If due to any reason the Railway is not in a position to make available the Railway land the

Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost shed/sheds or secure private accommodation outside the Railway premises. In such a case the contractor may be permitted to take the Railway material required for the works outside the

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

49 of 73 Signature of Tenderer/Contractor

Page 51: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

                                                                                                                            

 

       

railway premises and to store in the Shed so erected or private accommodation so secured. It shall be the responsibility of the contractor to keep the railway material in safe custody and the same should be kept entire separate from the contractor’s material and the Railway shall have liberty to inspect the same from time to time.

1.4 The code Nos. description and rates given in the schedule are based on the printed USSR-2010. Any discrepancy noticed during the execution of the work, in the working rates quantity of cement etc. should be rectified by reference to the printed schedule, which shall be treated as authoritative and binding on the contract. The relevant notes applicable to the respective sub chapters will apply to the items of the Tender schedule and should be considered as having been incorporated in the contract agreement and binding on the Contractor.

1.5 For any other items not specially shown in the schedule of rates appended to the tender document, the Divisional/Executive Engineer will offer rates as shown for the Secunderabad Division / zone in the South central railway printed USSR-2010 subject to the same percentage adjustment accepted in the contract being applicable to the additional items.

1.6 Railway shall not supply from its own quota to the contractors controlled or imported commodities. Assistance will, however given by recommending to appropriate authorities. Contractor applications for issue of import licenses and release of controlled commodities if the Engineer is satisfied that this material is actually required by contractor for carrying out the work and is not available in the country.

1.7 It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of all corrections, and amendments of the said General conditions of contract made up to the date of the execution of these presents and no objection shall be taken by the contractor on the ground that he was not aware of such amendments and corrections of the said General Conditions of Contract or to any of them.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

50 of 73 Signature of Tenderer/Contractor

Page 52: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

GENERAL CONDITIONS FOR EARTH WORK:-

1. The tenderers are required to quote uniform percentage rate above/below/at par on the items of the Schedules separately both in figures and words. If there is any variation in between the uniform percentage rate quoted in words and figures, the uniform percentage rate quoted in words will be taken as correct and final.

2. The quantities shown in the tender schedule are approximate and shall be operated in full or part at the discretion of the Engineer in charge.

3. Payment will be made based on the actual quantities operated/executed.

4. The Railway administration will not be responsible for the safety of contractor’s Labour engaged for this work.

5. The contractor shall make his own arrangements for men, materials, tools, consumables etc., required for the work at his own cost and shall be responsible for safe working of trains at work spot.

6. Conservancy charges as applicable and as modified from time to time will be recovered from Contractor’s running bills.

7. In the event of any accident at the work site and it is established during the departmental enquiry by the Railways that the accident occurred wholly or partly due to any act of tent amounting to negligence on the part of the Contractor or his labour is not adhering to the instructions of the Engineer-in-charge. The Contractor shall be remaining himself liable for damage and also legal prosecution if loss of life is involved.

8. The contractor is responsible for safe passage of trains. All trains will be allowed with the specific approval of SSE/SE/P. Way in-charge in the portion of track under repairs by the Contractor. Any variation in this regard, the Contractor will be held responsible for all damages caused out of negligence manipulated by his staff.

9. The work to be carried out under traffic conditions. It is the responsibility of the Contractor to see that there is no detention or interruption to the movement of trains and ‘No Claim will be admissible towards loss of time/wastage of labour employed etc. that may be incurred by the contractor due to movement of trains. The rate quoted should cover all such contingencies.

10. Necessary speed restrictions for the trains will be imposed by the railway and look out man will be provided at railway’s cost if required.

11. Leveling, dressing and sectioning to profile of earthwork should be done in layers inclusive of breaking up of clods as per specification.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

51 of 73 Signature of Tenderer/Contractor

Page 53: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

SPECIAL CONDITIONS OF LEVEL CROSSINGS: 1. The quantities shown in the tender schedule are approximate and will be operated in full or part at the discretion of the Engineer in charge. Payment will be made based on the actual items operated. 2. All items in the tender schedule should be carried out in accordance with the standard specifications. i) For materials and works up to date corrections there to SSR‐2010 of SC Railway. ii) All materials to be supplied and used by the contractor in connection with this work should have prior specific approval of the Engineer in charge and should be in accordance with the specifications for materials and works of SC Railway. 3. The tenderers are required to study all the drawings referred to in the tender thoroughly before quoting the rates. The Railway reserves the right to change their drawings. Neither extra payment nor claim will be entertained on that account. Payment will be made to the contractor for the work actually done at the accepted rates of Agreement. 4. The contractor is required to safe guard the steel brought to site and to use the same on the work in accordance with actual requirement as approved by the Engineer as may be indicated in the relevant drawings or specification. 5. All works should be maintained after completion for a period of six months and the contractor should make good any defects, imperfection of faults, poor wood work etc., at his own cost, during the maintenance period and defects like cracks, wraps should be good by the contractor at his own cost inclusive of affected masonry work etc., 6. The cement supplied should conform to I.S. specification 8112 for 43 Grade or I.S. Specification 12269 for 53 Grade. Before executing the work, the agency should submit a test certificate for Standard Properties as well as indicating the source of supply and brand of the cement. 7. The steel used shall confirm to specification No. IS 2062‐1992 grade “A” and it is to be ensured that the steel used shall not be of rerolled variety and should be from stock yards of TISCO, SAIL,VIZAG Steel plant or any other source approved by the Engineer‐in‐charge. The necessary steel test certificate should be obtained from TISCO, SAIL, and VIZAG Steel firms to the above specifications for the materials to be used for this work. The steel shall not be rerolled variety. The agency shall along with certificates to relevant standards from the manufacturers before the commencement of work. 8. The contractor labour shall be provided with identity cards due to security problems. 9. The damages done to the adjoining wards / items to carry out the new work shall be made good at the cost of the contractor. 10. The Railway administration will not be responsible for the safety of contractor’s Labour engaged for this work. 11. The lead for transportation of P-Way materials shall reckoned based on the shortest Railway route. 12. The contractor shall make his own arrangements for men, materials, tools, and consumables etc., required for the work at his own cost and shall be responsible for safe working of trains at a restricted speed on work spots. 13. In the event of any accident at the work site and it is established during the departmental enquiry by the Railways that the accident occurred wholly or partly due to any act of tent amounting to negligence on the part of the Contractor or his labour in not adhering to the instructions of the Engineer-in-charge. The Contractor shall himself be liable for damage and also legal prosecution if loss of life is involved. 14. The contractor is responsible for safe passage of trains. All trains will be allowed with the specific approval of SSE/SE/P.Way-in-charge in the portion of track under repairs by the Contractor. Any variation

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

52 of 73 Signature of Tenderer/Contractor

Page 54: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

in this regard, the Contractor will be held responsible for all damages caused out of negligence manipulated by his staff. 15. The contractor should engage qualified engineer/retired P. Way Inspector conversant with P. Way work to supervise at his cost. Work should be taken up only in the presence of the Engineer nominated for this work. 16. It is the responsibility of the contractor to arrange for watchman to guard against theft etc., till that time the released materials are handed over to Engineer – in - charge. 17. The items included in the tender schedule should be carried out in accordance with the S. C. Railway standard specifications for materials and works 1970 with the up to date correction slip thereto of S.C. Railway. The date of handing over of released materials by the contractor along with DMTR Nos. should be mentioned in the certificate given by ADEN to the effect that all the released P. Way material is trucked out fully from mid section along with the bill for payment of balance 30% amount. 18. All the released materials as per the inventory taken by the ADEN/PWI has to truck out the materials and hand over to the department depot by the contractor, if any loss or damage occurred for the released materials, the cost of the same which will recovered from the contractor’s bills as per the extent rules and certificate in the bill has to be furnished by the ADEN/PWI stating that all the released materials are returned and accounted for the relevant register duly giving page No and date. 19. No plant or machinery will be supplied by the Railway for this work. It is the contractor’s responsibility to supply at his own cost, any materials and plant, machinery required for this work. 20. For any items of work in the event of these being any conflict in the working or drawing referred to in the schedule and specifications of work, the decision of Engineer-in-charge will be final in all such matters. 21. If due to any reason, the Railway is not in a position to make available the Railway Land the Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost shed, sheds or secure private accommodation outside the Railway premises. In such a case, the contractor may be permitted to take the Railway materials required for the work outside the Railway premises and to store in the shed so erected or private accommodation, so secured. It shall be the responsibility of the contractor to keep the entirely separate from the Contractor’s materials and the Railway shall be at liberty o inspect the same time to time. 22. Contractor’s supervision. 22.1 The Contractor shall employ and post at site a technical supervisor who should be adequately qualified and well experienced in execution of Permanent Way Works. The name, particulars of technical qualifications and record of experience of the supervisor employed should be advised to the Engineer-in-charge. If in the opinion of the Engineer-in-charge the supervisor is not fit to be in-charge of the work should be forth with replaced. In this matter, the opinion of the Engineer-in-charge will be final and binding on the contract. 22.2 No work on the track should be done unless and until the PWI or his authorized Engineer- in-charge, Contractor’s technical supervisor is present at site. 22.3 The contractor shall carry out the work in such a manner to avoid any inconvenience and disturbance to Railway working and to the public using the railway premises and will adjusts the program of the work accordingly in consultation with the engineer-in-charge. 22.4 The Railway administration will not be responsible for the safety of contractor’s labour engaged for their work and should be ensured that all the labour are medically fit with good eye sight so that they can safe guard themselves. 22.5 At any stage during the execution of work, if contractor fails to employ adequate labour to complete the works in traffic blocks to raise the speed by rear packing and restore traffic etc., as decided by the

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

53 of 73 Signature of Tenderer/Contractor

Page 55: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

Engineer in charge such work will be carried out by deploying departmental labour at the cost of contractor, without prejudice to action as per GCC in clause 62and recovery of cost of such labour shall be made from contractor’s bill as per extent rules. 22.6. Vehicles and equipment of contractors can be drafted by Railway administration in case of accidents/natural calamities involving human lives. However, the number of hours, the equipment put to use is to be compensated as per prevailing rates inclusive of fuel charges on actual basis. . SIGNATURE OF TENDERER(S) Sr.DEN/West/SC.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

54 of 73 Signature of Tenderer/Contractor

Page 56: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

SPECIAL CONDITIONS FOR REBUILDING OF BRIDGES, CONSTRUCTION OF RUBs BY OPEN CUT METHOD AND BRIDGE REPAIRS WORKS.

