west central railway kota division...

76
DOWNLOADED FROM WEBSITE 1 T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014 Tenderer/tenderers Dy. Chief Engineer (Const-II)/ Executive Engineer (Const)/WCR/Kota WEST CENTRAL RAILWAY KOTA DIVISION ENGINEERING DEPARTMENT (CONSTRUCTION UNIT) (CONTRACT GOVERENED BY USSR-2011) TENDER FORM OFFICE OF THE DEPUTY CHIEF ENGINEER (CONSTRUCTION) DIVISIONAL RAILWAY MANGER’S OFFICE COMPOUND WEST CENTRAL RAILWAY- KOTA-324002. TEL-0744-2467084,0744-2467124 ,FAX-0744-2467123

Upload: vanbao

Post on 30-Mar-2018

217 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 1

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

WEST CENTRAL RAILWAY

KOTA DIVISION

ENGINEERING DEPARTMENT

(CONSTRUCTION UNIT)

(CONTRACT GOVERENED BY USSR-2011)

TENDER FORM

OFFICE OF THE

DEPUTY CHIEF ENGINEER (CONSTRUCTION)

DIVISIONAL RAILWAY MANGER’S OFFICE COMPOUND

WEST CENTRAL RAILWAY- KOTA-324002.

TEL-0744-2467084,0744-2467124 ,FAX-0744-2467123

Page 2: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 2

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

WEST CENTRAL RAILWAY

Tender Notice No: Dy. CE/C/Kota-02 of 2014 Dated: 21.1.2014

TENDER DOCUMENT

1. Name of work : Construction of building for S &T installation at Shamgarh

and Garoth station in connection with replacement of

signaling gears in Kota- Nagda section of Kota division of

West Central Railway.

2. Approximate cost : ` ` ` ` 61,96,000/-

3. Earnest Money : ` ` ` ` 123920/-

4. Completion Period :10 (Ten) Months including monsoon period

5. Cost of tender document : ` ` ` ` 5000/-

6 Tender No Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tender Closing date 28.2.2014 at 15.45 hours

Tender Opening Date 28.2.2014 at 16.00 hours

NOT TRANSFERABLE

Issued by : Dy. Chief Engineer (Const-II) Kota

Issued to :

“THE TENDERERS ARE INSTRUCTED TO QUOTE ONLY SINGLE PERCENTAGE RATE

(ABOVE OR BELOW) RAILWAY’S ESTIMATED RATE ON COMPLETE TENDER VALUE . IF

SINGLE PERCENTAGE ABOVE/BELOW RAILWAY’S ESTIMATED TENDER VALUE AS A

WHOLE ARE NOT QUOTED OR VARIOUS RATES AGAINST VARIOUS

ITEMS/SCHEDULES. IS QUOTED THEN THE TENDER SHALL BE SUMMARILY

REJECTED”

Page 3: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 3

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

CHECK LIST Before submitting the tender document in tender box please ensure that you have completed following

necessary formalities for consideration of your offer. Please also ensure that all documents submitted are

signed by you or your authorised representative. Please note that this check list is only for your

convenience. For more details please go through the tender document:

Sr.

No.

Particulars Complied YES or No Details of Supporting document

1 Requisite earnest money in valid

format with details of bank.

2 Cost of tender document if down

loaded from website.

3 Signature of tenderer/authorized

signatory on all the pages of tender

document & supporting document

along with address and phone no.

for correspondence &

communication.

4 Proof of authorization if the firm is a

partnership firm/ limited company/

HUF/ Joint Venture etc.

5 Copy of partner ship deed/

Memorandum of association/ Article

of association/ Agreement of HUF/

Joint venture agreement.

6 Proof of contractual turnover for

minimum eligibility criteria.

7 Proof of similar nature of work for

minimum eligibility criteria.

8 List of completed works as per

proforma No. III .

9 List of work in progress as per

proforma No-IV

10 List of tools & plats planned to be

deployed for the work.

11 Details of organization, Technical

employees to be engaged on this

work.

12 Rates have been filled in the offer

sheet in words as well as in figures.

13 Test certificates if any required as

per tender document.

14 Method statement is signed by you.

Page 4: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 4

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

I N D E X

Tender condition/Clause No

Description Page No.

1 Tender Notice 6-7

2 Important notes for intending tenderers 8

2.1 Items to be ensured by tenderer 8

2.2 Documents to be enclosed along with the tenderer 8

2.3 Documents to be enclosed by the JV Firm along with the tender

9

2.4 Certification by JV firms. 9

3 Tender form 10

4 Instructions to the tenderers 11

4.1 Definitions 12

4.2 Singular & Plural meaning of words 12

4.3 Minimum Eligibility criteria for works Contract 12

4.4 Evaluation of Technical Eligibility criteria for participating as Joint venture

13

4.5 Earnest Money 14

4.6 Earnest Money of successful tenderers 15

4.7 Earnest Money of unsuccessful tenderer 15

4.8 Tender without Earnest Money 15

4.9 Inspection of site /viewing of document by tenderer 15

4.10 Constitution of firm 16

4.11 Rates of tender 16

4.12 Omission & Discrepancies. 17

4.13 Special condition quoted by the tenderer 17

4.14 Submission of tender 17

4.15 Opening of tender 18

4.16 . Accepting Authority 18

4.17 Right of railway to deal with the tenderer 18

4.18 Death of tenderer 18

4.19/A Validity of tenderer 18

4.19/b Method statement 19

4.20 Employment /Partnership etc. Retired Railway Employee 19

4.21 Partnership Deeds, Joint venture &Power of Attorney 19

4.22 Incorrect /wrong information 20

4.23 Negotiation in tenders. 20

4.24 Acceptance of tender 20

4.25 Signing of contract agreement 20

4.26 Performance Guarantee 20

4.27 Security deposit on acceptance of tenderer 21

4.28 Use of materials secured with government assistance 22-23

4.29 Hire of plant and machinery and other facilities 23

4.30 Handing over site 24

4.31/a Setting out of works 24

4.31/b Drawing for the works 24

4.32 Supply of water and electricity 24

4.33 Shifting of electrical/telegraph wires/cables.etc 25

4.34 Works involving use of cement and steel 26

4.35 Preservation of works 26

4.36 Employment of staff 26

4.37 Inspection register and records 27

4.38 Sampling and testing 27

4.39 Testing and field laboratory 27

4.40 Modification to contract to be in writing . 28

Page 5: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 5

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

4.41 Variation in quantity 28

4.42 Sales tax/commercial tax/Turnover tax in works contract. 28

4.43 Deduction of income tax on source 28

4.44 Works contract tax on works contracts 29

4.45 Building and other construction workers (RECES ACT ) 29

4.46 Taxes royalties and patent rights 29

4.47 Provision of mines act. 29

4.48 Permit of Parwana 29

4.49 Storage of Inflammable items. 29

4.50 Anti larval works 30

4.51 Service roads & approaches. 30

4.52 Rates. 30

4.53 Safe working methods 30

4.54 Working hours. 30

4.55 Notice to public bodies. 31

4.56 Figures & Dimensions. 31

4.57 Plea of customs. 31

4.58 Legal charges. 31

4.59 Care of staff 31

4.60 First aid 31

4.61 Force majeure clause. 31

4.62 Damage, Accidents or floods/ Tides. 31

4.63 Tress pass 32

4.64 Foreign exchange 32

4.65 Emergencies works 32

4.66 Clearance of site 32

4.67 Completion period 32

4.68 Liquated damages 32

4.69 Maintenance of works 32

4.70 Provision of payment of wages act & contract labour (Regulation & Abolition ACT )

33

4.71 Claims 34

4.72 Excepted matter 34

4.73 Settlement of disputes – Indian Railway arbitration rules 34-37

4.74 Appendices

A Safety rules. 38-40

B Special condition for issue of identity card by the contractor 41

C Special condition for tenderer when downloading the tender document from internet.

42

D Price variation clause 43-46

E Provident fund 47-48

5.1 Proforma 1 to 8 49-56

5.2 Acceptance of tender 57

5.3 Contract Agreement. 58

6.0 Tender Schedule 59-69

7.0 Offer Sheet 70

8.0 SPECIAL CONDITION/SPECIFICATION OF CONTRACT (PART-I) TECHNICAL

71-73

9.0 SPECIAL CONDITION/SPECIFICATION OF CONTRACT (PART-II &III) TECHNICAL

74

10.0 Additional Special condition 75-76

Page 6: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 6

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Tender Notice WEST CENTRAL RAILWAY Open tender

Civil Engineering Dy. Chief Engineer(Const.) , West Central Railway, Kota for and on behalf of President of Union of India invites following open sealed tenders which will be opened as per column 6 below. The duly sealed tender documents should be dropped in the tender box kept in this office on or before 15.45 Hrs on the date of opening shown against the tenders. The tenders forms shall be sold upto 12.00 hrs on the date of opening. The tender box shall be opened at 16.00 Hrs on the date of opening.

Tender No

Description of work Approx. Cost- Rs.

Earnest Money- Rs.

Completion Period

Date of Opening

Cost of Tender Form

Similar nature of work for eligibility

1 2 3 4 5 6 7 8

(1)

Dy.CE/C/

Kota/

RLK-TLZ -

LNR/

S&T/Bldg/

2014

Construction of building

for S&T installation at

Talavali, Luniricha and

Rohalkurdh station in

connection with

replacement of signaling

gears in Kota- Nagda

section of Kota division

of West Central Railway

` 71,85,000/- `

1,43,700/-

12 Months

(including

monsoon)

28.02.201

4

at 1600

hrs

`.5000/-(by

hand )

`5500/-

( By post)

“Any Civil

Construct

ion or

repair

work ”.

(2)

Dy.CE/C/

Kota/

SGZ-

GOH/

S&T/Bldg/

2014

Construction of building

for S&T installation at

Shamgarh and Garoth

station in connection with

replacement of signaling

gears in Kota- Nagda

section of Kota division

of West Central Railway

` 61,96,000/- `

1,23,920/-

10 Months

(including

monsoon)

28.02.201

4

at 1600

hrs

`.5000/-(by

hand )

`5500/-

( By post)

“Any Civil

Construct

ion or

repair

work ”.

Minimum Eligibility Criteria for item No-1&2

- Following criteria is required -

- Tenderer shall fulfill following eligibility criteria regarding Turnover and Similar nature of work either as an individual or Partnership firm, Company.

- Turn Over :-

- Total contract amount received during the last three financial years and in the current financial year should be a minimum of 150% of advertised tender value as per audited balance sheet duly certified by the chartered accountant . For the last financial year ended and /or the current financial year if audited balance sheet not available contractual amount received duly certified by the chartered accountant should be submitted as a proof of turnover. Alternatively at least payment certificate from central Govt./State Govt/ central PSU’s and other Govt. agencies for minimum of 150% of advertised tender value may be submitted. Similar Nature of work.

Should have physically completed in last three financial years (i.e. current year and three previous financial years)

at least one similar single work, i.e. As mentioned in column 8 above for a min. value of 35% of advertised tender

value of work. In case the tenderer has completed a composite /combined work having element of tendered work

the submission of documentary proof of having successfully completed separable, respective similar nature work

valuing minimum 35% of the advertised value in a composite/combined work shall be considered sufficient.

Documents to be submitted along with tender-

The tenderer is required to submit the following documents along with the tender:

1. Earnest money deposit in proper form.

2. Power of attorney, if any.

3. Tender document duly signed and complete in all respect.

Page 7: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 7

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

4. Partnership deed /association deed/ as the case may be duly notarized/ registered.

5. Audited balance sheet duly certified by the chartered accountant . For the last financial year

ended and /or the current financial year if audited balance sheet not available contractual

amount received duly certified by the chartered accountant should be submitted as a proof

of turnover. Alternatively at least payment certificate from central Govt./State Govt/ central

PSU’s and other Govt. agencies for minimum of 150% of advertised tender value may be submitted

In addition to above contractor will have to submit following documents along with the tender:

(a) List of personnel organization available on hand and proposed to be engaged for the subject work.

(b) List of plant & machinery available on hand (own) and proposed to be inducted (own and hired to be

given separately) for the subject work.

(c) List of works completed in the last three financial years giving description of work, organization for whom

executed, approximate value of contract at the time of award, date of award and date of scheduled

completion of work. Date of actual start, actual completion and final value of contract should also be

given.

(d) List of works on hand indicating description of work, contract value, and approximate value of balance

work yet to be done and date of award.

- NOTE: (1) In case of items(c) & (d) above, supportive documents/certificates from the organizations with which

they worked/are working should be enclosed.

(2) Certificates from private individuals for whom such works are executed/being executed should

not be accepted.

Proforma No:I, II, III, IV, V, VI, VII & VIII are attached with the tender document.

- All documents submitted along with tender document should be self attested by the tenderer. - Tender documents downloaded from internet.

From 15 days prior to the specified date of opening, the tender forms are available on sale in the office of Dy CE/C, WC Rly ,Kota after remittance of the cost of tender form. The amount towards the cost of tender form may be remitted to the Divisional cashier ( Pay ) , W.C. Railway, KTT, JBP, BPL or any station master/ station superintendent on WC Railway and the money receipt obtained thereof should be submitted to this with a requisition for issue of tender forms. The tender forms are not transferable and cost of tender form is not refundable. This office will not entertain direct payment. The tender notice is also available on Web site http://wcr.indianrailways.gov.in from 15 days prior to the specified

date of opening. The prospective tenderers are advised to regularly visit website http://wcr.indianrailways.gov.in

before the date of opening to note any changes /corrigenda for the tender. Tenderer(s) who are submitting downloaded ( from website ) tender document, must enclose with tender form a demand draft/banker cheque issued by any nationalized bank in favour of Dy FA & CAO (C) ,WC Railway, Kota payable at Kota towards the cost of tender document. Money receipt obtained from divisional cashier or any station master / station superintendent of WC Railway towards the cost of tender form is also acceptable. Tender offers, with downloaded tender form, not accompanying with the requisite cost of tender form in proper form will be summarily rejected.

- Earnest Money

- Tender without requisite EMD in valid prescribed form shall be summarily rejected. The acceptable forms of earnest money have been shown in the tender documents.

Cost of Tender form (Non refundable) : For each set of tender form by postal delivery, demand draft/Bankers Cheque from any nationalized bank drawn in favour of Dy. FA & CAO(C ) W.C. Railway, Kota payable at Kota towards cost of tender form as per column 7 above should be submitted. For Postal Delay Railway will not be responsible.

-

The tender box is kept in the office of Dy CE(Construction ), WC Railway, Kota for dropping of tenders. The sealed tender document should be dropped on any working day during office hours in the tender box upto 15.45 hrs on specified date of opening. Tender box will be closed at 15.45 hrs on specified date of opening. Tenders received after closing of tender box will not be entertained. The closed tender box will be opened at 16.00 hrs on the same day. If any of the tenderer or his authorized representative want to be present at the time of opening of the tenders he may do so. Tender documents, duly filled in and sealed, may be sent to the office by Dy CE(Construction ), W.C.Rly Kota by Post. However, tenderers are advised to post the tender well in advance so as to reach in time. Railway shall not be responsible for any delay in transit or loss whatsoever with regard to tender

Page 8: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 8

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

documents received by post. Tenderers are also advised to clearly mention the name of the work, tender notice no. and date of opening at the top of the envelope and it should be enclosed in another envelope to avoid opening inadvertently. Name of the work, tender notice no and date of opening should be mentioned on both the envelopes.

-

Tender Document is not transferable. Railway reserves its rights to reject the tender without assigning any reason. In case it happens to be holiday on the date of opening, the tender will be opened on next working day at same time of opening. The validity of the offer shall be 120 days from the date of opening of the tender.

Tender Notice No Dy.CE./C/Kota 02 of 2014 Dated 21.1.2014.

Page 9: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 9

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

2.0I MPORTANT NOTES FOR INTENDING TENDERERS

2.1 Items to be ensured by tenderer:

2.1.1 The offer page has been signed with full name, address & witnesses, filling all the blanks and required

columns.

2.1.2 The validity prescribed by the Railway in Clause No-4.19/A of Conditions of Tender is accepted.

2.1.3 Tenderer should not quote special conditions of their own as they are likely to vitiate the tender and make it

prone to rejection.

2.1.4. All pages are signed, corrections neatly scored out and initialled.

2.1.5 Please do not leave any lapses which may lead to declaration of your offer as INVALID.

2.1.6 The tenderers should please note that the item and rates of Master Schedule items are based UNIFIED-

SSR-2011 of WCR (WORKS AND MATERIALS) As such wherever it is shown and written as UNIFIED-

SSR-2011 of WCR (WORKS AND MATERIALS) in the tender form, should be read as UNIFIED-SSR-2011

of WCR (WORKS AND MATERIALS) only.

2.1.7 All the documents submitted by the tenderer in support of his credentials/scheme etc

should be self attested.

2.2. Documents to be enclosed along with the tender

The tenderer is/are required to produce following documents along with original tender papers duly filled in

& signed on all pages.

(i) Earnest money in proper form.

(ii) Power of attorney if any.

(iii) Tender document duly signed and complete in all respect.

(iv) Partnership deed/association deed/Joint Venture as the case may be duly notarized/registered.

(v) Statement showing contractual payment received by the firm during last three years and current financial

year up to date of opening of tender as per audited balance sheet duly certified by Chartered Accountant

etc. or attested certificate from the employer/client/Chartered Accountant etc.

(vi) Certificate from the relevant controlling competent authority indicating value of work of similar nature

carried out by the firm during the last three years.

(vii) In addition to above contractor will have to submit following documents along with the tender.

(a) List of Personnel, Organization available on hand and proposed to be engaged for the subject work.

(b) List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be given

separately) for the subject work.

(c) List of works completed in the last three financial years giving description of work, organization for whom

executed, approximate value of contract at the time of award, date of award and date of scheduled

completion of work. Date of actual start, actual completion and final value of contract should also be given.

(d) List of works on hand indicating description of work, contract value, and approximate value of balance work

yet to be done and date of award.

Please note that –

• In case of items(c) & (d) above, supportive documents/certificates from the organizations with whom they worked/are working should be enclosed.

• Certificates from private individuals for whom such works are executed/being executed should not be accepted.

2.2.1 Above details are to be furnished by tenderer in the Performa detailed below-

Proforma No: I, II, III, IV, V A & B, VI & VII (attached herewith)

Proforma No: I : Particulars of tenderer.

Proforma No: II : Details of works activities similar to tendered work.

Proforma No: III : Details of all Civil Engg. Works carried out during past 3 years.

Proforma No: IV : Details of Civil Engineering works in hand.

Proforma No: V-A : Details of Plant & Machinery owned by the Tenderer.

Proforma No: V-B : Details of Plants and Machinery proposed to be hired for work.

Proforma No: VI : Particulars of Technical staff to be employed on the work.

Page 10: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 10

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Proforma No: VII : Particulars of site conditions.

2.3 Documents to be enclosed by the JV firm along with the tender (applicable for tenders costing more than Rs. 10.00 crore)

The JV firms who are participating in the tender shall have to submit following additional document as listed in para 2.2 above.

2.3.1 In case one or more of the members of the JV firm is/are partnership firm(s), following documents shall

be submitted:

(a) Notary certified copy of the Partnership Deed.

(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate

value (in original).

(c) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners to sign the

MOU and JV Agreement on behalf of the partners and create liability against the firm.

2.3.2 In case one or more members is/are Proprietary Firm or HUF, the following documents shall

be enclosed:

Affidavit on Stamp Paper of appropriate value declaring that his concern is a Proprietary

Concern and he is sole proprietor of the Concern OR he is in position of “KARTA” of Hindu

Undivided Family and he has the authority, power and consent given by the other partners to

act on behalf of HUF.

2.3.3 In case one or more members is/are limited companies, the following documents shall be

submitted :

(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV

agreement, authorizing MD or one of the Directors or Managers of the Company to sign MOU, JV Agreement,

such other documents required to be signed on behalf of the Company and enter into liability against the

company and/or do any other act on behalf of the company.

(b) Copy of Memorandum and articles of Association of the Company.

(c) Power of Attorney (duly registered as per prevailing law) by the Company authorizing the person to do/act

mentioned in the para (a) above.

2.4 Certification by JV Firms-

All the members of the JV shall certify That, we have not been black listed or debarred by Railways or any

other Ministry/Department of the Govt. of India/State Govt. from participation in tenders/contract on the date of

opening either in their individual capacity or the JV firm or partnership firm in which they were members/

partners

-----------------------------------

Page 11: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 11

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

3.0 TENDER FORM

Tender No: Dy.CE/C/ Kota/ SGZ-GOH/ S&T/Bldg/2014

Name of work: Construction of building for S &T installation at Shamgarh and Garoth station in

connection with replacement of signaling gears in Kota- Nagda section of Kota division of West Central

Railway.

To,

The President of India,

Acting through

Dy.Chief Engineer (Construction-II)

West Central Railway-Kota.

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 offer open for acceptance for

a period of 120 days from the date fixed for opening the same.

I/We offer to do the work for of tender for “Construction of building for S &T installation at Shamgarh and

Garoth station in connection with replacement of signaling gears in Kota- Nagda section of Kota division

of West Central Railway ” to complete the work 10 (Ten) Months including monsoon period from the date of

issue of acceptance letter.

3.1. I/We also hereby agree to abide by the General Conditions of Contract corrected up to date and to carryout

the work according to the Special Conditions of Contract & Specifications of materials and work as laid

down by the Railway in the annexed Special Conditions, Specifications and Standard Schedule of rates

corrected up to date. The contract shall stand cancelled without prejudice to any other rights or remedy if:

3.2. A Sum of `̀̀̀ 123920/---is herewith forwarded as Earnest Money. The total value of the earnest money shall

stand forfeited without prejudice to any other rights or remedies in case my/our Tender is accepted and if:

(a) I/We do not execute the contract documents within seven days after receipt of notice issued by the Railway

that such documents are ready; and

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

3.3 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.

3.4. I/ We hereby certify that no retired Engineer/Gazetted officer of the Railway’s who has retired within 2

years of date of submission of tender and has not obtained permission of competent authority has been

engaged by me/our firm. I/We also certify that none of my relative is engaged in Engineering Department in

West Central Railway.

Signature of Witness Signature of Tenderer(s)

(1) . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . .

(2) . . . . . . . . . . . . . . . . . . . . . . . . . . . . Address of the Tenderer(s)

Page 12: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 12

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

4.0 INSTRUCTIONS TO THE TENDERER

4.1 DEFINITION:

4.1.1 MEANING OF TERMS:

In these Regulations for Tenders and Contract the following terms shall have the definitions meanings

assigned hereunder except where the context otherwise required.

(a) Railway shall mean the President of the Republic of India or the Administrative officers of the West Central

Railway or of the Successor Railway authorized to deal with any matters which these presents are

concerned on his behalf.

(b) General Manager shall mean the officer in administrative charge of the whole of Railway or exercising the

powers of General Manager for the subject contract and shall mean and include the General Manager of

the successor Railway.

(c) Chief Engineer/Chief Administrative Officer (Construction) shall mean the officer in administrative charge of

whole of Construction Organization of the West Central Railway or the successor Railways.

(d) Chief Engineer shall mean the officer in charge of the Engineering Department of West Central Railway

and shall also include the Chief Engineer (Construction)/Chief Project Manager and shall mean and

include the Chief Engineer/Chief Engineer(Construction)/Chief Project Manager of the successor

Railway.

(e) Engineer shall mean the Divisional/District Engineer or the Executive Engineer in executive charge of the

works and shall include the superior officers of the Engineering Department of the West Central Railway

i.e. The Dy. Chief Engineer/Chief Engineer/ Chief Engineer (Construction)/ Engineer-in Chief/ Chief Project

Manager and shall mean and include the Engineers of the successor Railway.

(f) Engineer's Representative shall mean the Assistant Engineer in direct charge of the work and shall

include any Resident Engineer or Section Engineer or any Inspector of the Civil Engineering Department

appointed by the West Central Railway and shall mean and include the Engineer's Representative of the

successor Railway.

(g) Contractor shall mean the person firm or company whether incorporated or not who enters into the

contract with the Railway and shall include their executor’s administrators, Successors and permitted

assigns.

(h) Divisional Railway Manager shall mean the Administrative Officer in charge of a Division of West Central

Railway for the time being and shall mean and include the Divisional Railway Manager of the successor

Railway.

(i) Tenderer shall mean the persons, the firm/Co-operative or company who tenders for the work with a view

to execute the works on contract with the Railway and shall include their personal representatives,

successors and permitted assigns.

(j) Limited Tenders shall mean tenders invited from all or some contractors on the approved or select list of

Contractors with the Railway.

(k) Open Tenders shall mean tenders invited in open and public manner and with adequate notice.

(l) Works 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.

(m) Specifications shall mean the specifications for INDIAN RAILWAY UNIFIED STANDARD

SPECIFICATION(WORKS & MATERIALS) Issued under the authority of the or as amplified, added to or

superseded by special specifications if any, appended to the Tender forms.

(n) Schedule of Rates- shall mean the UNIFIED SHEDULE OF RATES OF WEST CENTRAL RAILWAY

issued under the authority of the Principal Chief Engineer from time to time.

(o) Drawing shall mean the drawings, plans and tracings or prints thereof annexed to the Tender Forms or

provided subsequently.

4.2 SINGULAR & PLURAL: Meaning of words

4.2.1 Words imparting the singular number shall also include the plural and vice versa where the context

requires.

Page 13: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 13

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

4.2.2. These Regulations for Tenders and Contracts shall be read in conjunction with the General Conditions of

Contract which are referred to herein and shall be subject to modifications, additions or super session by

special conditions of contract and/or special specifications if any, annexed to the Tender Forms.

4.3 Minimum Eligibility criteria.

4.3.1 Minimum eligibility criteria for tenders costing less than Rs.50 lakh

A contractor who has not carried out any work so far on this Railway should furnish particular regarding

(a) His position as an independent contractor;

(b) His capacity to undertake and carry out works satisfactorily, as vouched for by a responsible official or firm;

(c) His 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;

(d) His knowledge from actual personal investigations of the resources of the Zone or Zones in which he offers

to work;

(e) His ability to supervise the work personally or by competent and duly authorized agents;

4.3.2 MINIMUM ELIGIBILITY CRITERIA FOR tenderers costing more than Rs. 50.00 lakhs )

For Tenders Not having Joint Ventures Clause.

Tenderer shall fulfil following eligibility criteria regarding Turnover(Financial Eligibility criteria) and Similar

nature of work(Technical eligibility criteria) either as an individual or Partnership firm, Company. Only those

firms/tenderers who in their individual capacity fulfil the minimum eligibility criteria need to quote for tender.

(a) Financial Eligibility criteria.

Total contract amount received during the last three financial years and in the current financial year should

be a minimum of 150% of advertised tender value as per audited balance sheet duly certified by the

chartered accountant. For the last financial year ended and /or the current financial year if audited balance

sheet not available contractual amount received duly certified by the chartered accountant should be

submitted as a proof of turnover. Alternatively at least payment certificate from central Govt/State Govt/

central PSU’s and other Govt. agencies for minimum of 150% of advertised tender value may be

submitted.

(b) Technical Eligibility criteria.

Should have physically completed in the last three financial years (i.e. Current year and three previous financial years) at least one similar single work i.e. “Any Civil Construction or repair work ” for a minimum value of 35% of advertised tender value of work. 4.3.3 Other Details.

(i) List of Personnel, Organization available on hand and proposed to be engaged for

the subject work.

(ii) List of Plant & Machinery available on hand (own) and proposed to be inducted (own

and hired to be given separately) for the subject work.