1.1 When it is required to operate Hitachi/JCB/Proclain or any other heavy machinery/Plant in the Rly. land, the contractor is required to take prior written permission from the concerned Engg. Official.

1.2 All the required RCC boxes should be cast either at bridge site or at suitable location as directed by Engineer-In-Charge and to be shifted to the predetermined location at least one day in advance of the block. No separate payment will be made for transportation/shifting of RCC boxes/slabs to required Bridge/RUB location.

1.3 Casting of RCC boxes should be so planned that the RCC boxes can be lifted and transported to the predetermined location by contractor’s cranes/ trailer without infringing to the assembled track, released materials etc.

2.0 Modus of operandi for rebuilding of bridges, new RUBs by OPEN CUT method. Preliminary arrangements(pre-block activities):

2.1 The existing rails in track are to be suitably cut and fish plated under traffic condition so that during the block, track is lifted with the help of contractor’s cranes along with sleepers and kept aside within one attempt during the block to avoid time loss. Crib & Shoulder ballast has to be filled up in bags for ready use in block.

2.2 All Cranes, Hitachis, Breakers mentioned in corresponding item should be in operation at a time and should be in good working condition along with spare operators, technician/mechanic, crane supervisor etc, as a mark of fool proof arrangements, so that one can meet any eventuality. Activities during the block All required arrangements to be done including the following as per the directions of the engineer at site to avoid any time loss.

2.3 Fish plates to be removed and secured at nominated locations 2.4 Remove the isolated track panel, steel girders if any and to be stacked at

nominated location with the help of crane 2.5 Remove the ballast up to the formation level and stack it away at nominated

location by Hitachi. Mild blasting of stone/concrete masonry to be done if required, using the predrilled charged holes for dismantling/shaking the masonry up to the required depth (necessary protection to be arranged to avoid probable splashing of the splinters/broken pieces covering an area up to 50 sq.m with contractors planks etc).

2.6 Remove the existing RCC pipe/slab/STC, masonry debris with the help of Hitachi up to the required level/depth and such debris to be cleared away from the working area, bridge vent way to avoid inconvenience at work spot. Provide the soling stone to the required level as per drawing

2.7 Provide PCC leveling course with quick setting cement.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

55 of 73 Signature of Tenderer/Contractor

Page 57: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

2.8 Lift pre-cast RCC boxes/slabs to the nominated span and place over leveling course with the help of contractor’s cranes

2.9 Spread and level excavated soil to the required height and then dump ballast uniformly on the box top, place the released track panel, giving kutcha packing duly rectifying the cross levels/alignment (after assembling, linking, first through packing of the track, the track parameters are to be brought within gauge -3mm, level 5mm left/right and alignment 5mm on 20m chord)

2.10 The gauge faces of the rails to be greased before allowing the first train The above paras are for the clear idea of relevant items which are connected with safety ,which are to be streamlined/brought in a sequence in operation for avoiding time loss, duly stipulating the availability of time allowance so that the contractor will get overall picture of the work involved and thus to quote rates accordingly.

3.0 CONCRETE / MASONRY WORKS: 3.1 CEMENT: The cement should conform to I.S. specification 12269 for 53

Grade & to IS 8112 in case of 43 grade. Before executing the work, the agency should submit a test certificate for Standard Properties as well as indicating the source of supply and brand of the cement. Contractor shall use only approved brands, as approved by Engineer – in – charge. PPC shall not be allowed.

3.2 REINFORCEMENT STEEL: The reinforcement steel to be used shall be Tor/HYSD bars and shall conform to IS Specifications No: IS-1786 (grade Fe 415). If mild steel is to be used for reinforcement it shall confirm to IS 432 Part-I (Grade-I). The reinforcement steel to be used in work shall be from TISCO/ SAIL or VIZAG Steel plant. The steel shall not be of rerolled variety. The agency shall produce necessary vouchers in original in support of the purchase of steel and cement from the suppliers along with certificates to relevant standards from the manufacturers before the commencement of work.The contractor is required to safe guard the steel brought to site and to use the same on the work in accordance with actual requirement as indicated in the relevant Drawings or specifications.

3.3 Water to be used should confirm to para 26.1.1 of IRUSSR (works & Materials). Water shall be got tested by the contractor at his own cost to ensure its suitability. Approval of Engineer in charge shall be obtained on the report before commencing the work. Approved test report should be kept at site office. The contractor should keep all relevant records required like cement test report, steel test report, cube test report etc., in the site office.

3.4 The shuttering should confirm to para 4.2 of IRUSSR (works & Materials). 3.5 Execution of all concrete works, supply of cement and steel, all ingredients of

concrete shall be as per relevant specifications of Indian Railways Unified Standard Specifications (works & materials) – 2010. Before starting the work the agency shall indicate & get approval for the source of supply of materials viz. coarse aggregate, fine aggregate. The agency shall submit samples of coarse/fine aggregate along with necessary cement required for mix design. The agency shall arrange for mix design as per the requirement of Railways, at their own cost including movement of materials to approved laboratory, as

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

56 of 73 Signature of Tenderer/Contractor

Page 58: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

approved by Engineer-in-charge. The design shall be further checked by trial mixes at site as per relevant specifications. If the results of test cubes does not confirm to the required standard, Railways shall ask the contractor to get the mix designed again. During the course of the work, samples of concrete will be taken and tested at regular intervals from representative portions of the works. All costs of such testing shall be borne by the contractor.

3.6 The work locations in this agreement come under ‘moderate’ environment condition. The following are the extracts of IRS concrete bridge code 1997, correction slip. No 12 dt 2-6-2009.

TABLE (a) Maximum water cement ratio:

Environment Plain concrete(PCC)

Reinforced concrete(RCC)

Moderate 0.50 0.45

Severe 0.45 0.40

Extreme 0.40 0.35

TABLE (b) Minimum grade of concrete

Environment Plain

concrete(PCC)Reinforced concrete(RCC)

Moderate M-15 M-20

Severe M-20 M-25

Extreme M-25 M-30

TABLE ( c ) Minimum cementations material content

Environment Plain concrete(PCC)

Reinforced concrete(RCC)

Moderate 240 300

Severe 250 350

Extreme 300 400

Max cementitious material content shall be limited to 500kg/cum.

Note: For Underwater Concrete 10% extra cement should be added over and above the normal cement content of the concrete mix specified above.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

57 of 73 Signature of Tenderer/Contractor

Page 59: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

3.7 LABORATORY AT SITE: The contractor shall set up a field laboratory with his own cost at work site, which should be opened for use and inspection by the Railway at any time. The laboratory shall be equipped with necessary equipment to carry out the various tests such as sieve analysis, cube testing, slump test, workability etc., on aggregate, cement, water and concrete required for ensuring the required quality and standard conforming to codal provisions and specifications. Contractor will be required to get the tests done on cement and steel as per provision in the relevant IS Codes at approved laboratories. Nothing extra shall be paid on this account. 75% concrete cubes shall be tested at site by contractor’s compressive strength machine. Remaining 25% concrete cubes shall be tested from soil mechanics lab/Rail Nilayam/SCR or any Govt. engg. college or any Govt Polytechnic college or any other reputed Govt approved laboratories with the approval of Engineer-In-Charge. If the contractor fails to establish a laboratory at site or the established laboratory does not possess adequate equipment to conduct quality control tests, the agency shall get those relevant tests done at any Government engineering college/Government polytechnic college/any other reputed Govt/semi-Govt/private laboratories, as directed by the Engineer-In-Charge at contractors cost.

4.0 SUPPLY OF MATERIALS BY RAILWAYS:

4.1 RH Girders, CC Cribs of size 600 x 600 x 1800mm will be supplied by the railways at free of cost, if they are required to be inserted under the track. No hire charges will be collected from the contractor for these cribs. Transportation to the site and back to the required location will be paid by Railways under relevant agreement items. .