(iii) List of works completed in the last three financial years giving description of work,

organization for whom executed, approximate value of contract at the time of award,

date of award and date of scheduled completion of work. Date of actual start, actual

completion and final value of contract should also be given.

(iv) List of works on hand indicating description of work, contract value, and approximate

value of balance work yet to be done and date of award.

NOTE-

(a)Tenderer should submit the documents regarding the eligibility criteria along with tender documents.

Documents in support of minimum eligibility criteria are not likely to be accepted after opening of tender;

however clarification/verification on the documents submitted can be sought after opening of tender.

(b)) Similar nature of work physically completed within the qualifying period i.e the last 3 financial years and current financial year shall only be considered in evaluating the eligibility criteria.

Page 14: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 14

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

(c) The total value of similar nature of works completed during the qualifying period, and not the payments received within qualifying period for the works in progress, shall be considered. In case, final bill of similar nature of work has not been passed, paid amount including statutory deductions shall be considered if final measurements have not been recorded OR if final measurements have been recorded and work has been completed with negative variation. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original contractual value of work shall be considered for judging eligibility. (d) In the case of composite works involving combination of different works, even separate completed works of required value shall be considered while evaluating the eligibility criteria. For example, in a tender for bridge works where similar nature of work has been defined as bridge works with pile foundation and PSC superstructure, a tenderer, who had completed one bridge work with pile foundation of value at least equal to 35% of tender value and also had completed one bridge work with PSC superstructure of value at least equal to 35% of tender value, shall be considered as having fulfilled the eligibility criterion of having completed single similar nature of work.

4.3.4 It is mandatory for the tenderer/s to submit the affidavit on a Stamp Paper of Rs. 100/- that document and information submitted by them with the bid is correct and in case any thing is found otherwise, the bidder will be liable for forfeiture of bid security/performance Guarantee and also liable for banning of business. Tenderers may carefully note that their contract agreement for this work is liable to be terminated at any time later, in case the documents furnished by them are found to be untrue/misleading or any adverse point comes to light subsequently. The decision of Railway in this regard shall be final and binding.

4.4 Evaluation of Technical eligibility criteria for participating as Joint venture. 4.4.1 Technical eligibility criteria.(For tenders costing more than Rs.10 crore)

Either the JV firm or any one of the members of the JV firm must have satisfactorily completed in the last

three previous financial years and the current financial year up to the date of opening of the tender, one

similar single work for a minimum value of 35% of advertised tender value.

OR

In case of composite works (e.g. works involving more than one distinct component such as Civil

Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges,

substructure and superstructure etc.), at least 35% of the value of each such component of similar nature

should have been satisfactorily completed by the JV firm or any one of the members of the JV firm in the

previous three financial years and the current financial year up to the date of opening of tender. In such

cases, what constitutes a component in a composite work shall be clearly defined as part of the tender

condition without any ambiguity.

NOTE : Value of a completed work done by a Member in an earlier partnership firm or a JV firm shall be

reckoned only to the extent of the concerned member’s share in that partnership firm/JV firm for the

purpose of satisfying his compliance of the above mentioned technical eligibility criteria in the tender under

consideration.

4.4.2 Financial eligibility criteria:

The contractual payments received by the JV firm or the arithmetic sum of contractual payments received

by all the members of JV firm in the previous three financial years and the current financial year up to the

date of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the

tender.

NOTE: Contractual payment received by a Member in an earlier JV firm shall be reckoned only to the extent of the

concerned member’s share in that JV firm for the purpose of satisfying compliance of the above mentioned

financial eligibility criteria in tender under consideration.

4.5. EARNEST MONEY:

4.5.1 The tenderer shall be required to deposit a sum of ` ` ` ` 1,23920/--with the tender towards earnest money:

Page 15: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 15

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Value of the work EMD

For works estimated to cost up to Rs:

1 Crore.

2% of the estimated cost of the work.

For works estimated to cost more

than Rs:1 Crore

Rs: 2 Lakhs plus ½ % (half percent) of the excess

of estimated cost of work beyond Rs: 1 Crore

subject to a maximum of Rs: 1 Crore.

4.5.2 The earnest money should be in cash or in any of the following forms:-

Deposit receipt, pay orders, demand drafts executed by State Bank of India or by any of the nationalized

banks or by a Schedule Bank.

(a) Deposit receipts, pay orders, Demand Drafts executed by the scheduled banks (other than the State Bank

of India and the nationalized banks) approved by the Reserve Bank of India for the purpose. The earnest

money FDR submitted by the tenderer along with the tender should not be in favor of “Person/Firm” other

than “Person/Firm” in whose name tender form is issued.

Earnest Money:

(b) Earnest money if deposited in form other than cash should be valid for at least for 6 months from the date

of tender opening and should be drawn in favour of Dy. FA & CAO(C) West Central Railway-Kota.

4.5.3 Guarantee bonds, Government securities (Stock) certificates, bearer bonds, promissory notes, cash

certificates etc. will not be accepted.

4.5.4 The earnest money wherever it is deposited in cash should be remitted to the Chief Cashier, West Central

Railway-Jabalpur or to the Divisional Cashiers (including Senior Cashiers of the Construction units) and the

receipt obtained should be enclosed with the tender as a proof of the deposit of requisite earnest money.

The earnest money should not be deposited at stations. Tenders unaccompanied with requisite Earnest

Money or received in any other form than those mentioned vide Para-4.5.2 above shall be

summarily rejected. The facilities to quote tender on the SEM with any other organization or Department

of West Central Railway also stands withdrawn. The tender submitted by the tenderer on the strength of

such SEM should be treated as the tender unaccompanied with Valid EMD.

4.5.5 The tender must be accompanied by a sum of ` ` ` ` 1,1,1,1,23,920/23,920/23,920/23,920/---------as earnest money deposited in cash or in any

forms mentioned in the tender notice/tender document failing which the tender will be summarily rejected.

4.5.6 The tenderer shall hold the offer open till such date as may be specified in the tender. It is understood that

the tender documents have been sold/issued to the tenderer and the tenderer is being 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 Chief Engineer(C)/Chief

Project Manager/Deputy Chief Engineer(C)/Executive Engineer(C) of the West Central Railway should the

tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as security for the

due performance of the above stipulation shall be forfeited by the Railway. If the tender is accepted, the

amount of earnest money will be held as part of security deposit for the due and faithful fulfilment of the

contract.

4.6. Earnest Money of Successful tenderers

4.6.1 The successful tenderer who have paid earnest money in any of the prescribed forms should convert the

same as part security deposit having validity more than completion period. Balance SD for the contract will

also be furnished to the Railway.

4.6.2 The earnest money deposited by the successful tenderer/tenderers will be retained towards the security

deposit for the due and faithful fulfilment of the contract but shall be forfeited if the contractor

fails/contractors fail to execute the Agreement Bond or start work within a reasonable time (to be

determined by the Engineer in-charge) after notification of the acceptance of his/their tender.

4.7 Earnest Money of unsuccessful tenderer-

4.7.1 The earnest money of the unsuccessful tenderer will as therein 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

Page 16: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 16

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

specified in the tender documents or to the earnest money while in their possession, nor be liable to pay

interest thereon.

4.7.2 In single packet system of tendering the Earnest Money submitted by all the tenderer except L-1 shall be

released after the acceptance of the offer of L-1.

4.7.3 If negotiations are proposed to be held, the Earnest money submitted by all the tenderer other than the

tenderer with whom negotiations has been proposed, shall be released after the acceptance of the

recommendations of the tender committee by the accepting authority for holding negotiations.

4.7.4 If the tender is not finalised within the original validity period, the Earnest Money of the tenderer who do not

agree to extend the validity of their offers, shall be released. This shall however be done only after the

receipt of refusal from the tenderer for any further extension in writing.

4.7.5 In two packet system of tendering, the EMD of tenderer not found technically suitable (opening of price

bid), may be released after acceptance of recommendations of the tender committee by the accepting

authority on the first packet.

4.8 Tender Without Earnest Money:

4.8.1 Tenders unaccompanied with full earnest money in requisite form will under no circumstances be

entertained and will be summarily rejected without further reference to the tenderer. No reference to

previous deposit of earnest money deposit and/or security deposit for adjustment against the present

tender will be accepted, neither any request for recovery from any outstanding bills for earnest money

against present tender will be entertained.

4.9 Inspection of site/viewing of Documents by tenderer.:

4.9.1 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 Form 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.

4.9.2 The tenderers shall inspect the proposed site of building, and acquaint him self/them shelves with the site

conditions working hours, layout of lands and all over relevant items connected with the execution of the

work.

4.9.3 The drawings for the works can be seen in the office of Dy.Chief Engineer(C) kota/Executive Engineer(C) kota, West Central Railway at any time during office hours.

4.9.4. General Conditions of Contract and Specifications for materials and works of the West Central Railway can be seen at the office of Dy.Chief Engineer (Const), West Central Railway-Kota or obtained on payment at prescribed rate.

this effect.

4.10 Constitution of the firm.

4.10.1 The tenderer/s who are constituents of firm, company, association or society must forward attested copies

of the constitution of their concern, partnership deed and power of attorney with their tender. Tender

documents in such cases are to be signed by such person ( as may be legally competent to sign them on

behalf of the firm company, association or society as the case may be. Co operative societies must

likewise submit an attested copy of their certificate of registration along with the documents as above

mentioned. .

4.9.5 The tenderer shall visit the site of work and ascertain himself the conditions of work

viz. approach roads and accessibility, nature of soil/ rock, availability of materials,

electric power, water for work and drinking purposes, site for labour camps, stores,

godowns, extent of lead/lift in work, availability of skilled and unskilled labour etc. that

may be encountered in the course of execution of work. In short, he/they should

familiarize himself fully with the conditions obtaining at site and furnish a certificate to

Page 17: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 17

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

4.10.2 The Railway will not be bound by any power of attorney granted by the tenderer/s or by changes in the

composition of the firm made subsequent to the execution of the contract. The Railway may, however,

recognize such power of attorney and changes after obtaining proper legal advice, cost of which will be

chargeable to the contractor.

4.10.3 If the contractor’s firm is dissolved on account of death, retirement of any partners or for any reason

whatsoever, before fully completing the whole work or any part of it undertaken by the principal agreement

the surviving partners shall remain jointly/severally and personally liable to complete the whole work to the

satisfaction of the Railway and to pay compensation for losses sustained, if any by the Railway due to such

dissolution. The amount of such compensation shall be decided by Chief Engineer/Const. Of the Railway

and his decision in the matter shall be final and binding on the contractor.

4.10.4 The cancellation of any document such as power of attorney, partnership deed etc. shall forthwith be

communicated to the Railway in writing, failing which the Railways shall have no responsibility or liability for

any action taken on the strength of the said documents.

4.11 Rates offered by tenderer

4.11.1 “THE TENDERERS ARE INSTRUCTED TO QUOTE ONLY SINGLE PERCENTAGE

RATE (ABOVE OR BELOW) RAILWAY’S ESTIMATED RATE ON COMPLETE TENDER

VALUE . IF SINGLE PERCENTAGE ABOVE/BELOW RAILWAY’S ESTIMATED TENDER

VALUE AS A WHOLE ARE NOT QUOTED OR VARIOUS RATES AGAINST VARIOUS

ITEMS/SCHEDULES. IS QUOTED THEN THE TENDER SHALL BE SUMMARILY

REJECTED”

The quantities shown in the attached Schedule are given as a guide and are approximate only and are

subject to variation according to the needs of Railway. The Railway accepts no responsibility for their

accuracy. The Railway does not guarantee work under each item of the Schedule.

4.11.2 The rates offered should be written in words as well as in figures in the offer sheet. In case of

discrepancies between the rate quoted in figures and words, the rate quoted in words will prevail.

4.11.3 Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any

correction made by the Tenderer/Tenderers in his/their entries must be attested by him/them.

4.11.4 If the tenderer deliberately gives/ wrong information in his/their tender or creates/create circumstance for

the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.

4.11.5 Each page of the tender papers is to be signed and dated by the tenderer/s or such person/s on his/their

behalf who is /are legally authorized to sign for him /them.

4.11.6 The value of contract and the quantities given in the attached schedule of items, rate and quantities are

approximate and are given only as guidance. These are subject to variation additions and or omission. The

quantum of work to be actually carried out shall not form the basis of any dispute regarding the rates to be

paid and shall not give rise to claim for compensation on account of any increase or decrease either in the

quantity or in the contract value.

4.12 OMISSIONS AND DISCREPANCIES:

4.12.1 Should a tenderer find discrepancies in or omission from the Drawings or any of the Tender Forms or

should he be in doubt as to their meaning he should at once notify the authority inviting tenders who may

send a written instruction to all tenderers. It shall be understood that every Endeavour has been made to

avoid any error which can materially affect the basis of the tender and he successful tender shall take

upon himself and provided for the risk of any error which may subsequently be discovered and shall make

no subsequent claim on account thereof.

4.12.2 The tenderers shall no take any advantage of any misinterpretation of the condition due to typing or any

other error & if in doubt shall bring to the notice of Engineer without delay. In case of any contradiction only

Page 18: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 18

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

the printed rules and books should be followed and no claim for the misinterpretation shall be entertained.

In addition provision contained in the clause of General Condition of Contract shall also be applicable.

4.13 Special conditions quoted by the tenderer-

Normally the tenderer is not expected to quote any special condition. The railway reserves the right not to

consider conditional tenders and reject the same without assigning any reason. Only those additional

conditions , which are explicitly accepted by Railway, shall form part of the contract.

4.14 Submission of tender

4.14.1 Tender documents can be obtained from the office of Dy Chief Engineer (C),Kota WCR on any work day

i.e. 10.00 AM to 17.30 PM on cash payment of requisite tender fee . The cost of tender documents is non

refundable and tender document is not transferable. Request for tender by post must accompany demand

draft of in favour of Dy FA & CAO WCR Kota .

4.14.2 Tender documents can also be downloaded from the Central Railway constructions, web site i.e.

www.wcr.indianrail.gov.in and used as tender document for submitting the offer. The facility is available free

of cost. However the cost of tender document as indicated above will have to be deposited by the tenderer

in the form of a bank draft payable in favour of Dy FA & CAO (C ) WCR Kota alongwith the tender

document. This should be paid separately and not included in the earnest money. In case, tender is not

accompanied with the cost of the tender documents as detailed above, tender will be summarily rejected.

4.14.3 These tender documents must be submitted duly completed in all respects, in a sealed cover super scribed as tender form for the work “: As on top sheet” and should be deposited in the Tender box in the office of the Dy Chief Engineer/Construction / WC Railway , Kota upto 15.45 hrs on the date of opening as per NIT. The tender will be opened at 1600 hrs. Tenders, which are received after the time and date specified above, may not be considered. In case the intended date for opening of tenders is declared holiday, the tenders will be opened on the next working day at the same time.

4.14.4 Tenders sealed and superscribed as aforesaid can also be sent by registered post addressed to the Dy

Chief Engineer ( Const.) WCR Kota office so as to reach not later than the date and time Specified above.

Tenders received after the time and date specified above may not be considered. Any tender delivered or

sent otherwise will be at the risk of the tenderers.

.4.14.3 The time of closing of sale & closing of tender Box shall be reckoned as per the wall clock

available in the office of the Dy.Chief Engineer (Const) Kota

4.15 Opening of tenders:

4.15.1 At the advertised time and place, offers received for tenders shall be opened by a Committee of officials

and where practicable the names of tenderers and the rates tendered by them will be read out in the

presence of such of the intending contractors or their agents as may attend.

4.15.2 Tenderers to please not that no correspondence shall normally be made after submission of tender

towards any documents which are required for adjudging the capability of the firm/tenders as per

eligibility criteria. The tenderer/s is /are therefore, advise to submit all the documents in one go with the

offer.

4.16. Accepting Authority:

The authority for the acceptance of the tender will rest with the competent authority as decided by

Railway Board/Railway administration from time to time.

4.17 Right of Railway to deal with tenderer:

4.17.1 The Railway reserves the right not to invite tenderers for any work or works, or to invite open or limited

tenderers and when tenderers are called to accept a tender in whole or in part or reject any tender or all

tenders without assigning reasons for any such action.

4.17.2 It shall not be obligatory on the said authority to accept the lowest tenderer and no tendererer/tenderers

shall demand any explanation for the cause of rejection of his/her tender.

.

Page 19: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 19

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

4.17.3 The authority for the acceptance of the tender will rest with the Railway which does not bind it self to accept

the lowest or any other tender no does the Railway undertake to assign reasons for declining to consider or

reject any particular tender or tenders.

4.18 Death of tenderer If the tenderer expires after the submission of his tender or after the acceptance of his tender, the railway

shall deem such tender/contract as cancelled. If a partner of firm expires after the submission of their

tender the Railway shall deem such tender as cancelled unless the firm retain its character.

4.19./A Validity of tender-

The Tenderer shall keep the offer open for a minimum period of 120 days from the date of opening of

the tender in which period the tenderer cannot withdraw his offer, subject to the period being extended

further if required by mutual agreement from time to time. It is understood that the tender documents

have been sold/issued to the tenderer/s and tenderer/s is /are being permitted to in consideration of

stipulation on his/their part that after submitting his/their offer he/they will not resile from his /their offer

or modify the terms and conditions thereof in manner not acceptable to Central Railway should the

tenderers fail to observe to comply with the forgoing stipulation or fail to undertake the contract after

acceptance of his/their tender the entire amount deposited as earnest money for the due performance

of the stipulation and to keep the offer open for the specified period, shall be forfeited to the Railway.

4.19/B Method Statement

Tenderers have to submit the “ Method Statement”, clearly elaborating the system of works to be

adopted i.e. procedure of executing the various activities indicating the numbers/type of

machinery/equipment/scaffolding/form works and other resources etc. to be deployed on this work to

achieve required progress, sources of materials, procedure of arranging testing of materials/ finished

products to ensure specified and quality, missing/transportation /placing of concrete, details of safety

measures to be taken while working near running track, in rivers/viaducts or at height for the safety of

engineers/workers. Further this should include the site management, security, hygiene & welfare

activities, communication, milestones & targets etc for completing various activities.

Tenderers must submit the “ Method Statement” before commencement of activity & get it approved by

the Engineer-incharge before start of the activity.

4.20 Employment /Partner ship , etc. of Retired Railway Employee.

4.20.1. Should a tenderer be 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 pension

able post or not in the Engineering Department of any of the Railway 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 or should a tenderer being as

incorporated company have any such retired Engineer or retired officer as one of its directors or

should a tenderer have in his employment any retired Engineer or retired gazetted officer as aforesaid

the full information as to the date of retirement of such Engineer or gazetted officer from the said

service and in cases where such Engineer or Officer had 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, if the contractor be a partnership firm or an incorporated company to become a partner or

director as the case may be or to take 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 Tenders without the information above referred to or a statement to the effect that no such

retired Engineer or retired Gazetted Officer is so associated with Tenderer, as the case may be, shall

be rejected.

4.20.2. 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 West Central Railway or in the case

of a partnership firm or company incorporated under the India Company Law should a partner or a

Page 20: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 20

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

relative or the partner or a share holder or a relative of a share holder be employed in gazetted

capacity in the Engineering Department of the West 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 may be rescinded in accordance with

the provisions in Clause-62 of the General Conditions of Contract.

4.21. Partnership Deeds, Joint Venture & Power of Attorney etc.

The tenderer shall clearly specify whether the tender is submitted on his own behalf or on behalf of a

partnership concern/company. If the tender is submitted on behalf of partnership concern/company a

certified copy of partnership deed/articles of association/Joint Venture, as the case may be, and a

power of attorney to sign the tender documents, bills etc. should be submitted. If these documents are

not enclosed along with the documents, the tender will be treated as having been submitted by

individual, signing the tender documents. The Railway will not be bound by any power of attorney

granted by the tenderer or by changes in the composition of the firm made subsequently to the

execution of the contract.

Railway may however, recognize such power of attorney/partnership deed/article of association/Joint

Venture after obtaining proper legal advice, charges for which will be chargeable to the contractor.

4.22 Incorrect/ wrong information

Tenderers may carefully note that their Contract Agreement for this work is liable to be terminated at any

time later, in case any of the information furnished by them is found to be untrue or any adverse point

comes to light subsequently. The decision of Railway in this regard shall be final and binding.

4.23 Negotiations in tenders

Should the Railway decide to negotiate with a view to bring down the rates, the original offer will still be

binding in case nothing materializes out of the negotiations? A declaration to this effect should be

submitted by the tenderer/ tenderers along with the negotiated offer in the prescribed Performa.

4.24 Acceptance of tender-

An acceptance letter shall be issued to the successful tenderer which shall constitute a binding

contract between Railway & contractor till the formal contract agreement is executed.

4.25 SIGNING OF CONTRACT DOUCMENTS:

4.25.1. The tenderer whose tender is accepted shall be required to appear at the office of The General

Manager/Chief Engineer(C) WCR-JBP /Chief Project Manager/Dy. Chief Engineer/Executive Engineer(C)

Kota as the case may be in person, or if a firm or corporation, a duly authorized representative shall so

appear and execute the contract documents within seven days after notice that the contract document is

ready . Failure to do so shall constitute a breach of the agreement effected by the acceptance of the tender

in which case the full value of the earnest money accompanying the tender shall stand forfeited without

prejudice to any other rights or remedies.

4.25.2 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

thereupon 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 liquidated damages for such

default.

4.25.3 Every contract shall be completed in respect of the documents it shall constitute. Not less than 5 copies of

the contract documents shall be signed by the competent authority and the contractor and one copy given

to the contractor..

4.26 PERFORMANCE GUARANTEE:

4.26.1 The procedure for obtaining Performance Guarantee is outlined below:

(a) The successful bidder shall have to submit a performance guarantee (PG) within 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 upto 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 panel interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days i.e from 31

st 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

Page 21: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 21

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred form participating in the re-tender for that work.

(b) 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 percent below the

market value. (iv) Deposit receipts, Pay order, Demand draft and Guarantee bonds.

These forms of performance guarantee could be either of State Bank of India, or of any of

the nationalized bank. (v) Guarantee bonds executed or Deposit receipts tendered by all

scheduled banks. (vI) Deposit in the post office saving bank. (vii) A deposit in the national

saving certificate (viii) 12 years national defence certificate. (ix) 10 years defence

deposits, (x) National Defence Bonds. (xi) Unit trust certificates at 5 percent below market

value or at the face value whichever is less. Also FDR in favour of Dy. FA&CAO /C / Sr

DFM-WCR-Kota, (free from any encumbrance) may be accepted.

NOTE- The instruments as listed above will also be acceptable for Guarantees in case of

mobilization advance.

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 upto the stipulated date of completion plus 60 days beyond that.

In case, the time for completion of work gets extended, the contractor shall get the

validity of performance guarantee extended to cover such extended time for completion

of work plus 60 days.

The value of performance guarantee (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 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.

The performance guarantee (PG) shall be released after the physical completion of the

work based on the “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 the expiry of the maintenance period and after

passing the final bill based on “No claim certificate” from the contractor.

Whenever, the contract is rescinded, the security deposit shall be forfeited and the

performance guarantee shall be en-cashed and 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.

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

Page 22: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 22

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

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.

4.26.2. Procedure for forfeiture of Performance guarantee & security deposit.

(i) After signing of the agreement and submission of performance guarantee, the work has commenced and

the contractor abandons the work without completing, it then performance guarantee shall be en cashed

and security deposit recovered so far shall b e forfeited. Balance Security Deposit shall be recovered from

his unpaid dues of the existing contract. If there is still some balance left, it should be recovered from his

other ongoing contracts with this railway/other railways/other Government departments.

(ii) The agreement is signed and the performance guarantee submitted, thereafter, the contractor does not

commence the work. In such a case, the performance guarantee shall be en-cashed and the amount equal

to security deposit shall be recovered from the on going contract of the contractors. Further, if the

contractor is not the working contractor of the railway, then action would be taken for recovery of these

dues from other railways /Govt. department.

(iii) After the issue of letter of acceptance, the contractor does not come forward to sign the agreement and

does not submit the performance guarantee within the stipulated time. In such a case, the amount

equivalent to performance guarantee shall be recovered from his on going contracts. If the contractor is not

a working contractor of this Railway or required amount is not available with WCR then action will be taken

for recovery of these dues from his ongoing contracts with other Railways/Govt. deptt.

(iv) The tenderer withdraws his offer before expiry of validity period of his offer or issue of acceptance letter,

whichever is earlier , then in such a case , his EMD shall be forfeited, In case ,L-1 withdraws his offer, then,

tender should also be discharged as per extant instructions.

(v) In all the above cases, the failed contractor/tenderer who has withdrawn the offer shall be debarred from

participating in the tender for executing the work /balance work. If the failed contractor/tenderer who has

withdrawn the offer, is JV or a a partnership firm then every member/partner of such firm shall be debarred

from participating in the tender for the balance work either in his individual capacity or as a partner of a

JV/Partnership firm.

The contractors shall gave to the Airport Authority JDA, municipality, police and other authorities all notices

not may be required by law and obtain all requisite license, permissions, clearances and pursuance will be

done by the Architect/Consultants and statutory charges will be paid by the Railways for such work, which

may be livable on account of his operation executing the consultancy contract.

4.27 SECURITY DEPOSIT ON ACCEPTANCE OF TENDERS:

4.27.1 The Earnest Money deposited by the contractor with his tender will be retained by the Railways as part of

security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the

security deposit, the rates for which are given below, may be deposited by the Contractor in cash or may

be recovered by percentage deduction from the Contractor’s “on account” bills. Provided also that in case

of defaulting contractor the Railway may retain any amount due for payment to the Contractor on the

pending “On account bills” so that the amount so retained may not exceed 10% of the total value of the

contract.

4.27.2 Unless otherwise specified in the special conditions, if any the Security Deposit/ rate of recovery /mode of

recovery shall be as under:-

(a) Security Deposit for each work should be 5% of contract value.

(b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit

is recovered.

Page 23: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 23

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

(c) Security Deposits will be recovered only from the running bills of the contract and no other mode of

collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security

Deposit.

Security Deposit however, shall be released only after the expiry of the maintenance period and after

passing the final bill based on “No Claim Certificate”. The Competent Authority shall normally be the

authority who is competent to sign the contract. If this Competent is of the rank lower than JA Grade, then

a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should

mention that the work has been completed in all respect and that all the contractual obligations have been

fulfilled by the contractors and that there is no due form the contractor to Railways against the contract

concerned. Before releasing the SD an unconditional and unequivocal no claim certificate from the

contractor concerned should be obtained.

4.27.3 No interest will be payable upon the Earnest Money and Security Deposit or amount payable to the Contractor under the contract, but Government Securities deposited in terms of Sub Clause (1) of this clause will be payable with interest accrued thereon.

4.28 USE OF MATERIALS SECURED WITH GOVERNMENT ASSISTANCE:

4.28.1 The Railway shall not supply from its own quota to the contractors controlled or imported commodities. Assistance will however, be given by recommending to appropriate authorities on contractor’s application for issue of import license and release of controlled commodities if the Engineer is satisfied that this material is actually required by the contractors for carrying out the work and is not available in the country. Where any raw materials for the execution of the contract are procured with the assistance of Government

either by issue from Government, stocks or purchases under arrangements made or permit(s) or license(s)

issued by the Government, the Contractor shall hold the materials as trustee for the Government and use

such materials economically and solely for the purpose of the contract against which they are issued and

not dispose off them without permission of the Government and return, if required by the Government, all

surplus or unserviceable materials that may be left by him after completion of the contract or at its

termination for any reason whatsoever on his being paid such price as Government may fix with due regard

to the condition for any reason whatsoever on his being paid such price as Government may fix with due

regard to the condition of the materials. The freight charges for the return of the materials according to the

direction of the purchaser shall be borne by the contractor, in the event of contract being cancelled for any

default on his part. The decision of Government shall be final and conclusive.