4.2 The contractor has to make his own arrangements for making staging arrangements as required. In case the Railway materials are available and can be spared, the Railways may supply the following materials on hire charges subject to availability as per rules in force, on request. The Railway materials shall be supplied at nearest Stores depot or any depot within S.C. Railway and the tenderers/contractors shall transport these materials at their cost to the site of work and they shall be returned back to the same depot or as advised by the Engineer-in-charge after completion of work. The discretion of Railway with regard to sparing of Railway materials on hire charges is final and the contractor shall have no further claim on this account. The contractor has to make his own arrangements for any other materials required other than those supplied by Railway on hire charges.

4.3 The hire charges are as follows:

Description of material Hire charges per day

i) Steel cribs of size 2’x2’x6’ -- Rs. 5.55 per day per each crib ii) Second hand rails, RSJs etc. -- Rs.16.00 per day per MT iii) Dip Lorries 15 MT capacity -- Rs. 40.00 per day per each iv) Wooden sleepers -- Rs.0.57 Ps. per day per each

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

58 of 73 Signature of Tenderer/Contractor

Page 60: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

4.4 The hire charges will be levied for the period from the day of issue of Railway material to the handing over date of material at the Depot (both days inclusive).

4.5 Materials issued by the Railway shall be used solely and economically for the purpose of the work covered by this contract. Loss or damage of such materials in any manner shall be totally avoided. If any loss or damage is caused to the Railway materials, Recovery will be made as per extant rules in force.

4.6 It shall be the responsibility of the contractor to keep in safe custody and Railway materials plant or equipment issued for the work. The contractor shall at his own expenses provided suitable temporary shed/sheds for this purpose on the Railway land made available by the Railway free of rent and shall remove the shed/sheds when no longer required in terms of Clause 30 of General Conditions of Contract.

4.7 If due to any reason the Railway is not in a position to make available the Railway land, the Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost shed/sheds or secure private accommodation outside the Railway premises. In such a case, the contractor may be permitted to take the Railway materials required for the work outside the Railway premises and to store in the shed erected on private accommodation so secured. It shall be the responsibility of the contractor to keep the Railway materials in safe custody, the same should be kept entirely separate from the contractor’s materials, and the Railway shall have liberty to inspect the same from time to time.

5.0 SERVICE ROADS: 5.1 The contractor will be permitted to make use of existing service roads if any

free of cost new service roads required by the contractor in connection with the work either near the work site elsewhere whether within or outside Railway limits for carriage of materials or for any other purpose whatsoever will have to be constructed and maintained by the contractor at his cost. For the purpose of construction of Service Roads on Railway land permission will be given to the contractor at Railway’s discretion free of any charges.

5.2 If any land other than Railway land is necessary to be acquired or to be entered upon for the purpose such land acquisition or permission to enter upon the land has to be arranged for by the contractor at his cost. The contractor will however, indemnify the Railway against all claims for all damages whatsoever in this account. Railway however reserves the right to make use of such service roads without any charges.

6.0 JUNGLE CLEARANCE:

6.1 Before the work is started the contractor shall clear the area of construction of all trees, grass, shrub, bushes etc., No extra payment will be made for the clearance of jungle shrubs, bushes, trees etc., The rates quoted for excavation are deemed to include the charges for the clearance of jungle, shrubs, trees etc.,

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

59 of 73 Signature of Tenderer/Contractor

Page 61: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

7.0 STAGE PAYMENT:

7.1 70% of payments for RCC box (relevant USSR items of Steel, Concrete, cement) will be paid after successful casting of RCC boxes. Remaining 30% will be paid after the boxes are launched into the track as per relevant agreement item.

8.0 ARRANGEMENT OF TRAFFIC BLOCK & PENALTY CLAUSE:

8.1 Contractor will be given information regarding the line block three days in advance. Contractor should arrange all required good working machinery to the site at least one day in advance of the block. Spare operator, technician/mechanic with spare parts should be available at site for each set to take care of machinery to utilize block as per planned schedule. Planned block may be cancelled even at the last minute due to train operational difficulties. Due to exigencies of traffic, if the programmed blocks are not granted, no compensation will be paid to the contractor due to idling of man power and machinery.

8.2 All required effort/planning/failure free fast brisk working of machinery, labour employed etc, to be ensured by contractor to ensure that the removal of existing slab/masonry/earth work, placing boxes, back filling, filling up ballast, assembling and linking track, through packing to be completed to allow the traffic at restricted speed to be completed within permitted block, failing which liquidated damages will be calculated @ Rs.500/-(rupees five hundred) per minute of such bursting and the same will be recovered for delay/detention from the contractor. The reason for bursting the block will be finalized by conducting enquiry constituted by railway at the level of supervisors / officers, duly nominating contractor/his authorized representative witness and findings of the enquiry committee will be final and binding on the contractor.

8.3 The following machinery shall be arranged by the contractor in advance (at least 1 day in advance) as per directions of Engineer-In-Charge at site for each bridge site.

Gas cutting equipment along with gas cylinder, gas cutter etc 2 sets

Bernco jacks of 15MT capacity along with operators 2nos

Crow bars, beaters, shovel, mortar pans etc 30each

Masons along with Khalasis and required equipment must be available for preparing PCC bed without any delay for levelling

6sets

Men mazdoor along with necessary tools for slewing the track as necessary

30men

Blacksmith with 2khalasis for removal of fish plates/bolts etc, linking track

2sets

Note: Above list is only indicative. It is the responsibility of the contractor to ensure adequate manpower, tools, machinery as required to execute the work in a professional manner within the time allotted.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

60 of 73 Signature of Tenderer/Contractor

Page 62: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

12. The contractor/tenderer has to make his own arrangements for obtaining the earth from private land owners by paying necessary fees etc. For the same. No extra payment will be made nor entertained towards the same or any pathway if required to be formed for execution.

13. The contractor has to acquire land from barrow area of earthwork situated at least 35 mts. away from the Railway land boundary at his own cost.

14. The Rly. may collect samples of the earth at random and get it tested at approved/ Rly. laboratory for its suitability. If it is not found suitable the contractor should not use it and should remove away from Rly. premises.

15. While doing earth work care should be taken that excessive work is not carried out either in the width or in the height of the cess and no payment will be done for extra quantity done. Proper template should be used and level pegs should be given in advance.

Sr.DEN/West/SC

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

61 of 73 Signature of Tenderer/Contractor

Page 63: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

Page 1 of 8

N.S- 1

N.S- 2

N.S- 3

N.S- 4

N.S- 5

N.S- 6

N.S- 7

N.S- 8

N.S- 9

N.S- 10

N.S- 11

N.S- 12

N.S- 13

N.S- 14

N.S- 15

N.S- 16

N.S- 17

N.S- 18

N.S- 19

N.S- 20

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

Sl No011011

011070

012010

012040

012050

013111

013112

013114

013120

013130

031012

032032

032060

032082

041011

041012

042011

042013

042014

042025

Item No664.000

14.000

40.000

7.000

5.000

1,080.000

100.000

50.000

6,240.000

6,240.000

13.000

38.400

0.350

0.500

5.000

8.000

3.500

35.000

35.000

12.000

Quantity TotalDescription Unit RateEarth work in excavation as per approved drawings and dumping atembankment site or spoil heap, within railw(1)All kinds of soilsExtra for every additional lift of 1.5m or part thereof, after the initial1.5m, for earth work in all soilsExtra over item 011010 for excavation in foundations for buildings and bridges to cover dressing to neaFilling, watering and ramming earth in 15 cm layers in floors andfoundations with surplus earth from foundaSupplying and filling sand in plinth and under floors including watering, ramming, consolidating and dreEarthwork in cutting (Classified) in formation, trolley refuges, sidedrains, level crossing approaches, pla(1)In all conditions andclassifications of soil except rockEarthwork in cutting (Classified) in formation, trolley refuges, sidedrains, level crossing approaches, pla(2)Soft rock not requiring blastingin all ConditionsEarthwork in cutting (Classified) in formation, trolley refuges, sidedrains, level crossing approaches, pla(4)In rock and very hard rockwith hammer / chisel / pavement breaker etc. where blasting is notpermitted due Earthwork in filling in embankment, guide bunds, around buriedtype abutments, bridge gaps, trolley reExtra for mechanical compaction of earth/blanketing material filled inembankment with contractor¿s rolleProviding and laying in position cement concrete of specifiedproportion excluding cost of cement, centering(2)1:3:6 (1 cement : 3sand : 6 graded stone aggregate 40mm nominal size)Providing and fixing at or near ground level, Precast M 20 gradecement concrete as per approved design an(2)in ash pit stones,platform coping stones etc.Extra for providing and mixing water proofing material of brandapproved by railway, if not included in rele

Providing Precast plain cement concrete jali1:2:4 (1 cement : 2sand : 4 stone chips 12.5mm nominal si(2)50mm thickProviding and laying in position M 20 Grade concrete for reinforcedconcrete structural elements but exc(1)All work upto plinth level,including raft foundation of washable aprons, HS tank, pile cap,footings of FOBProviding and laying in position M 20 Grade concrete for reinforcedconcrete structural elements but exc(2)All work in buildings aboveplinth level upto floor two level.Centering and shuttering including strutting, propping etc. andremoval of form for :(1)Foundations, footings, bases of columns, raftfoundation of washable aprons, Pile caps, Footings of FOB etc.Centering and shuttering including strutting, propping etc. andremoval of form for :(3)Suspended floors, roofs, landings, balconies,FOBslabs, walkway slabs and access platformCentering and shuttering including strutting, propping etc. andremoval of form for :(4)Lintels, beams, plinth beams, bed blocks,girders, bressumers and cantileversCentering and shuttering including strutting, propping etc. and removalof form for special shapes(5)Edges of slabs and beams in floors andwalls under20 cm wide

cum

cum

cum

cum

cum

cum

cum

cum

cum

cum

cum

cum

per 50kg ofce

Sqm

cum

cum

Sqm

Sqm

Sqm

metre

100.28

9.70

10.10

22.30

615.03

140.40

211.45

457.30

164.84

13.67

1,865.68

2,834.53

104.54

183.97

2,326.70

2,530.27

132.50

230.70

199.23

79.60

66,585.92

135.80

404.00

156.10

3,075.15

1,51,632.00

21,145.00

22,865.00

10,28,601.60

85,300.80

24,253.84

1,08,845.95

36.59

91.99

11,633.50

20,242.16

463.75

8,074.50

6,973.05

955.20

SOUTH CENTRAL RAILWAYTENDER SCHEDULE

N A M E O F W O R K : - SW1:-SC DIVN:VKB-PRLI SECTION: PROPOSED MANNING OF UNMANNED LEVELCROSSING NO. 111 AT KM: 238/10-11 BETWEEN PNF-GTU STATIONS ON VKB-PRLI SECTION., SW2:-SCDIVISION: VKB-PRLI SECTION: PROPOSED CLOSURE OF UNMANNED LC NO.19 BY PROVISION OF LINK ROADFROM UNMANNED LEVEL CROSSING NO.19 AT KM: 36/10-11 TO MANNED LEVEL CROSSING NO. 18 AT KM:35/5-6 BETWEEN MARPALLI AND KOHIR STATIONS..

SCHEDULE 'A' (S.S.R.2011 ITEMS).

40

14

40

7

5

-

-

-

-

-

13

-

.35

.5

5

8

3.5

35

35

12

624

-

-

-

-

1080

100

50

6240

6240

-

38.4

-

-

-

-

-

-

-

-

SW1 SW2

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

62 of 73 Signature of Tenderer/Contractor

Page 64: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

Page 2 of 8

N.S- 21

N.S- 22

N.S- 23

N.S- 24

N.S- 25

N.S- 26

N.S- 27

N.S- 28

N.S- 29

N.S- 30

N.S- 31

N.S- 32

N.S- 33

N.S- 34

N.S- 35

N.S- 36

N.S- 37

N.S- 38

N.S- 39

N.S- 40

N.S- 41

N.S- 42 N.S- 43

N.S- 44

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

4243

44

Sl No042029

043014

043015

051018

051040

051182

051190

061013

071011

072012

072021

072037

072092

072152

072153

074232

075051

075061

075064

075071

075072

075084075112

078071

Item No4.000

0.700

0.350

22.000

22.000

17.000

17.000

14.000

110.000

4.000

1.200

2.000

4.000

3.000

4.000

50.000

2.000

4.000

8.000

4.000

4.000

4.0005.000

2.000

Quantity TotalDescription Unit RateCentering and shuttering including strutting, propping etc. and removalof form for special shapes(9)Weather shade, Chajjas, corbels etc.including edgesProviding, hoisting and fixing in position upto floor two level M20 Gradeprecast RCC work including setting(4)In Shelves, cantilevers, chajjas,sunshades etc.Providing, hoisting and fixing in position upto floor two level M20 Gradeprecast RCC work including setting(5)In slabs for drain covers,manhole covers, flue tops etc.Brick work with non-modular (FPS) bricks of class designation 7.5 infoundation and plinth in :(8)Cement mortar 1:6 (1 cement : 6 coarsesand)Extra over item 051010 & 051020 for brick work in superstructurebeyond plinth level upto floor two level :Half brick masonry with bricks of class designation7.5 in foundationsand plinth in :(2)Cement mortar 1:4 (1 Cement : 4 coarse sand)Extra for half Brick masonry in superstructure above plinth levelupto floor two levelRandom rubble masonry with hard stone in foundation and plinthincluding levelling up with concrete as per s(3)Cement mortar 1:6(1cement: 6coarse sand)Providing wood work in frames of doors, windows, clerestory windowsand other frames and trusses, wrought, f(1)Second class teak woodProviding and fixing panelled/glazed or panelled and glazed shuttersfor doors, windows and clerestory windo(2)Second class teak wood,30mm thickProviding and fixing panelling/glazing or panelling and glazing inpanelled/ glazed or panelled and glazed s(1)Second class teakwood.15mm thickProviding and fixing paneling and/or glazing in panelled and/orglazed shutters for doors, windows(7)Glazing with float glasspanes 4mm thick(10kg/sqm)Providing and fixing wire gauge shutter using galvanized M.S. wiregauge of average width of aperture 1(2)2nd class teak wood 30mmthickProviding and fixing flush door shutters to IS:2202 Part-I non-decorative type, core of block board construc(2)30mm thick includingISI marked stainless steel butt hinges with necessary screwsProviding and fixing flush door shutters to IS:2202 Part-I non-decorative type, core of block board construc(3)25mm thick (forcupboard) including ISI marked nickel plated bright finished M.S.piano hinges with necessProviding and fixing M.S. grills of required pattern in frames of windowsetc. with M.S. flats, square or ro(2)Fixed to opening/ wooden frameswith rawl plugs screws etc.Providing and fixing M.S. sliding door bolts generally conforming toIS: 281, bright satin finish or (1)300x16 mmProviding and fixing M.S. tower bolts generally conforming to IS:204(Part I) with necessary screws etc. c(1)250x10 mmProviding and fixing M.S. tower bolts generally conforming to IS:204(Part I) with necessary screws etc. c(4)100x10 mmProviding and fixing M.S. door handles with necessary screws etc.complete.(1)125mmProviding and fixing M.S. door handles with necessary screws etc.complete.(2)100mmProviding and fixing MS hooks and eyes(4)150mmProviding and fixing M.S. hasp and staple (Safety type) with necessaryscrews etc. complete.(2)115mmProviding and fixing aluminium hanging floor door stopper ISI markedanodised (anodic coating not less than(1)Single rubber stopper