In the event of a breach of the aforesaid conditions, the contractor shall in addition to throwing himself open

to action for contravention of terms of the license(s) or the permit(s) and/or for original breach of trust be

liable to account to Government for all moneys, advantages or profits resulting or which in the usual course

would have resulted to him by reason of such breach.

4.29. HIRE OF PLANT & MACHINERY AND OTHER FACILITIES:

4.29.1 The contractor shall make his own arrangements for all plants and machinery, other facilities, equipments,

tools including spare parts, fuel and consumable stores and all labour required to ensure efficient

methodical execution of the work. The rates quoted and accepted shall be deemed to be inclusive of all

charges of such items.

4.29.2 On the contractor's request the Railway may however give on hire plant and machinery/other facilities,

equipment and tools, if available spare with the Railway without any commitment on the part of the

Railway to do so in such case the hire charges for plant and machinery per annum will be calculated to

cover interest, ordinary repairs and maintenance charges at 5% special repairs and maintenance charges

at 10% depreciation charges as per extant rules of the Railway and an additional 10% on the total of these

four above on the cost of the Plants & Machinery, which will be the present day market value plus freight

and other incidental charges increased by 12.5% supervision charges.

4.29.3 Hire charges for items other than plant and machinery, which do not require any form of repair and

maintenance, shall only take into account interest on capital, depreciation and an additional 10% on these

two.

Page 24: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 24

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

4.29.4 The hire charges per day shall be arrived at by dividing the annual hire charges by 250 which shall be

assumed to be the number of working days in a year for this purpose only. These hire charges will be

payable from the day the plant is handed over to the day it is returned to the Railway administration. If

however during this period the plant remains out of order for reasons beyond the control of the contractor

or is withdrawn for periodic overhaul or any repairs such periods shall not be counted for levy of hire

charges. The contractor shall enter into a separate agreement in this respect and the terms and conditions

as per the agreement will be final and binding on the contractor.

4.29.5 In the event of a plant or equipment or facility given on hire to the contractor not being returned to the

Railway administration in a reasonably good working order/depreciation that it would have suffered for the

period of hire the Railway shall treat the plant/facility as on sale as per extant orders of the Railway from

the date it was initially given on hire withdrawing the hire terms and charges.

4.29.6 If however the plant and machinery/other facilities, equipments and tools requisitioned by the contractor are

not available in Railway's stock or the Railway decides not to supply the same for reasons whatsoever,

neither the Railway shall be bound to arrange for the supply thereof nor will the Railway's inability to supply

them be accepted as an excuse for delay in the completion of the works/or for any claims thereof.

4.30 HANDING OVER OF SITE:

Contractor should start the work within 7 days from the date of issue of acceptance letter. The site will be

handed over to the contractor/authorized representative after reporting from the contractor's side. It will not

be binding on the Railway to hand over full site at a time in the starting to the contractor, but the site will be

handed over to the contractor commensurate with the progress of the work. A note of handing over of site

to the contractor in addition to entry in the site order book will be prepared duly signed by the Railway and

Contractor’s representative and submitted to the Engineer-in-charge.

4.31/A SETTING OUT OF WORKS

4.31.1 In case of bridges the Railway will initially set out the centre line of the bridge and the alignment and fix the

position of the piers and abutments. The contractor shall thereafter set out the work and every part thereof

fully. The contractor shall be responsible for maintaining the accuracy of the alignment, positions, levels

and of the work in accordance with the drawings, directions or instructions given from time to time to him

and every facility shall be given to the engineer for checking of the same. The contractor at his own cost

shall rectify an error in the dimensions, alignments positions or levels of work set out or constructed by him

to the satisfaction of the Engineer.

4.31.2 In the case of building, or other structures the Engineer or his representative will set out the centre

longitudinal or the face line and at least one main cross line.

4.31.3 The work shall be set out by the contractor to the satisfaction of the engineer but his approval thereto shall

not, nor shall his joining with the contractor in setting out the work, relieve the contractor from his entire

and sole responsibility for correctness thereof.

4.31.4 The contractor shall also provide, fix and be responsible for the maintenance of all stakes, template

profiles, level marks, points etc. & must take all necessary precautions to prevent these from being

removed, altered or disturbed and will be held responsible for the consequences of such removal,

alterations or disturbances, should the same take place, and for their efficient reinstatement.

4.31.5 Contractor's shall submit detailed design calculations and drawings of centering, shuttering involving

construction of any structures across running line. Launching, scheme if any and design calculation and

drawings of launching scheme and the centering/shuttering should be submitted to HQ Design office for

examination and approval. For all other structures the cantering and shuttering shall be approved by the

Dy.CE(C)/XEN(C) in-charge of work.

4.31./B Drawing for the work

4.31.1 The drawings for the works can be seen in the office of the Dy Chief Engineer/Const/WCR Kota . It should

be noted by tenderer/s that these drawings are meant for general guidance only and the Railway may

suitably modify them during the execution of the work according to the circumstances without making the

Railways liable for any claims on account of such changes.

Page 25: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 25

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

4.31.2 The Railway administration reserves the right to modify the plans and drawings as referred to in the special

data and specifications as also the estimate and specifications without assigning any reason as and when

considered necessary by the railway. The percentage rates for the schedule items and items rates for the

non schedule items quoted by the contractor as may be accepted by the Railways will, however hold good

irrespective of any changes, modifications, alterations, additions, omissions in the locations of structures

and detailed drawings, specifications and /or the manner of executing the work.

4.31.3 It should be specifically noted that some of the detailed drawings may not have been finalized by the

railway and will, therefore, be supplied to teh contractor as and when they are finalized on demand. No

compensation whatsoever on this account shall be payable by the Railway administration.

4.31.4 The designs and drawings provided by Railway may be standard designs/drawings and in case some

modifications are felt necessary as per site conditions, the contractor may be asked to carry out such

modifications by out sourcing at his own cost in the interest of the work. The final approval to such

modifications will be given by Railway.

4.31.5 No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the works

arising out of delay in approval of drawings, changes, modifications, alternations, additions, omission and

the site layout plans or details drawings and design and or late supply of such material as are required to

be arranged by the Railway or due to any other factor on Railway accounts.

4.31.6 Figures and dimensions on drawings shall supersede measurements by scale and drawings to a large

scale shall take precedence over those to a smaller scale.

4.32. SUPPLY OF WATER AND ELECTRICITY:

4.32.1 The contractor shall make his own arrangements for water supply. Wherever it is convenient to the Railway

Administration, the water from piped supply may be made available to the contractor, provided the

contractor shall arrange at his own expense to effect the connections and lay additional pipe lines and

accessories to the site of work and that the contractor shall not be entitled to any compensation for

interruption or failure of the water supply. The contractor will have to pay for such water supply from

Railway well or tube wells at a rate of one percent (1%) on the amount of all items or work appearing in the

bills payable to the contractor in respect of which work such water has been used by the contractor and

such charges shall be deducted from sums due or payable by the Railway to the contractor from time to

time. Water connection to labour camps will not be permitted contractor has to make his own arrangement

for water supply to the labour camps.

4.32.2 The contractor shall make his own arrangements for the operation of mechanical equipments required for

the execution of work and/or for the purpose of lighting for working during day/night time. Wherever, it is

convenient to the Railway Administration, the electric supply may be made available to the contractor

provided the contractor shall arrange at his own expense to effect the connections and lay additional

wiring, provide meter and other accessories on the site. Such work of laying wiring etc. shall be done under

supervision of a qualified staff and a certificate shall be required to be submitted to the effect that the work

of wiring has been done as per rules or the work shall have to be got done through Railway organization

and the charges for the same shall have to be borne by the contractor as per extant rules.

4.32.3 The contractor shall not be entitled to any compensation for interruption or failure of the electric supply. The

contractor will have to pay for such electric supply from Railway at a rate agreed to between contractor and

Railway Administration and such charges shall be deducted from the sums due or payable by the Railway

to the contractor from time to time.

Water available locally in wells, creeks or nallahs may be brackish water at some locations. It should be

noted that no sea or brackish water shall be used in all classes of masonry, reinforced, mass concrete work

and curing of work. In addition, water used for the above works shall be free from earthy, vegetable or

organic matter, oils, acids and alkaline substance in solutions or in suspension and impurities and shall be

fit for drinking.

4.33 SHIFTING OF ELECTRICAL/TELEGRAPH WIRES/CABLES ETC.

In some stretches, high tension grid towers/electric/ telegraph/telephone wires or posts etc. may require

shifting. It is expected that the electric lines/towers will be shifted in good time, but in case there is any

Page 26: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 26

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

delay on this account suitable extension in period of completion will be considered and given to the

contractor for only the affected portion and no compensation whatsoever in this respect or due to the delay

thus caused will be payable and contractor has to adopt such methods of execution so as not to cause any

damage to existing structures, lines etc.

4.34. WORKS INVOLVING USE OF CEMENT AND STEEL:

Cement and steel for use in the works should be procured by the contractor from the authorized/approved

manufacturers/their authorized dealers/authorized stock yards which should conform to relevant IS

Specifications. Cement bags should be procured preferably in paper/polythene bag packing & should bear

the following information in legible markings.

(i) Manufacturer's name.

(ii) Registered Trade Mark of manufacturer, if any.

(iii) Type of Cement. (iv) Weight of each bag in kg. or No. of Bags/Tonne. (v) Date of manufacture generally marked as week of the year/year of manufacture i.g. 30/93 which

means 30th week of 1993. To ensure quality control, original/attested test certificates from the manufacturers for the lot should be

produced by the contractors which should conform to the relevant I.S. specifications amended up to date.

Railways may also take samples during the course of work & get the cement and steel tested to ascertain

their conformity to specifications and cost of same shall be borne by the contractor.

When such sampling is done, it should be as per specifications laid down in relevant IS Codes.

Tests on Cement will be as per IS: 4031 and any other test as specified by the Engineer or his

representative.

Tests on steel samples will be carried out as per specifications laid down in relevant IS

Codes.

The contractor should make his own arrangement for proper stacking and storing of cement, reinforcing

bars and structural steel etc. All material should be protected from any depletion. The reinforcing bars

should be protected from corrosion.

4.35. PRESERVATION OF WORK:

Contractor should take all care to preserve the work until taken over by the Railway in good condition.

Contractor is responsible for handing over of work to the Railway as per scope of contract.

4.36. EMPLOYMENT OF STAFF:

Engagement of Technical Personnel-

The contractor shall employ the following Qualified Graduate Engineer or qualified diploma holder engineer , based on value of contract, as may be prescribed -

(a) One Qualified Graduate Engineer when cost of work is to be executed is Rs 200 lakh and above, and

(b) (c)

One Qualified Diploma Holder Engineer when cost of work to be executed is more than Rs 25 lakh, but less than Rs 200 lakh In case the Contractor fails to employ the Qualified Engineer, as aforesaid in Para 9 above, shall be liable to pay an amount of Rs 40000.00 and Rs 25000.00 for each month or part thereof for the default period for the provisions. (i)The contractor shall place & keep on the works at all times efficient and competent staff to give the necessary directions to his workmen and to see that they execute their work in sound & proper manner and shall employ only such supervisors, workmen & labourers in or about the execution of any of these works as are careful and skilled in the various trades. (ii)The contractor shall at once remove from the owrks any agents, permitted sub contractor, supervisor, workmman or labourer who shall be objected to by the Enginner and if and whenever reuired by the Engineer, he shall submit a correct return showing the names of all staff and workman employed by him. (iii)In the even of the Engineer being of the opinion that the contractor is not employing on the wroks a sufficient number of staff and workmen as is necessary for proper completion of the works within the time prescribed, the contractor shall forthwith on receiving intimation to thi effect deploy the additional number of staff and labour as specified by the engineer with in seven days

Page 27: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 27

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

of being so required and failure on the part of the contractor to comply with such instructions will entitle the Railway to rescing the contract under clause 62 of these conditions.

4.37 INSPECTION REGISTERS AND RECORDS:

The contractor shall maintain accurate records, plans and charts showing the dates and progress of all

main operations and the Engineer shall have access to this information at all times. Records of tests made

shall be handed over to the Engineer's representative after carrying out the tests. The following registers

will be maintained at site, by the Railway’s representative.

(i) Site Order Register

The contractor shall promptly acknowledge orders given therein by the Engineer or his representative or

his superior officers and comply with them. The compliance shall be reported by the Contractor to the

Engineer in good time so that it can be checked.

(ii) Cement Register

This register will be maintained to record daily receipt and consumption of the cement duly indicating the

balance quantity. The quantum of the work done for the cement issued on a particular date will also be

maintained.

(iii) Steel Register

This register will record the receipts of steel items and details of reinforcements and members wherever

steel is used.

(iv) Labour Register

This register will be maintained to show daily strength of labour in different categories employed by the

contractor.

(v) Log Book of events

All events are required to be chronologically logged in this book date and shift-wise.

(vi) Material Passing & Testing Register

Register will show material brought at site, passed, rejected etc. with quantity, specifications

& test results etc.

All registers at item (i) to (vi) mentioned as above will be maintained by the representative of the Engineer

and signed by the contractor. Any other registers considered necessary by the Engineer, shall be

maintained at site in which the representative of the Engineer and the contractor will have to sign. The

registers, Performa charts etc. will be the property of the Railway.

Registers as mentioned above will have to be maintained depending on the scope of the work as

prescribed by Engineer at site.

4.38 SAMPLING AND TESTING: Contractor shall establish a field laboratory at site of work at his cost providing necessary facilities for

performing routine type tests such as physical properties of cement, bricks, aggregate, water and concrete

including its crushing strength to the satisfaction of the Engineer-in-charge. He will also arrange for the

testing of physical/ chemical properties of reinforcement steel used by him from Govt. approved test

houses/Engineering Colleges to establish the quality of steel bars used. He shall ensure that equipments

provided are of latest specification and are in good working order and got calibrated at the laboratory. The

contractor shall get certain percentage of samples tested at other approved laboratories as may be

directed by the Engineer-in-charge as confirmatory tests at his own cost.

4.39 TESTING AND FIELD LABORATORY

4.39.1 Contractor shall provide suitable field laboratory for day-to-day testing at site during the progress of work.

All the expenditure on this account shall be borne by the contractor and no extra payment shall be made by

Railway.

4.39.2 The contractor shall get a percentage of samples tested from other approved laboratories as directed by

Engineer in-charge for confirmatory test without any extra payment to the contractor unless otherwise

specified in the contract.

Page 28: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 28

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

4.39.3 Materials supplied by the contractor will required to be tested as required by the various codes and

specifications at contractor’s cost. If additional testing other than required by specification is ordered by

Engineer, the testing charges shall be borne by the contractor.

4.40. MODIFICATIONS TO CONTRACT TO BE IN WRITING:

4.40.1 In the event of any of the provisions of contract requiring to be modified, after the Contract documents have

been signed, the modifications shall be made in writing & signed by the Railways and the contractor, and

no work shall proceed under such modifications unless this has been done. Any verbal or written

arrangement abandoning modifying extending, reducing or supplementing the contract o9r any of the terms

thereof shall be deemed conditional and shall no be binding on the Railway unless and until the same is

incorporated in formal agreement and signed by the Railway and the contractor, and till then the Railway

shall have the right to repudiate such arrangement.

4.40.2 The Engineer on behalf of the Railway shall be entitled to order in writing to enlarge extend, diminish or

reduce the works or make any alterations in their design, character, position, site quantities, dimensions or

in the method of their execution or in the combination and to order any additional works to done or any

works not be done and the contractor will not be entitled to any compensation for any increase /reduction in

the quantities of work but will be paid only for the actual amount of work done.

4.41 VARIATION IN QUANTITY:

Individual NS items in contract shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this no finance concurrence would be required. 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 that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions – Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than SA Grade- Quantity operated in excess of 125% but upto 140% of agreement quantity of the concerned item shall be paid at 98% of the rate awarded for that item in that particular tender. Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender. Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender. 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. Extension of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should only be through fresh tenders or by negotiating with existing contractor with prior personal concurrence of FA&CAO/ FA&CAO (C) and approval of General Manager. In cases where decrease is involved during execution of contract: The contract signing authority can decrease the items upto 25% of individual item without finance concurrence. For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of S.A Grade may be taken, after obtaining “No Claim Certificate” from the Contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities. It should be certified that the work proposed to be reduced will not be required in the same work. 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. No such quantity variation limit shall apply for foundation items. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as

Page 29: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 29

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

a whole and not on individual 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). For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies. For the tenders accepted at General Manager, variations upto 125% of the original agreement value may be accepted by the General Manager. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original agreement value may be accepted by General Manager. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement) sanction of the Competent Authority as per single tender should be obtained.

4.42. SALES TAX/COMMERCIAL TAX/TURNOVER TAX IN WORKS CONTRACT

The element of sales tax/commercial tax/turnover tax in works contract, if any, shall be considered to be

included in the rates quoted by the tenderer/s in the tender schedule. Sales tax/commercial tax/turnover tax

on works contract will be recovered from the contractor’s bill at the rate as applicable as per rules framed

by State Govt. from time to time and remitted to the State Govt. by the Railways.

4.43. Deduction of I.T. at Source:

The Railway will deduct @ 2% of gross amount of each bill as Income-tax and surcharge thereon as

prescribed by Govt. from time to time and such deduction of IT shall be recovered while making payment to

the contractor.

4.44. WORKS CONTRACT TAX ON WORKS CONTRACTS:

The contractors are liable to pay WCT and a registration for the same is required with the Sales Tax

Authority of the respective State. It would be further stipulated that if the WCT registration is not produced

within a period of 3 months of the awarding of the contract, the first "On Account" bill will not be passed.

4.45 Building and other construction workers (RECS) Act 1996 and Building and other

construction workers welfare cess Act-1996.

The tenderer for carrying out any construction work in Rajasthan 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 Rajasthan Govt and submit certificate of Registration issued from the Registering

Officer of the Rajasthan Govt. (Labour Deptt.) for enactment of this Act, the tenderer shall be required to

pay cess @ 1% of cost of constructions work to be deducted from each bill. Cost of material shall be

outside the purview of cess, when supplied under a separate schedule item.

4.45(a) SERVICE TAX REGISTRATION-

“Where subcontractors are provided works contract services to the main contract for completion of the

contract, there service tax is not leviable on work contract services provided by subcontractor and in those

cases insertion of condition clause regarding necessity of service tax registration should not be insisted

upon.”

4.46 TAXES, ROYALTIES AND PATENT RIGHTS:

4.46.1 All rates quoted in the tender shall be deemed to be inclusive of all taxes, royalty’s payable by the

contractor/s to the Govt. or public body or local authority and no additional amount will be paid or claim

entertained on this account by the Railway. Contractor shall not have any claim whatsoever as a result of

the increase in the rates for such royalties, taxes, duties or any other forms of levies etc. However,

Railway is entitled to withhold any such amount against non paid taxes etc. by contractor from his dues if

the same is requested to do so by any Govt. Deptt. or statutory body in this respect.

4.46.2 The contractor shall defray the cost of all royalties, fees and other payments in respect of patents, Patent

rights and licences which may be payable to patented licensee or other person or corporation and shall

obtain all necessary licences. In case of any breach (whether willfully or inadvertently) by the contractor of

this provision, the contractor shall indemnify the Railway and its officers, servants, representatives against

all claims, proceedings, damages, cost charges, loss and liability which they or any of them may sustain

incur or be put to by reason or inconsequence of directly or indirectly, any such breach and against

payment of any royalties, damages or other moneys which the Railway may have to make to any person or

Page 30: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 30

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

paid in total to the patent rights in respect of the users of any machine, instructions, process, articles,

matters or thing constructed, manufactured, supplied or delivered by the contractor to his order under this

contract.

4.47 PROVISION OF MINES ACT

The contractor shall observe & perform all the provisions of the mines act, 1957 or any statutory

modification of reconstitution thereof for the time being in force and rules regulations made thereafter in

respect of all the persons directly employed by him or sub-contractors under this contract and shall

indemnify the Railway from and against by clause under or on of any persons employed by him or

otherwise.

4.48. PERMIT OR PARWANA

The contractor will at his own expense obtain such permits or parwana from whomsoever necessary for

carrying out work or for any other purpose as may be necessary to enable him to perform his part of the

contract. The Railway Administration will not under any circumstances be liable to obtain any permit or

parwana whatsoever for the contractor.

4.49. STORAGE OF INFLAMMABLE ARTICLES

No inflammable materials such as petroleum oil etc. within the meaning of the Indian Petroleum Act and

Indian Explosives Act shall be stored at site or adjacent land until the approval of the Railway and

necessary license under the Act has been obtained by the Contractor. All due precautions as required

under the Act shall be taken by the contractor.

4.50. (A) ANTI-LARVAL WORKS

The contractor/s shall at his/their cost carry out all anti-larval works as per the Bye/laws of the local

authorities concerned or as may be directed by the Engineer during the execution of the work/s

under this contract. If the contractor/s fails to carry out such work/s the Railway may carry out the

same and recover the cost thereof from the contractor/s in the same way as other Railway

amounts are recoverable.

(B) ANTI-MALARIA PRECAUTIONS

Every precaution shall be taken by the contractor to prevent the breeding of mosquitoes on the

works during construction and all receptacles used for the storage of water must be suitably

protected for this purpose or must be emptied at close of the work every day.

4.51. SERVICE ROADS AND APPROACHES:

The rates for all items of the schedule shall be inclusive of the cost of all arrangements for crossing all

obstructions to be crossed in the course of the work over land or across water and the cost of providing

and maintenance of approach and/or service roads as may be necessary for bringing and removing the

plants, machinery and material to and from the site of work including rent for use and/or compensation for

damage if any to intervening private land traversed by such approach/service roads and including cost of

acquisition of land, if required for the purpose. The contractor will be permitted to make use of available

service roads of the Railways free of cost. Railway reserves the right to make use of the contractor’s

service road without paying any charges to him.

4.52. RATES

Tenderer should note that the rates quoted shall embrace all operations necessary for the satisfactory

completion of the work and shall include all charges for handling transport, lead, lift, labour, housing,

sanitation, water supply, materials, fuel, tools & plants, electric power, workshop facilities, machinery,

security, lighting etc. and any other expenses of every kind.

4.53 SAFE WORKING METHODS

The contractors shall at all times, adopt such safe methods of working as will ensure safety of structures,

equipment and labour, Safety Rules that should be adhered to are given as guidelines in Appendix

"A"(Page: 40 to 42). If at any time the Railway finds the safety arrangements inadequate or unsafe the

contractor shall take immediate corrective action as directed by the Rly's representative at site. Any

directions in the matter shall in no way absolve the contractor of his sole responsibility to adopt safe

working methods. The contractor is responsible for providing skilled personnel and adequate expert

supervision so as to ensure complete safety.

Page 31: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 31

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

4.54 WORKING HOURS

The contractor's attention is drawn to clause 23 of the General Conditions of Contract which stipulates that

he shall not carryout any work between sunset and sunrise without the previous permission of the

Engineer/Engineer’s representative. However on receipt of request in writing by the contractor the

Engineer/Engineer’s representative may grant permission for doing works after sunset if he is satisfied that

the contractor arrangements for so doing the work will ensure quality and workmanship and will also

ensure safety of workmen and structures. The contractor will be primarily responsible to fulfill these

conditions during the execution of works.

It will be his responsibility to provide adequate lighting at all working places as well as to ensure safety

during working. He will also appoint, if necessary men to keep watch of the temporary structures during the

progress of the work at night.

If the Engineer/Engineer’s representative is satisfied that the work is not likely to be completed in time

except by resorting to night work, he may suo-moto order the contractor to carry out the works even at

night without conferring any rights on contractor for claiming any extra payments for the same. The

contractor will be responsible to comply with all the directions and instructions given by the

Engineer/Engineer’s representative in this regard.

4.55. NOTICE TO PUBLIC BODIES:

The contractor shall give to the Municipality, Police and other authorities all notices that may be required by

the law and obtain all requisite licences for temporary obstructions, enclosures and pay all fees, taxes and

charges which may be leviable on account of his own operation in executing the contract. He should make

good any damage to adjoining premises whether public or private and provide and maintain any light etc.

required in night.

4.56 FIGURES & DIMENSIONS

Figures and dimensions on drawings shall supersede measurements by scale and drawings to a large

scale shall take precedence over those to a smaller scale.

4.57. PLEA OF CUSTOM

The plea of ‘Custom' prevailing will not on any account be permitted as an excuse for infringement or any

of the conditions of contract or specifications.

4.58. LEGAL CHARGESA fee of Rs:200/- per legal document like partnership deed or power of attorney

executed before or after the execution of the contract will be recovered from the contractor for obtaining

legal advice of the Law officer.

4.59. CARE OF STAFF

No quarters will be provided by the Railway for accommodation of the contractor or any of his staff

employed on the work. The contractor may be allowed to erect any labour camps for housing the labour at

or near the site of work on available Railway land. The contractor shall at his own cost make all necessary

and adequate arrangements for the importation, feeding and preservation of the hygiene of his staff. The

contractor shall permit inspection at all times of all sanitary arrangements made by him, by the Engineer or

his assistant or the Medical staff of the Railway. If the contractor fails to make adequate medical and

sanitary arrangements these will be provided by the Railway and the cost thereof, will be recovered from

the contractor.

4.60. FIRST-AID

The contractor shall maintain in a readily accessible place first-aid appliance including adequate supply of

sterilized dressing and sterilized cotton wool. The appliances shall be placed under the charge of

responsible person who shall be readily available during working hours.

4.61 FORCE MAJEURE CLAUSE:

If at any time during the continuance of this contract the performance in whole or in part by either party of

any obligation under this contract shall be prevented or delayed by reason of any war, hostility, acts of

public enmity, civil commotion, sabotage, serious loss or damage by fire, explosions, epidemics, strikes,

lockouts or acts of God (hereinafter referred to ‘events’) provided, notice of the happening of any such

event is given by either party to the other within 21 (Twenty one) days from the date of occurrence thereof,

neither party shall by reason of such event, be entitled to terminate this contract nor shall either party have

Page 32: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 32

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

any claim for damages against the other in respect of such non-performance or delay in performance, and

works under the contract shall be resumed as soon as practicable after such event has come to an end or

ceased to exist. The works/completion period shall be extended by the Railway Administration for this

period without any penalty.

4.62 DAMAGE, ACCIDENTS OR FLOODS OR TIDES

The contractor shall take all precautions against damages from accidents, floods or tide. No compensation

will be allowed to the contractor for his tools, plants, materials, machines and other equipment lost or

damaged by any cause whatsoever. The contractor shall be liable to make good the damages to any

structure or part of a structure, plant or material of every description belonging to the Railway

Administration, lost or damaged by any cause during the course of contractor's work.

The Railway Administration will not be liable to pay to the contractor any charges for rectification or repairs

to any damage which may have occurred from any cause whatsoever, to any part of the new structures

during construction. No claims in this regard will be arbitrable.

4.63 TRESS PASS

The contractor shall at all times be responsible for any damages or trespass committed by his agents and

workmen in carrying out the work, unless such trespass is authorized by the Engineer.

4.64 FOREIGN EXCHANGE

Any demand of foreign exchange for importing of equipments & materials will not be accepted.

4.65 EMERGENCY WORK

In the event of any accident or failure occurring in on or about the work or arising out of or in connection

with the construction, completion or maintenance of the works, which in the opinion of the Engineer

requires immediate attention, the Railway may bring its own workmen or other agency to execute or partly

execute the necessary work or carryout repairs if the Engineer considers that the contractor is not in a

position to do so in time and charge the cost thereof to the contractor.