Sqm

cum

cum

cum

cum

Sqm

Sqm

cum

cudm

Sqm

Sqm

Sqm

Sqm

Sqm

Sqm

Kg

Each

Each

Each

Each

Each

EachEach

Each

360.91

3,770.47

2,982.20

2,277.09

166.76

272.84

46.13

1,980.47

69.49

1,597.17

1,427.28

301.85

1,892.17

1,038.69

937.38

74.63

137.06

40.06

21.19

16.54

13.05

8.7113.64

36.38

1,443.64

2,639.33

1,043.77

50,095.98

3,668.72

4,638.28

784.21

27,726.58

7,643.90

6,388.68

1,712.74

603.70

7,568.68

3,116.07

3,749.52

3,731.50

274.12

160.24

169.52

66.16

52.20

34.8468.20

72.76

4

.7

.35

22

22

17

17

14

110

4

1.2

2

4

3

4

50

2

4

8

4

4

45

2

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

--

-

SW1 SW2

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

63 of 73 Signature of Tenderer/Contractor

Page 65: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

Page 3 of 8

N.S- 45

N.S- 46

N.S- 47

N.S- 48

N.S- 49

N.S- 50

N.S- 51

N.S- 52

N.S- 53

N.S- 54

N.S- 55

N.S- 56

N.S- 57

N.S- 58

N.S- 59

N.S- 60

N.S- 61

N.S- 62

N.S- 63

N.S- 64

N.S- 65

N.S- 66

N.S- 67

N.S- 68

N.S- 69

N.S- 70

N.S- 71

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

65

66

67

68

69

70

71

Sl No078130

078150

092011

092040

095012

095023

096062

098022

098090

108162

108182

111052

111082

114042

115011

115042

115110

121020

121030

131141

131161

132101

136150

141011

141012

151122

153012

Item No3.000

1.000

32.000

40.000

7.000

4.000

24.000

60.000

23.000

7.000

1.000

120.000

13.000

7.000

50.000

40.000

40.000

11.000

2.200

8.000

1.000

1.000

400.000

2.000

3.000

1.000

1.680

Quantity TotalDescription Unit RateProviding and fixing factory made P.V.C. door frame of size 50x47mmwith a wall thickness of5mm, made out ofProviding and fixing to existing door frames30mm thick factorymade solid both side prelaminated panelCement concrete flooring 1:2:4 (1cement: 2coarse sand: 4gradedstone aggregate) finished with a floating c(1)25mm thick with12.5mm nominal size stone aggregateExtra over for making chequers of approved pattern on cementconcrete floors, steps, landing, pavements etcProviding and fixing Ist quality ceramic tiles conforming to Group B-III(Ceramic Wall Tiles) of IS:15622 (2)200x300 mmProviding and fixing ceramic tiles conforming to IS:15622 ofmanufacturers approved by railway in all colour(3)Of Group B-I-b of IS: 15622 (Ceramic Tiles) of size200x200mm to 400x400mmKota stone slab flooring of size up to 30x30cm over20mm (average)thick base of 1:4 cement mortar (1cement:(2)25mm thickSupplying and laying interlocking pre-cast CC block pavers ofapproved design factory manufactured of speci(2)80mm thick blocksof M45 grade for medium trafficLaying 80 mm thick oversized stone ballast 75 mm to100 mm gauge insoling of floors, hand packed including hProviding and fixing on wall face unplasticised - Rigid PVC singlesocketed rain water pipes conforming to I(2)110mm dia.Providing and fixing on wall face unplasticised - PVC moulded bendand shoe for unplasticised- Rigid PVC rai(2)Bend 87.5o, 110mm diabend15 mm cement plaster on the rough side of singleor half brick wall ofmix -(2)1:6 (1cement: 6coarse sand)15mm cement plaster on rough side of single or halfbrick wall finisheda floating coat of neat cement of mix(2)1:4 (1cement: 4fine sand)Pointing on stone work with cement mortar 1:3(1cement: 3finesand)(2)Raised and cut pointingWhite washing with lime to give an even shade(1)New work (three ormore coats)Distempering with oil bound washable distemper ofapproved brandand manufacture to give an even shade(2)New work (two or morecoats of distemper) overand including priming coat with distemperprimerFinishing walls with water proofing cement paint ofrequired shade twoor more coats on new work applied @ 3.Painting wood work with Deluxe Multi Surfaces Paint of requiredshade. Two or more coat applied @ 0.90ltr/ 1Painting Steel work with Deluxe Multi Surface Paint to give an evenshade. Two or more coats applied @ 0.90lProviding and fixing medium grade G.I. pipes complete with G.I.fittings and clamps, including cu(1)15 mm dia. nominal boreMaking connection of medium grade G.I. distribution branch with G.I.main of following sizes by providing an(1)25 to 40 mm nominal boreProviding and fixing gun metal non- return valve of80 mm nominalbore approved quality (screwed end)(1)HorizontalProviding and placing on terrace/staging (at all heights) polyethylenewater storage tank ISI : 12701 markedProviding, laying and jointing glazed stoneware pipes grade `A¿ as perIS:651 including bends etc. with stif(1)100mm diameterProviding, laying and jointing glazed stoneware pipes grade `A¿ as perIS:651 including bends etc. with stif(2)150mm diameterProviding and fixing white, vitreous china water closet squatting pan(Indian type)(2)Orissa pattern W.C. pan of size 580x440mmProviding and fixing soil, waste and vent pipes(2)100mm dia.Centrifugally cast (spun) iron S&Spipe as per IS:3989

metre

Sqm

Sqm

Sqm

Sqm

Sqm

Sqm

Sqm

Sqm

metre

Each

Sqm

Sqm

Sqm

Sqm

Sqm

Sqm

Sqm

Sqm

metre

Each

Each

litre

metre

metre

Each

metre

387.59

2,608.68

98.53

18.49

528.39

656.15

827.91

550.86

106.28

226.14

185.28

79.48

90.65

142.75

9.52

60.34

38.31

66.45

69.35

172.64

231.04

1,809.73

6.43

139.31

205.15

1,240.18

870.60

1,162.77

2,608.68

3,152.96

739.60

3,698.73

2,624.60

19,869.84

33,051.60

2,444.44

1,582.98

185.28

9,537.60

1,178.45

999.25

476.00

2,413.60

1,532.40

730.95

152.57

1,381.12

231.04

1,809.73

2,572.00

278.62

615.45

1,240.18

1,462.61

3

1

32

40

7

4

24

60

23

7

1

120

13

7

50

40

40

11

2.2

8

1

1

400

2

3

1

1.68

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

SW1 SW2

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

64 of 73 Signature of Tenderer/Contractor

Page 66: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

Page 4 of 8

N.S- 72

N.S- 73

N.S- 74

N.S- 75

N.S- 76

N.S- 77

N.S- 78

N.S- 79

N.S- 80

N.S- 81

N.S- 82

N.S- 83

N.S- 84

N.S- 85

N.S- 86

N.S- 87

N.S- 88

N.S- 89

N.S- 90

N.S- 91

N.S- 92

N.S- 93

N.S- 94

72

73

74

75

76

77

78

79

80

81

82

83

84

85

86

87

88

89

90

91

92

93

94

Sl No153032

153052

153261

153271

153472

161010

161041

192030

192050

194020

195010

195031

195032

222160

222263

222264

231041

231043

233011

238013

238050

238060

252020

Item No2.000

1.000

1.000

1.000

1.000

400.000

50.000

84.000

218.880

19.200

200.880

150.000

308.000

30.000

24.000

40.000

1,000.000

500.000

6,000.000

6,000.000

50.000

60.000

8.000

Quantity TotalDescription Unit RateProviding and fixing M.S. holder-bat clamps of approved design tosand cast iron/ cast iron (spun) pipe embe(2)For 75mm dia pipeProviding and fixing plain bend of required degree(2)100mm dia. Sandcast iron S&S as per IS-3989Providing and fixing M.S. stays and clamps for sand cast iron/centrifugally cast (spun) iron pipes of di(1)100mmProviding and fixing trap of self cleansing design with screwed down orhinged grating with or without vent (1)100mm inlet and 100mm outletSand cast ironS&S as per IS: 3989Providing and fixing C P brass grating with openable lid :(2)Grating125 mm nominal dia. and 15 mm. high domed shape having wt. notless than 40 gmsTrenching in ordinary soil upto a depth of 60cm including removal andstacking of un-serviceable materials aSupplying and stacking at site dump manure / farm manure / animaldung manure from approved source; includi(1)Screened through sieveof I.S. designation 20mmProviding and laying Plain Cement Concrete1:3:6 with graded stoneaggregate of 40 mm nominal size, in fProviding and laying in position machine mixed, machine vibrated andmachine batched Design Mix Cement ConcrProviding and laying in position machine mixed, machine vibrated andmachine batched Design Mix Mass Cement Deduct if 40mm graded stone aggregate is used in place of 20mmgraded stone aggregate in any grade of concreCentring and shuttering including strutting, propping etc. andremoval of form for :(1)RCC raft foundation & Pile capCentring and shuttering including strutting, propping etc. andremoval of form for :(2)Abutment, pier, wing walls and return wallsProviding weep holes by making suitable opening or drilling in existingBrick masonry/Plain/ Reinforced coProviding & laying non pressure NP-4 ClassRCC pipe with collars,jointing with 1:2Cement and ordinary(3)1000 mm dia.Providing & laying non pressure NP-4 ClassRCC pipe with collars,jointing with 1:2Cement and ordinary(4)1200 mm dia.Providing and laying water bound macadam with specified stoneaggregate, stone screening and binding materia(1)Sub-base withstone aggregate 90mm to 45mm including stone screening 13.2mmsizeProviding and laying water bound macadam with specified stoneaggregate, stone screening and binding materia(3)Base course with 53mm to 22.4mm size including stone screening 11.2mm sizeProviding and applying tack coat using bitumen emulsion (Rapidsetting) complying with IS:8887- 1995, s(1)On W.B.M. @ 0.4kg/ sqmProviding and laying Dense Bituminous macadam on preparedsurface with specified graded crushed st(3)50 mm averagecompacted thickness with bitumen of 60/70 grade @ 5% by weight oftotal mix and lime filler @ Providing and applying 2.5mm thick road marking strips (retro-reflective) of specified shade/ coloProviding and fixing of raised pavement markers made ofpolycarbonate moulded body and reflective panels witMoorum

Each

Each

Each

Each

Each

cum

cum

cum

cum

cum

cum

Sqm

Sqm

metre

metre

metre

cum

cum

Sqm

Sqm

Sqm

Each

cum

93.61

442.18

48.43

720.19

134.24

78.29

105.25

1,547.96

1,940.73

1,940.73

-406.53132.50

227.70

230.95

3,074.93

3,820.53

1,155.43

1,286.18

23.10

389.93

584.94

659.14

201.25

187.22

442.18

48.43

720.19

134.24

31,316.00

5,262.50

1,30,028.64

4,24,786.98

37,262.02

-81,663.75

19,875.00

70,131.60

6,928.50

73,798.32

1,52,821.20

11,55,430.00

6,43,090.00

1,38,600.00

23,39,580.00

29,247.00

39,548.40

1,610.00TOTAL :94 (NINTY FOUR) SSR 2011 ITEMS ONLY)

(Rupees Seventy Lakh Five Thousand Eight Hundread Fourty Two And Paise Ninty Six only). 70,05,842.96TOTAL VALUE OF SCHEDULE

Percentage to be quoted by tenderer:(IN FIGURES)____________(IN WORDS)_____________________________________________________________AT PAR/ABOVE/BELOW.

2

1

1

1

1

400

50

-

-

-

-

-

-

-

-

-

-

-

-

-

50

60

8

-

-

-

-

-

-

-

84

218.88

19.2

200.88

150

308

30

24

40

1000

500

6000

6000

-

-

-

SW1 SW2

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

65 of 73 Signature of Tenderer/Contractor

Page 67: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

Page 5 of 8

N.S- 1

N.S- 1

N.S- 2

1

1

2

Sl No

Sl No

033062

045014

045016

Item No

Item No

127.867

1,000.000

800.000

Quantity

Quantity

Total

Total

Description

Description

Unit

Unit

Rate

Rate

Supply and using cement at worksite :(2)OPC 53 grade

Supplying Reinforcement for R.C.C. work including straightening,cutting, bending, placing in position and b(4)High yield strengthdeformed barsSupplying Reinforcement for R.C.C. work including straightening,cutting, bending, placing in position and b(6)Thermo-MechanicallyTreated bars

Tonne

Kg

Kg

4,600.00

50.76

50.76

5,88,188.20

50,760.00

40,608.00

TOTAL :1 (ONE) SSR 2011 ITEMS ONLY)

TOTAL :2 (TWO) SSR 2011 ITEMS ONLY)

(Rupees Five lakh Eighty Eight Thousand One Hundread Eighty Eight And Paise Twenty only).