4.66 CLEARANCE OF SITE

The contractor after completion of the work shall clear the site of the work and tidy up the area and remove

leftover materials, debris etc. In case the contractor fails to do so the same will be removed by the

Railways and the cost thereof will be charged to the contractor. Rates of work(s) shall be inclusive of

clearing the site, tidying etc. after completion of the work.

4.67 COMPLETION PERIOD

4.67.1 The contractor shall have to complete the work in all respects within a period of 10 (TEN ) months

including monsoon from the date of issue of acceptance of the tender.

4.67.2 Time is the essence of the contract:

Contractor should plan the work in such a way so as to complete whole work within the time provided for.

Contractor should submit the bar- chart showing planning of all the item of work for proper monitoring of the

contract

4.67.3 The contractor shall strictly adhere to the programme framed by the Engineer or his representative so as to

complete the work within the time allotted to the contractor.

4..67.4 The contractor will have to employ labour in full strength commensurate with working areas available. He

will also arrange for materials and equipments to complete the job most expeditiously within the stipulated

completion period. The Engineer's decision as to what is full strength will be final and binding on the

contractor.

4.68. LIQUIDATED DAMAGES:

In case the work is delayed due to reasons attributable to the Railways or the contractor/s the completion

period of the contract shall be extended in accordance with the provision of General Conditions of Contract.

4.69 MAINTENANCE OF WORKS

The contractor shall satisfactorily maintain the work completed by him for the following period from the date

of Completion certificate-

(a) Supply of material - NIL

(b) All repairs & maintenance work - 6 Months (Except Track works)

(c) All new work (except earth work) - 6 Months

Page 33: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 33

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

(d) Earth work - The contractor shall maintain the cutting and /or embankment for a minimum period of six

months which shall include one full monsoon i.e. July to October. In case the maintenance period (counted from

the day the contractor completed the earth work in any one stretch either cutting or bank) is such that the

maintenance period of six months.

4.70. PROVISION OF PAYMENT OF WAGES ACT & CONTRACT LABOUR (REGULATION & ABOLITION

ACT)

4.70.1 The contractor shall comply with the provisions of the payment of Wages Act-1923 and the rules made

there under in respect of all employees directly or through petty contractor, sub-contractor employed by

him in the works and the Contract Labour (Regulation and Abolition) Act-1970 and the Contract Labour

(Regulation and Abolition) Central Rules-1971 as modified from time to time, wherever applicable and shall

also indemnify the Railway from and against any claim under the aforesaid Acts and the Rules.

4.70.2 The contractor shall obtain valid license under the aforesaid Act as modified from time to time before the

commencement of the work and continue to have a valid licence until the completion of the work. Any

failure to fulfill this requirement shall attract the penal provisions of the contract arising out of the resultant

non-execution of the work.

4.70.3 The contractor shall pay to labour employed by him directly or through sub-contractors the wages as per

provisions of the aforesaid Act and the Rules wherever applicable. The contractors shall not with-standing

the provisions of the contract to the contrary, cause to be paid the wages to labour indirectly engaged on

the work including any engaged by his sub-contractors in connection with the said work, as if the labour

had been immediately employed by him.

4.70.4 In respect of all labour directly or indirectly employed in the work for performance of the contractor's part of

the contract, the contractor shall comply with or cause to be complied with the provisions of the aforesaid

Act and the Rules wherever applicable.

4.70.5 In every case in which by virtue of the provisions of the aforesaid Act or the Rules the Railway is obliged to

pay any amount of wages to a workman employed by the contractor or his sub-contractor in execution of

the work or to incur any expenditure in providing welfare and health amenities required to be provided

under the aforesaid Act and the Rules or to incur any expenditure on account of the contingency liability of

the Railway due to the contractor's failure to fulfill his statutory obligations under the aforesaid Act or the

Rules and Railway will recover from the contractor the amount of wages so paid or the amount of

expenditure so incurred and without prejudice to the rights of the Railway under Section-20 Sub-section-2

and Section-21 Sub-section-4 of aforesaid Act the Railway shall be at liberty to recover such amount or

part thereof by deducting it from the security deposit and/or from any sum due by the Railway to the

contractor whether under the contract or otherwise. The Railway shall not be bound to contest any claim

made against it under sub-section-1 of Section-20 and Sub-section-4 of Section-21 of the aforesaid Act

except on the written request of the contractor and upon his giving to the Railway full security for all cost for

which the Railway might become liable in contesting such claim. The decision of the Railway regarding the

amount actually recoverable from the contractor as stated above, shall be final and binding on the

contractor.

4.70.6 If the contractor is a co-operative labour contract, Society/Vendor Co-operative Society, there shall be no

element of contractor or ex-contractors in that Society in any capacity nor there do any close relative of the

Contractor or ex-contractor associating with the Society as an office bearer. The Railway administration

reserve the right to terminate the contract of the Society at any time without any reason after giving notice

of calendar month, in case of breach of the above clause.

4.71. CLAIMS

4.71.1 The contractor shall put up his claim as per clause 43 of the General Conditions of Contract during the

progress of work and not after completion of the work. All such claims shall be settled promptly during the

progress of the work.

4.71.2 The contractor shall not be entitled to make any claim whatsoever against the Railway under or by virtue of or arising out of this contract, nor shall the Railway entertain or consider any such claim, if made by the contractor after he have signed a `No Claim Certificate' in favour of the Railway, in such form as shall be required by the Railway after the works are finally measured. The Contractor shall be debarred from

Page 34: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 34

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

disputing the correctness of the items covered by "No Claim Certificate" or demanding a reference to arbitration in respect thereof. Clause 43(1) Monthly statement of Claims: The contractor shall prepare and furnish to the Engineer

once in every month an account giving full detailed particulars of all claims for any additional expenses to

which the Contractor may consider himself entitled to and of all extra or additional works ordered by the

Engineer which he has executed during the preceding month and no claim for payment for any such work

will be considered which has not been included in such particulars.

In pursuance of above you are requested to submit your monthly statement of claims as described

in the said clause for the works executed during the preceding month, latest by the 7th

of the every

month. If you fail to submit the monthly statement of claims by due date, it shall be deemed that

you have no claim for that month and therefore, no claim will be entertained by the Railway at any

subsequent stage.”

Any item of works carried out by the contractor on the instructions of the Engineer which is not included in

the accepted Schedule of Rates shall be executed at the rate set forth in unified Schedule of Rates-2011

(West Central Railway) modified by the tender percentage and where such items are not contained in the

latter work will be done at the rates agreed upon between the Engineer and the Contractor before the

execution of such items of work and the contractor shall be bound to notify the Engineer at least seven

days before the necessity arises for the execution of such items of work that the accepted schedule of

rates does not include a rate or rates for the extra work involved.

The rates payable for such items shall be decided at the meeting to be held between the Engineer and the

contractor in as short period as possible after the need for the special items has come to the notice. 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 works by other means and the contractor shall

have no claims or loss or damage that may result from such procedure.

Provided always that if the contractor shall commence work or incurs any expenditure in regard there-to-

before the rates shall be determined as lastly here-on-to for-mentioned, then and in such a case the

contractor shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him

prior to the date of determination as aforesaid according to rates as shall be fixed by the Engineer.

However if the contractor is not satisfied with the decision of the Engineer in this respect he may appeal to

the Chief Engineer within 30 days of getting the decision of the Engineer supported by analysis of the rates

claimed. The Chief Engineer's decision after hearing both the parties in the matter would be final and

binding on the contractor and the Railway.

4.72 EXCEPTED MATTER

All measurements, methods or measurements meaning and intent of specifications and Interpretation of

special conditions of contract, given and also made by the Railway or by the Engineer on behalf of the

Railways shall be final and binding and shall be considered “Excepted matters” in terms of condition of the

General Condition of Contract and will strictly stay outside purview of any arbitrations limit and will not be

arbitrable.

4.73 SETTLEMENT OF DISPUTES-INDIAN RAILWAY ARBITRATION RULES:

4.73.1 The settlement of disputes and differences arising out of contract shall be done as per clauses 63 and 64

of General Conditions of Contract-1999 amended up to date.

4.73.2 Claims to be restricted to 20% of contract value - The provision of Clauses 63 & 64 of General

Conditions of Contract will be applicable only for settlement of claims or disputes between the parties for

value less than or equal to 20% of the value of the contract and when claims of disputes are of value more

than 20% of the value of the contract, provision of clause 63 & 64 and other relevant clause of the General

Conditions of Contract will not be applicable and arbitration will not be a remedy for settlement of such

disputes.

4.73.3 Excepted matters not to be referred to arbitration.

4.73.4 In terms of clause 63 of General Conditions of Contract-1999 amended up to date, the disputes and

differences, for which provision has been made in following clauses of General Conditions of the contract

of the contract, shall be deemed as 'Excepted matters' and decisions of the Railway authority thereon shall

Page 35: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 35

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

be final and binding on the contractor and these 'Excepted matter' shall stand specifically excluded from

the purview of the arbitration clause and not referred to arbitration.

Clause-8 Assistance by the Railway for the Stores to be obtained by the Contractor.

Clause-18(1) Illegal Gratification.

Clause-18(2) Monetary dealings with any employee of the Railway.

Clause-22(5) Meaning and intent of specification and drawings.

Clause-39(1) Rates for extra items of works.

Clause-39(2) Payment to the Contractor for work executed before determination of rates.

Clause-43(2) Signing of "No Claim" Certificate.

Clause-45(a) Objections to recorded measurements within 7 days.

Clause-55 Provisions of payments of Wages Act.

Clause-55A(5) Recovery from Contractor Wages paid to Contractor's labour.

Clause-57 Provision of Workmen's Compensation Act.

Clause-57A Provision of Mines Act.

Clause-61(1) Right of Railway to determine the contract.

Clause-61(2) Payment on determination of contract.

Clause-62(1) to (xiii)(B) Determination of contract owing to default of Contractor.

4.73.5 In terms of clause 63 of General Conditions of Contract-1999 the disputes and differences for which

provision has been made in "Special Conditions of Contract" included in tender documents, shall also

be deemed as 'Excepted matters' and decisions of the Railway authority thereon shall be final and binding

on the contractor and these 'Excepted matter' shall stand specifically excluded from the purview of the

arbitration clause and not referred to arbitration.

4.73.6 Arbitrators to be appointed only by General Manager of Railways-The Arbitration Tribunal shall consist

of working Gazetted officers of Railway and such tribunal shall be appointed only by the General Manager

of the Railways.

4.73.7 The Claimant Contractor shall seek reference to Arbitration to settle the disputes only within the ambit of

conditions as mentioned above.

64(1) (i) DEMAND FOR ARBITRATION:

In the event of any dispute or difference between the parties hereto as to the construction or operation of

this contract, or the respective rights and liabilities of the parties on any matter in question, dispute or

difference on any account or as to the withholding by the Railway of any certificate to which the contractor

may claim to be entitled to, or if the Railway fails to make a decision within 120 days, then and in any such

case, but except in any of the ‘expected matters’ referred to in Clause 63 of these conditions, the

contractor, after 120 days but within 180 days of his presenting his final claim on disputed matters shall

demand in writing that the dispute or difference be referred to arbitration.

64(1) (ii):

The demand for arbitration shall specify the matters which are in question or subject of the dispute or

difference as also the amount of claim item wise. Only such dispute(s) or difference(s) in respect of which

the demand has been made together with counter claims or set off shall be referred to arbitration and other

matters shall not be included in the reference.

(a) The Arbitration proceedings shall be assumed to have commenced from the day, a written and valid

demand for arbitration is received by the Railway.

(b) The claimant shall submit his claim stating the facts supporting the claims along with all the relevant

documents and the relief or remedy sought against each claim within a period of 30 days from the date of

appointment of the Arbitral Tribunal.

(c) The Railway shall submit its defense statement and counter claim(s) if any within a period of 60 days of

receipt of copy of claims from Tribunal thereafter, unless otherwise extension has been granted by

Tribunal.

(d) The place of arbitration would be within the geographical limits of the division of the Railway where the

cause of action arose or the Headquarters of the concerned Railway or any other place with the written

consent of both the party.

Page 36: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 36

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

64(1) (iii):

No new claim shall be added during proceedings by either party. However, a party may amend or

supplement the original claim or defense thereof during the course of arbitration proceedings subject to

acceptance by Tribunal having due regard to the delay in making it.

64(1) (iv):

If the contractor(s) does/do not prefer his/their specific and final claims in writing, within a period of 90 days

of receiving the intimation from the Railways that the final bill is ready for payment, he/they will be deemed

to have waived his/their claim(s) and the Railway shall be discharged and released of all liabilities under

the contract in respect of these claims.

64(2):

OBLIGATION DURING PENDANCY OF ARBITRATION: Work under the contract shall, unless otherwise

directed by the Engineer, continue during the arbitration proceedings, and no payment due or payable by

the Railway shall be withheld on account of such proceedings, provided, however, it shall be open for

Arbitral Tribunal to consider and decide whether or not such work should continue during arbitration

proceedings.

64(3) (a) (i):

In cases where the total value of all claims in question added together does not exceed Rs.10,00,000/-

(Rupees Ten Lakhs only), the Arbitral Tribunal shall consist of a sole arbitrator who shall be a Gazetted

Officer of Railway not below JA Grade, nominated by the General Manager. The sole arbitrator shall be

appointed within 60 days from the day when a written and valid demand for arbitration is received by GM.

64(3) (a) (ii):

In cases not covered by Clause 64(3)(a)(i) the Arbitral Tribunal shall consist of a panel of three Gazetted

Rly. Officers not below JA Grade or 2 Railway Gazetted Officers not below JA Grade and a retired Railway

Officer, retired not below the rank of SAG Officer, as the arbitrators. For this purpose the Railway will send

a panel of more than 3 names of Gazetted Rly. Officers of one or more departments of the Railway. Which

may also include the name(s) of retired Railway Officer(s) empanelled to work as Railway Arbitrator to the

contractor within 60 days from the day when a written and valid demand for arbitration is received by the

GM. Contractor will be asked to suggest to General Manager at least 2 names out of the panel for

appointment as contractor’s nominee within 30 days from the date of dispatch of the request by Railway.