(Rupees Ninty One Thousand Three Hundread Sixty Eight And Paise Zero only).

5,88,188.20

91,368.00

TOTAL VALUE OF SCHEDULE

TOTAL VALUE OF SCHEDULE

SOUTH CENTRAL RAILWAY

SOUTH CENTRAL RAILWAY

TENDER SCHEDULE

TENDER SCHEDULE

N A M E O F W O R K : - SW1:-SC DIVN:VKB-PRLI SECTION: PROPOSED MANNING OF UNMANNED LEVELCROSSING NO. 111 AT KM: 238/10-11 BETWEEN PNF-GTU STATIONS ON VKB-PRLI SECTION., SW2:-SCDIVISION: VKB-PRLI SECTION: PROPOSED CLOSURE OF UNMANNED LC NO.19 BY PROVISION OF LINK ROADFROM UNMANNED LEVEL CROSSING NO.19 AT KM: 36/10-11 TO MANNED LEVEL CROSSING NO. 18 AT KM:35/5-6 BETWEEN MARPALLI AND KOHIR STATIONS..

N A M E O F W O R K : - SW1:-SC DIVN:VKB-PRLI SECTION: PROPOSED MANNING OF UNMANNED LEVELCROSSING NO. 111 AT KM: 238/10-11 BETWEEN PNF-GTU STATIONS ON VKB-PRLI SECTION., SW2:-SCDIVISION: VKB-PRLI SECTION: PROPOSED CLOSURE OF UNMANNED LC NO.19 BY PROVISION OF LINK ROADFROM UNMANNED LEVEL CROSSING NO.19 AT KM: 36/10-11 TO MANNED LEVEL CROSSING NO. 18 AT KM:35/5-6 BETWEEN MARPALLI AND KOHIR STATIONS..

SCHEDULE 'B' (S.S.R.2011 ITEMS).

SCHEDULE 'C' (S.S.R.2011 ITEMS).

Percentage to be quoted by tenderer:(IN FIGURES)____________(IN WORDS)_____________________________________________________________AT PAR/ABOVE/BELOW.

Percentage to be quoted by tenderer:(IN FIGURES)____________(IN WORDS)_____________________________________________________________AT PAR/ABOVE/BELOW.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value ofSCHEDULE 'A' (S.S.R.2011 ITEMS). in figures and words. In case of discrepancy betweenfigures and words the percentage quoted in words will be taken as correct.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value ofSCHEDULE 'B' (S.S.R.2011 ITEMS). in figures and words. In case of discrepancy betweenfigures and words the percentage quoted in words will be taken as correct.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value ofSCHEDULE 'C' (S.S.R.2011 ITEMS). in figures and words. In case of discrepancy betweenfigures and words the percentage quoted in words will be taken as correct.

11.967

-

800

115.9

1000

-

SW1

SW1

SW2

SW2

C O N T R A C T O R

C O N T R A C T O R

C O N T R A C T O R

SR.DEN/W/SC

SR.DEN/W/SC

SR.DEN/W/SC

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

66 of 73 Signature of Tenderer/Contractor

Page 68: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

Page 6 of 8

N.S- 1

N.S- 2

N.S- 3

N.S- 4

N.S- 5

N.S- 6

N.S- 7

N.S- 8

N.S- 9

1

2

3

4

5

6

7

8

9

Sl No231010

231020

231042

231062

231080

233011

233012

235010

238022

Item No300.000

300.000

80.000

300.000

300.000

300.000

300.000

300.000

16.000

Quantity TotalDescription Unit RatePreparation of subgrade by excavating earth upto 22.5cm depth,dressing to camber and consolidating wiConsolidation of subgrade with power road roller of 8 to 12 tonnecapacity including making good the undulatProviding and laying water bound macadam with specified stoneaggregate, stone screening and binding materia(2)Base course with63mm to 45mm size including stone screening 13.2mm sizeProviding and laying bitumen penetration macadam with hard stoneaggregate, with bitumen of suitable penetra(2)For 75mm compactedthickness in two layers using 9cum coarse aggregate of size 63-41mmgraded, 1.8cum keyProviding and spreading 6mm thick layer of red bajri/ moorum,watering and rolling with 3 T roller or lighProviding and applying tack coat using bitumen emulsion (Rapidsetting) complying with IS:8887- 1995, s(1)On W.B.M. @ 0.4kg/ sqmProviding and applying tack coat using bitumen emulsion (Rapidsetting) complying with IS:8887- 1995, s(2)On bituminous surface @0.25kg/ sqmProviding and laying seal coat of premixed fine aggregate (passing2.36mm and retained on180micron sievProviding and laying Dense Bituminous concrete on prepared surfacewith specified graded stone aggregate f(2)40 mm / 50mm compactedthickness with bitumen of grade CRMB (Crumb rubber ModifiedBitumen) 60 @ 5.5% and li

Sqm

Sqm

cum

Sqm

Sqm

Sqm

Sqm

Sqm

cum

45.87

1.41

1,228.11

494.20

16.90

23.10

16.03

58.20

11,503.65

13,761.00

423.00

98,248.80

1,48,260.00

5,070.00

6,930.00

4,809.00

17,460.00

1,84,058.40

TOTAL :9 (NINE) SSR 2011 ITEMS ONLY)

(Rupees Four lakh Seventy Nine Thousand Twenty And Paise Twenty only). 4,79,020.20TOTAL VALUE OF SCHEDULE

SOUTH CENTRAL RAILWAYTENDER SCHEDULE

N A M E O F W O R K : - SW1:-SC DIVN:VKB-PRLI SECTION: PROPOSED MANNING OF UNMANNED LEVELCROSSING NO. 111 AT KM: 238/10-11 BETWEEN PNF-GTU STATIONS ON VKB-PRLI SECTION., SW2:-SCDIVISION: VKB-PRLI SECTION: PROPOSED CLOSURE OF UNMANNED LC NO.19 BY PROVISION OF LINK ROADFROM UNMANNED LEVEL CROSSING NO.19 AT KM: 36/10-11 TO MANNED LEVEL CROSSING NO. 18 AT KM:35/5-6 BETWEEN MARPALLI AND KOHIR STATIONS..

SCHEDULE 'D' (S.S.R.2011 ITEMS).

Percentage to be quoted by tenderer:(IN FIGURES)____________(IN WORDS)_____________________________________________________________AT PAR/ABOVE/BELOW.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value ofSCHEDULE 'D' (S.S.R.2011 ITEMS). in figures and words. In case of discrepancy betweenfigures and words the percentage quoted in words will be taken as correct.

300

300

80

300

300

300

300

300

16

-

-

-

-

-

-

-

-

-

SW1 SW2

C O N T R A C T O R SR.DEN/W/SC

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

67 of 73 Signature of Tenderer/Contractor

Page 69: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

Page 7 of 8

N.S- 1

N.S- 2

N.S- 3

N.S- 4

N.S- 5

N.S- 6

N.S- 7

N.S- 8

N.S- 9

1

2

3

4

5

6

7

8

9

Sl No Item No1.000

4.000

1.000

5.000

2.000

5.000

5.000

17.000

15.000

Quantity TotalDescription Unit RateSupplying, Manufacturing and assembling of lifting barrier gate withcontractor's accessories i.e. Pedestal assembly (LH&RH), 2 Nos. ofmeeting post, 2 Nos. of stop boards, 6 Nos. of boom pipes LH & RH(20Mts length), 2 Nos. of bell assembly, 2 Nos. of lamp screen withlamp post, 2 Nos. of Guy rod assembly, 12 Nos. of auxiliary weights,16 Nos. of cylindrical weights, 4 Nos. of balance weights and 2 Nos. ofplug 'B' per standard drawing No.SG.197 and standard specificationswith all contractors materials, labour, tools and plants, lead, lift,transportation, etc including crossing of track if necessary completeetc., and as directed by the Engineer - in - charge at site. Note: - Thematerials should be match with S& T /MFT/SC drawings.Earth work excavation for pits and casting cc1:3:6 for lifting barrierresting stands with 40mm size graded hard stone aggregate and riversand using 4 Nos. of Anchor bolts of size 450*20mm and fine finishingand curing for 14 (seven) days with all contractors materials labour,tools and plants, lead, lift, transportation, including crossing of tracks ifnecessary compete etc.. and as directed by the Engineer -in -charge atsite.Manufacturing and supplying of lifting barrier winch as per standardspecifications with all contractor's materials, labour, tools, and plantsall lead and lift, transportation, crossing of track wherever required etc.,complete as per specifications and as directed by the Engineer-in-charge at site.Supplying and providing of Diversion Wheel 225mm dia. etc as perstandard drawing No.SA-6101/A/M including contractor's materials,labour, tools and plants, lead, lift, transportation, including crossing oftracks if necessary compete etc.. and as directed by the Engineer -in -charge at site.Supplying and providing of vertical wheels etc as per standard drawingNo.SA-3008/M including contractor's materials, labour, tools andplants, lead, lift, transportation, including crossing of tracks ifnecessary compete etc.. and as directed by the Engineer -in -charge atsite.Supplying and providing of D. W. Pulley etc as per standard drawingNo.SA-7739/M including contractor's materials, labour, tools andplants, lead, lift, transportation, including crossing of tracks ifnecessary compete etc.. and as directed by the Engineer -in -charge atsite.Supplying and providing of D. W. Pulley stake etc as per standarddrawing No.SA-2383/M including contractor's materials, labour, toolsand plants, lead, lift, transportation, including crossing of tracks ifnecessary compete etc.. and as directed by the Engineer -in -charge atsite.Removing the existing check rails from the running track includingexcavation of the road surface up to the bottom of the sleeper byremoving the check rails, bolts, check bolts, spikes etc with allcontractor's labour, tools, plants, tackles, complete carting andstacking the released materials at nominated locations and as directedby the Engineer-in-charge at site.Laying of 90R / 52kg rails as check rails for level crossing as perdrawing including fixing to required Railway's standards and fitting withexcavation earth and making good the excavated surface of the roadwith all contractors materials labour, tools and plants, lead, lift,transportation, etc. compete including crossing of track if necessaryand as directed by the Engineer -in -charge at site.

1Set

Each

1Set

Each

Each

Each

Each

1TRM

1TRM

2,18,063.00

1,260.00

52,544.00

1,963.00

680.00

195.00

325.00

43.00

99.00

2,18,063.00

5,040.00

52,544.00

9,815.00

1,360.00

975.00

1,625.00

731.00

1,485.00

SOUTH CENTRAL RAILWAYTENDER SCHEDULE

N A M E O F W O R K : - SW1:-SC DIVN:VKB-PRLI SECTION: PROPOSED MANNING OF UNMANNED LEVELCROSSING NO. 111 AT KM: 238/10-11 BETWEEN PNF-GTU STATIONS ON VKB-PRLI SECTION., SW2:-SCDIVISION: VKB-PRLI SECTION: PROPOSED CLOSURE OF UNMANNED LC NO.19 BY PROVISION OF LINK ROADFROM UNMANNED LEVEL CROSSING NO.19 AT KM: 36/10-11 TO MANNED LEVEL CROSSING NO. 18 AT KM:35/5-6 BETWEEN MARPALLI AND KOHIR STATIONS..

SCHEDULE 'E' (N.S. ITEMS).

1

4

1

5

2

5

5

17

15

-

-

-

-

-

-

-

-

-

SW1 SW2

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

68 of 73 Signature of Tenderer/Contractor

Page 70: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

Page 8 of 8

N.S- 10

N.S- 11

N.S- 12

N.S- 13

10

11

12

13

Sl No Item No30.000

8.000

48.000

24.000

Quantity TotalDescription Unit RateCutting of existing released rails as check rails one side of the bottomflange of the released 90R/52 kg rails with gas cutter and making cutssuitably at the foot of rails to the required standard to suit as checkrails for 52kg/90R running rails as required with all contractorsmaterials labour, tools and plants, lead, lift, transportation, wherevercrossing of track necessary compete etc.. and as directed by theEngineer -in -charge at site.Heating & bending flare ends of the released 90R/52kg rails to suit ascheck rails as per Railway's specification and standards with allcontractors materials, labour, tools and plants, lead, lift, transportation,etc. compete including crossing of track if necessary and as directedby the Engineer -in -charge at site.Drilling of holes to required dia. for 90R/52kg check rail and 52/60kgrunning rail at required spacing for fixing of check rails to running railswith all contractors materials labour, tools and plants, lead, lift,transportation, wherever crossing of track necessary compete etc.. andas directed by the Engineer -in -charge at site.Providing and fixing check blocks with bolts, nuts and washers etc. torequired Rly's standards for L-Xing¿s with all contractor's labour,materials, tools, tackles, plants, lead and lift etc, complete and otherincidental charges and as directed by the Engineer-in-charge at site.

1LM

Each

Each

Each

72.00

126.00

54.00

116.00

2,160.00

1,008.00

2,592.00

2,784.00

TOTAL :13 (THIRTEEN) N.S ITEMS ONLY)

(Rupees Three lakh One Hundread Eighty Two And Paise Zero only). 3,00,182.00TOTAL VALUE OF SCHEDULE

84,71,757.63

Percentage to be quoted by tenderer:(IN FIGURES)____________(IN WORDS)_____________________________________________________________AT PAR/ABOVE/BELOW.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value ofSCHEDULE 'E' (N.S. ITEMS). in figures and words. In case of discrepancy between figuresand words the percentage quoted in words will be taken as correct.

C O N T R A C T O R SR.DEN/W/SC

30

8

48

24

-

-

-

-

SW1 SW2

APPROXIMATE TOTAL TENDER VALUE Rs.

(Approximate value of the tender arrived by addition of "AT PAR" value of SSR items enhanced withcertain estimated percentage and the value of the NS ITEMS at the basic rates adopted in the schedule.)

C O N T R A C T O R SR.DEN/W/SC

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

69 of 73 Signature of Tenderer/Contractor

Page 71: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

SOUTH CENTRAL RAILWAY SECUNDERABAD D I V I S I O N

Open Tender Notice No. DRM/Works/SC/129 - 146/2015/OT ,Dt:01-10-2015 For and on behalf of President of India, the undersigned invites sealed open tenders for the following works upto 14.30 hours on

17-11-2015

Sl. No

Tender No.

Name of work

Tender Value [Rs]

EMD [Rs]

Cost of tender

Document

Completion period

[Months]

Maintenance period

[months]

Works considered similar

in nature towards Standard eligibility

criteria.

01 129/Co/SC/15/OT

SW-I: Replacement of corroded water supply pipes of platforms and pit lines on SP-I & SP-II side at HYB Station. SW-II: Proposed repairs to RPF barracks at HYB station.

79,38,061/- 1,58,770/- 5,000/- 06 06

Water supply installations or water pipe line work or sewerage work or drainage work or complete building works.

02 130/Co/SC/15/OT Hyderabad Station – Provision of Water Recycling Plant.

86,23,859/- 1,72,480/- 5,000/- 06 06

Water supply installations or water pipe line work or sewerage work or drainage work or complete building works.

03 131/N/SC/15/OT

BPQ – KZJ Section: SW-I: Proposed insertion of boxes already casted at Br. No. 285 Dn between MAGH – VHGN stations by open cut method. SW-II: Repairs to bridge protective works between BPQ- BPA stations under ADEN/BPA.

1,01,88,794/- 2,00,950/- 5,000/-

SW-I: 3-Months

& SW-II:

09-Months

06 Any Civil Engineering works.

04 132/N/SC/15/OT

SW-I: BPQ-KZJ & PDPL-LPJL sections – Repairs to ballast retaining walls at major bridge approaches under Sr.DEN/N /SC section; SW-II- Repairs to bridge protective works between BPA-KZJ stations under ADEN/RDM section.

1,46,28,069/- 2,23,150/- 5,000/- 09 06 Any Civil Engineering Works.

05 133/N/SC/15/OT

KZJ-BPQ & PDPL–LPJL Sections: Proposed closure of manned LC.No.36, between KOLR – PDPL stations & unmanned LC Nos.21,23, & 37 between KRMR – LPJL stations by providing link road and diverting road traffic through nearest LC.

2,48,89,635/- 2,74,450/- 10,000/- 09 06 Road work or LC gate and connected Road / Paving works.

06 134/S/SC/15/OT

KZJ-KI, DKJ-MUGR & MTMI-JPTN Sections: Proposed Alumino Thermic welding of rail joints with compressed Air Petrol / LGP pre-heating, manufacture and supply of welding portions with all consumables and accessories for the conversion of free rails to SWR, SWR to LWR and defective welds under Sr.DEN/South/SC section.

1,37,15,000/-. 2,18,580/- 5,000/- 12 0 Welding of rails joints with AT/ SKV process.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

70 of 73 Signature of Tenderer/Contractor

Page 72: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

07 135/S/SC/15/OT

KZJ – BZA Section: SW-I & II: NKD & KDM-Replacement of dilapidated AC sheets shed waiting hall, booking office, PRS counters with new concourse, PRS cum booking office, toilets etc. & provision of amenities for physically disabled persons. SW-III: Provision of front verandah to all Type-I & II quarters and improvements to toilets, bath rooms and kitchen platforms in ADEN/S/KZJ section. .

1,40,67,874/- 2,20,340/- 5,000/- 12 06

Any building works including repairs irrespective of number of floors involved.

08 136/S/SC/15/OT

KZJ-BZA & DKJ-MUGR section – Proposed closure of manned L.C.No. 97 on KZJ-BZA section & unmanned LC Nos. 1MB & 29 on DKJ-MUGR section by providing link road and diverting road traffic through nearest LC/RUB.

1,81,92,236/- 2,40,970/- 5,000/- 09 06

Road work or LC gate and connected Road / Paving works.

09 137/S/SC/15/OT

KZJ-BZA section – Proposed closure of manned LC.Nos. 118, 126 & 139 by providing link road between BKL – KI stations and diverting road traffic through nearest ROB / RUB.

2,19,11,904/- 2,59,560/- 10,000/- 09 06

Road work or LC gate and connected Road / Paving works.

10 138/CR/SC/15/OT

SC- KZJ Section: Rodent control activity (RATS) at stations, washing lines, passenger stabling lines, offices and platforms and other important locations in Kazipet .

10,84,698/- 21,700/- 2,000/- 24 Nil Nil

11 139/CR/SC/15/OT

SC- KZJ Section: Repairs to colony roads of staff quarters at MLY, CHZ, GT, BN, BG & WP in SSE/W/MLY section. Repairs to circulating areas and station roads at MLY, CHZ, GT, BN, BG, RAG & WP under SSE/W/MLY.

87,34,279/- 1,74,690/- 5,000/- 09 06 Road works or LC gate road or paving work.

12 140/CR/SC/15/OT

SC – KZJ section - Proposed closure of manned LC.No.53 between Nashkal – Pendial stations by laying link road to the adjacent LC No.54 ADEN/N/KZJ sections.

81,97,565/- 1,63,960/- 5,000/- 06 06

Road work or LC gate and connected Road / Paving works.

13 141/CR/SC/15/OT

SC – KZJ section - Proposed closure of manned LC.No. 57A between Pendial - Kazipet stations by laying link road to the adjacent LC No.58 in ADEN/N/KZJ sections.

89,97,542/- 1,79,960/- 5,000/- 06 06

Road work or LC gate and connected Road / Paving works.

14 142/CR/SC/15/OT

SC – KZJ section - Proposed closure of manned LC.No. 59 between Pendial - Kazipet stations by laying link road to the adjacent LC No.58 in ADEN/N/KZJ sections.

1,31,05,270/- 2,15,530/- 5,000/- 06 06

Road work or LC gate and connected Road / Paving works).

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

71 of 73 Signature of Tenderer/Contractor

Page 73: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

15 143/Brs/SC/15/OT

SC – Wadi Section – Lingampalli – Proposed Foot Over Bridge connecting from PF 2/3 to PF 6

1,54,79,564/- 2,27,400/- 5,000/- 06 06

Any work of steel fabrication or fabrication and erection of FOB or PF shelter or Industrial shed or Steel/Composite girder bridge or Microwave / HT tower or channel sleepers.

16 144/Brs/SC/15/OT PDPL – KRMR section: Provision of Limited height sub way in lieu of LC No.16 (UM).

1,35,98,042/- 2,18,000/- 5,000/- 06 06

Any bridge work individually or in combination with earth work and / or rock cutting.

17 145/Brs/SC/15/OT

SW-I: SC-Division- Repairs to the cracks in PSC girders and rebuilding of crushed damaged portions by using epoxy and micro concrete specifications under SSE/Brs/N/KZJ and replacement of existing crushed/damaged elastomeric neoprene bearing with new bearings rubber pads of approved quality under SSE/Brs/N/KZJ & SSE/Brs/S/KZJ. SW-II: Modifi-cations to the existing inspection ladders and Provision of new ladders to bridges left over unattended bridges. SW-III: Provision of 2-Nos of lifts at Khammam station. SW-IV: Providing man refugees on open web girder bridges as per latest guide lines on KZJ –BPQ and on KZJ – BZA sections.

96,26,713/- 1,92,540/- 5,000/- 06 06

Any work of steel fabrication or fabrication and erection of FOB or PF shelter or Industrial shed or steel / composite girder bridge or microwave / HT tower or channel sleepers.

18 146/W/SC/15/OT

VKB–PRLI section –SW1: Proposed manning of unmanned LC No.111 at between PNF – GTU stations; SW2: Proposed closure of unmanned LC No.19 by provision of link road from unmanned LC No.19 to manned LC No.18 between Marpalli – Kohir stations.

84,71,758/- 1,69,440/- 5,000/- 06 06

Road work or LC gate and connected Road / Paving works.

Total items:18 Items only

1) The tender forms are available for sale in the office of Sr.DEN/Co-ordination, Secunderabad Division, South Central Railway, Secunderabad after remittance of the cost of tender forms as above. If any plan/drawing is attached with the tender form, Rs.200/- for plan/drawing will be levied extra. The cost of tender form may be remitted to the Divisional Cashier (Pay) S.C.Railway, Secunderabad, Hyderabad, Vijayawada, Guntur, Guntakal and Nanded, Chief Cashier (Pay)/Secunderabad, South Central Railway or any Station Master/Station Superintendent on S.C.Railway and the receipt obtained thereof should be submitted to this office with a requisition for issue of tender form. Money orders, Postal orders etc., will not be considered for issue tender forms. The tender forms are not transferable and the cost of the tender form is not refundable. This office will not entertain direct payment. An amount of Rs.500/- extra along with the prescribed cost of tender form to be paid if the tender documents are required by post. In this case, this office will not be responsible for any postal delay.

2) The prospective tenderers who download the tender document and submit may please note that the cost of tender document indicated above has to be deposited by the tenderer in the form of a bank draft payable in favour of Senior Divisional Finance Manager, Secunderabad Division, South Central Railway, Secunderabad. They can also remit the cost to Divisional Cashier (Pay) S.C.Railway, Secunderabad, Hyderabad, Vijayawada, Guntur, Gunthakal and Nanded, Chief Cashier (Pay) / Secunderabad, South Central Railway or any Station Master/Station Superintendent on S.C.Railway and submit the original money receipt obtained along with the tender document. This should be paid separately and not clubbed with the Earnest money deposit. If tenderers down loaded tender document from website and do not enclosed proper money value towards the cost of tender form, their tender shall be considered as invalid.

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

72 of 73 Signature of Tenderer/Contractor

Page 74: SOUTH CENTRAL RAILWAY · between Marpalli and Kohir stations.: General features: 1. SW-1.Proposed construction of gate lodge, provision of lifting barriers, and improving/widening

3) Tender conditions/other particulars are available in the Tender documents on our website at http://www.scr.indianrailways.gov.in which can be downloaded.

4) The prospective tenderers are advised to visit website http://www.scr.indianrailways.gov.in seven day before the date of tender opening to note any changes/ corrigenda.

5) The tender notice is also displayed in the Notice Board located in the office of Sr.DEN/Co-Ordination, Secunderabad Division, South Central Railway, Secunderabad which can be seen on all working days. 6) The Railway reserves the right to cancel the tender without assigning any reason thereto.

7) Venue: Tender documents, duly completed in all respects shall be dropped in the tender box kept for the purpose at Old DSC/HYB-Divn. Office, Near Old CAO/Construction office, South Central Railway, Secunderabad or may be sent by post to Sr.DEN/Co-Ordination, Secunderabad Division, South Central Railway, Secunderabad. Railway is not responsible for any delay in transit (or) loss of tender from sent/received by Post.

[ Last date of issue of tender forms by post 02-11-2015 Last date of issue of tender forms in person Upto 17.30 Hours on 13-11-2015 Date and time for submission of tenders Upto 14.30 Hours on 17-11-2015 Date and time of opening of tenders At 15.00 Hours on 17-11-2015

8) If the date of opening happens to be a holiday, the tenders will be opened on the next working day.

Sr.DEN/Co-ordination/SC Secunderabad Division South Central Railway

For and on behalf of the President of India.

Open Tender Notice No. DRM/Works/SC/129 - 146/2015/OT, Dt:01-10-2015

Office of the Sr.DEN/Co-ord/SC, SC Division. Copy to - CPRO/SC for information and A) It is request to arrange to publish the tender notification in Newspapers of the following city editions. (1) Guntur (2) Vijayawada (3) Visakhapatnam (4) Hyderabad/ Secunderabad (5) Karimnagar (6) Khammam (7) Warangal (8) New Delhi (9) Kolkata (10) Nagpur (11) Bangalore.

B) The tender notice may please be published in newspapers on or before 14-10-2015 in a single insertion. A copy of the release order issued for publication in Newspapers may please be endorsed to DRM/Works/SC without fail since the same is for records. The tender notice along with tender bid document has also been placed in SCR website. The expenditure incurred in this respect may be debited to Sr.DFM/SC with Head of Account: 05-01-04-211-21. Copy to- PCE/SC, CE/Works/SC, Sr.DEN / Co-ordination/HYD, BZA, GNT, GT & NED for information. Copy to- Dy.CVO / Engg. / SC for information. Copy to- Sr.DFM / SC for information, and it is requested to direct his SO for opening of the tender on the above dates. Copy to- Sr.DCM / SC, Sr.DSTE/M/SC, Sr.DEE/M/SC Copy to- ADEN/E/SC,ADEN/Br./SC,ADEN/SW/SC for inf. and to attend the above tender opening on stipulated date & time. Copy to- DC (P)/SC for information. The cost of tender forms should be allocated to Z-652-99. Copy to- All ADENs, SSEs/SEs/P Way, Works and Bridges of Secunderabad Division for information and for wide publicity, duly placing on the notice board.

Sr.DEN/Co-ordination/SC

Visit our site at “http://www.scr.indianrailways.gov.in”

Sr.DEN/W/SC

Tender No. 146/W/SC/15/OT

73 of 73 Signature of Tenderer/Contractor