The General Manager shall appoint at least one out of them as the contractor’s nominee and will, also

simultaneously appoint the balance number of arbitrators either from the panel or from outside the panel,

duly indicating the ‘presiding arbitrator’ from amongst the 3 arbitrators so appointed. GM shall complete this

exercise of appointing the Arbitrator Tribunal within 30 days from the receipt of the names of contractor’s

nominees. While nominating the arbitrators it will be necessary to ensure that one of them is from the

Accounts Department. An officer of Selection Grade of the Accounts Department shall be considered of

equal status to the officers in SA Grade of other departments of the Railways for the purpose of

appointment of arbitrators.

64(3) (a) (iii):

If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdraws from his office

as arbitrator, or vacates his/their office/offices or is/are unable or unwilling to perform his functions as

arbitrator for any reason whatsoever or dies or in the opinion of the General Manager fails to act without

undue delay, the General Manager shall appoint new arbitrator/arbitrators to act in his/their place in the

same manner in which the earlier arbitrator/arbitrators had been appointed. Such re-constituted tribunal

may at its discretion, proceed with the reference from the stage at which it was left by the previous

arbitrator(s).

64(3) (a) (iv):

The arbitral Tribunal shall have power to call for such evidence by way of affidavits or otherwise as the

Arbitral Tribunal shall think proper, and it shall be the duty of the parties hereto to do or cause to be done

all such things as may be necessary to enable the Arbitral Tribunal to make the award without any delay.

The Arbitral Tribunal should record day-to-day proceedings. The proceedings shall normally be conducted

on the basis of documents and written statements.

Page 37: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 37

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

64(3) (a) (v):

While appointing arbitrator(s) under sub-clause (i), (ii) & (iii) above, due care shall be taken that he/they

is/are not the one/those who had an opportunity to deal with the matters to which the contract relates or

who in the course of his/their duties as Railway servant(s) expressed views on all or any of the matters

under dispute or differences. The proceedings of the Arbitral Tribunal or the award made by such Tribunal

will, however, not be invalid merely for the reason that one or more arbitrator had, in the course of his

service, opportunity to deal with the matters to which the contract relates or who in the course of his/their

duties expressed views on all or any of the matters under dispute.

64(3) (b) (i):

The arbitral award shall state item wise, the sum and reasons upon which it is based. The analysis and

reasons shall be detailed enough so that the award could be inferred there from.

64(3) (b) (ii):

A party may apply for corrections of any computational errors, any typographical or clerical errors or any

other error of similar nature occurring in the award of tribunal within 60 days of receipt of the award.

64(3) (b) (iii):

A party may apply to tribunal within 60 days of receipt of award to make an additional award as to claims

presented in the arbitral proceedings but omitted from the arbitral award.

64.4:

In case of the Tribunal, comprising of three Members, any ruling or award shall be made by a majority of

Members of Tribunal. In the absence of such a majority, the views of the Presiding Arbitrator shall prevail.

64.5:

Where the arbitral award is for the payment of money, no interest shall be payable on whole or any part of

the money for any period till the date on which the award is made.

64.6:

The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia include fee of the

arbitrator(s) as per the rates fixed by the Railway Board from time to time and the fee shall be borne

equally by both the parties. Further, the fee payable to the arbitrator(s) would be governed by the

instructions issued on the subject by Railway Board from time to time irrespective of the fact whether the

arbitrator(s) is/are appointed by the Railway Administration or by the court of law unless specifically

directed by Hon'ble court otherwise on the matter.

64.7:

Subject to the provisions of the aforesaid Arbitration and Conciliation Act-1996 and the rules there under

and any statutory modification thereof shall apply to the arbitration proceedings under this clause.

4.74 APPENDICES:

The following appendices as part of special condition of contract are enclosed herewith.

(i) Safety rules as per Appendix-A.

(ii) Special condition for issue of identity card by the contractor as per Appendix-B.

(iii) Special condition for Tenderer when down load the tender document from website as per Appendix-C.

(iv) Price Variation Clause as per Appendix-D. (v) Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952

Page 38: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 38

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

APPENDIX-A

SAFETY RULES (A)

1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the ground

or from solid construction except such short period work as can be done safely from ladders. When a

ladder is used an extra laborers shall be engaged for holding the ladder and if the ladder is used for

carrying materials as will, suitable foot-holds and hand holds shall be provided on the ladder and the ladder

shall be given an inclination not steeper than one horizontal to four vertical.

2. Scaffolding or staging more than 3.5m above the ground or floor swung or suspended from an overhead

support or erected with stationary support shall have a guard rail properly attached bolted, braced and

otherwise secured above the floor or platform of such scaffolding or staging and extending along the entire

length thereof with only such opening as may be necessary for the delivery of materials. Such scaffolding

or staging shall be so fastened as to prevent it from swaying from the building or structure.

3. Working platform gangways and stairways should be so constructed that they should not sag unduly or

unequally, and where the height of the platform or the gangway or the stairway is more than 3.5m above

ground level or floor level, they should be closely boarded, should have adequate width and should be

suitably fastened as described in the Para above.

4. Safe means of access shall be provided to all working platforms and other working places. Every ladder

shall be securely fixed. No portable single ladder shall be over 10m in length while the width between side

rails in swung ladder shall in no case be less than 300mm for ladder up to and including 3.5m in length. For

longer ladders this width should be increased by at least 20 mm for each additional meter of length.

Uniform steps spacing shall not exceed 300mm. Adequate precautions shall be taken to prevent danger

from electrical equipment. No materials on any of the sides of work shall be so stacked or placed as to

cause danger for inconvenience to any persons or the public.

The contractor shall provide all necessary fencing and lights to protect the public from accident, and shall

be bound to bear the expenses of defense of every suit action or other proceedings at law that may be

brought by any persons for injury sustained owing to neglect of the above precautions and to pay any

damages and cost which may be awarded in any such suit action or proceedings to any such persons or

which may with the consent of the contractor be paid to compromise any claim by any such person.

5. Before any demolition work is commenced and also during the process of the work:

(a) For Demolition provision of IRWM 2000 corrected up to date shall be followed.

(b) All roads and open areas adjacent to the work site shall either be closed or suitably protected.

(c) No electric cable or apparatus which is liable to be a source of danger over a cable or apparatus used by

the operator shall remain electrically charged.

(d) All practical steps shall be taken to prevent danger to persons employed from risk or fire or explosion of

flooding. No floor, roof or other part of the building shall be so overloaded with debris or materials as to

render it unsafe.

6. All necessary personal safety equipment as considered adequate by the Engineer in-charge should be kept

available for the use of the persons employed on the site and maintained in a condition suitable for

immediate use and the contractor should take adequate steps to ensure proper use of equipment by these

concerned.

(a) Workers employed on mixing asphalt materials, cement and live mortar shall be provided with protective

goggles.

(b) These engaged in white washing and mixing or attacking of cement bags or any material is which is

injurious to the eyes shall be provided with protective goggles.

(c) Those engaged in welding works shall be provided with welder's protective eye sight lids.

(d) Stone breakers shall be provided with protective goggle and protective clothing and seated at sufficiently

safe intervals.

6a The Rly. Administration will be sole judge in the absolute discretion, of the fact that it is necessary to post

any staff, that which of the staff will be suitable for the purpose, that what should be the wages and other

allowance payable by the contractor for staff posted for the purpose. The Rly. Administration will have a

right without prejudice to other remedies to deduct the wages etc. of such staff from the bills of the

Page 39: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 39

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

contractor in respect of this contract of from any moneys or the contractor whatsoever available with the

Railway Administration. The contractor will be liable for any over payments under Workman Compensation

Act on account of any injury sustained to Railway servant during that period.

7. When the work is done near any place where there is risk of drowning all necessary equipment should be

provided and kept ready for use and all necessary steps taken for prompt rescue of any persons in danger

and adequate provision should be made for prompt first aid treatment of all injuries likely to be sustained

during the course of the work.

8. Use of hoisting machines and tackle including their attachment anchorage and supports shall confirm the

following standards or conditions:

(a) (i) These shall be of good mechanical construction, sound materials and adequate strength and free from

patent defect and shall be kept in good repair and in good working order.

(ii) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable

quality and adequate strength and free from patent defects.

(b) Every Crane Driver or hoisting appliances operator shall be properly qualified and no person under the age

of 21 years shall be in-charge of any hoisting machine including any scaffolding.

(c) In case of every hoisting machine and of every cabin ring, shackle, swivel and pulley block used in hoisting

or as means of suspension safe working load shall be ascertained by adequate means. Every hoisting

machine and all gear referred to above shall be plainly marked within the safe working load.

In case of a hoisting machine having a variable safe working load, each safe working load of the conditions

under which it is applicable shall be clearly indicated. No part of any machinery or any gear referred to

above in this paragraph shall be loaded beyond the safe working load except for the purpose of testing.

(d) In case of departmental machine the safe working load shall be notified by the Electrical Engineer-in-

charge. As regards contractor's machines the contractor shall notify safe working load of the machine to

the Engineer in-charge whenever he brings any machinery to site of work get it verified by the Electrical

Engineer concerned.

9. Motors, gearing transmission, electric wiring and the dangerous part of hoisting appliances should be

provided with efficient safe guards, hoisting appliances should be provided with such means will as reduce

to the minimum the risk of accidental descent of the load, adequate precautions should be taken to reduce

to the minimum the risk of any part of a suspended load becoming accidentally displaced. When workers

are employed on electrical installations which are already energized insulating mats, wearing apparel, such

as gloves, sleeves and both as may be necessary should be provided. The workers should not wear any

rings, watches and carry keys or other materials which are good conductors of electricity.

10. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in safe

condition and no scaffold ladder or equipment shall be altered or removed while it is use. Adequate

washing facilities should be provided at or near places of work.

11. USE OF EXPLOSIVE

Explosive shall not be used on the work or brought to the site by the contractor without the written

permission of the Engineer. After such permission is given, the explosives will be stored and used as per

extant explosive rules of the Government of India/State Government.

12. These safety provisions should be brought to the notice of all concerned, display on a notice board at a

prominent place at the work spot. The persons responsible for compliance of the safety code shall be

named herein by the contractor.

13. To ensure effective endorsement of the rules and regulations relating to safety precautions, the

arrangements made by the contractor shall be opened to inspection by Labour officer/Engineer in-charge

of the Department or their representative.

Precautions while working in the vicinity of track:

(a) When the work is required to be done along or near existing Railway track, the contractors shall take steps

as are necessary for the safety of the track, labour working at site. He/They will also be required to

programme his/their working so as not to interfere with movement of trains. No extra payment shall be

Page 40: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 40

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

allowed for these precautions. It should be ensured that the ballast of the track is not spoiled or mixed with

earth.

(b) In addition to the precautions taken by the contractors for the safety of the track and labour, it may be

necessary to post flagmen in some locations as additional safety measure. The contractor(s) shall be fully

responsible for any damage to or trespass caused by his/their men to surrounding structure, Rly. bears no

liability whatsoever on this account.

(c) The contractor shall erect suitable barricading made of his own bamboos/ballies/tie bars etc. between

running track and work site. He shall ensure the stability of such barricading and it should not infringe the

Schedule of Dimension at any stage. No extra will be payable for the barricading.

14. Disaster Management:

“Tenderers should note that their vehicles and equipments can be drafted by the Railway administration in

case of accidents/natural calamities involving human lives”.

Not withstanding the above clause from (1) to (14) there is nothing in these to exempt the contract or the

operation of any other act or Rule in force in the Republic of India.

15 MOVEMENT OF VEHICLE ALONGWITH THE RAILWAY'S TRACK

The Contractor shall not allow any road vehicle belonging to him or his suppliers etc. to ply in Railway land

next to the running line. If for execution of certain works viz. earthwork 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 & no. of individual vehicles, names & license particulars of the drivers, location, duration &

timings for such work/ movement. The engineer-in-charge or his authorized representative will personally

counsel, examine & certify, the road vehicle drivers, contractor's flagmen & supervisor and will give written

permission giving names of road vehicles drivers, contractor's flagmen and supervisor to be deployed on

the work, location, period and timing of the work. This permission will be subject to the following obligatory

conditions.

(i) The road vehicles will ply only between sunrise & sunset.

(ii) Nominated vehicles & drivers will be utilized for work in the presence of at least one flagman & one

supervisor certified for such work.

(iii) The vehicles shall ply 6 m clear of track. Any movement/work at less than 6 m 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 3.5m from track centre. Cost of such

Railway employee shall be borne by the Railway.

(iv) The contractor shall remain fully responsible for ensuring safety & in case of any accident, shall bear cost

of all damages to this equipment & men and also damages to Railway & its passengers.

(v) The contractor shall erect suitable barricading made of bamboos/ballies/tie bars etc. between running track

and work site. He shall ensure the stability of such barricading and it should not infringe the Schedule of

Dimension at any stage. No extra will be payable for the barricading.

(vi) Engineer-in-charge may impose any other condition necessary for a particular work or site.

16. PRECAUTIONS TO BE OBSERVED DURING CONSTRUCTION:

16.1 The work will have to be carried out in such a manner as to cause least obstruction to the Railway's traffic.

The work also must be carried out in such a manner so as not to jeopardize the safety and/or movements

of trains. Contractor will have to arrange proper barricading of GI in frame railway may provide drawing for

the same so as to align them in align as a wall to shield the work in a closed fashion and to protect the site

from running traffic cost of barricading will be provided in separate NS item. The tenderers will be required

to make good at his cost any damage caused to the Railway property or travelling public arising out of his

work at site.

16.2 The work should be so planned as not to cause any infringement of the moving dimensions laid down in

the Standard Schedule of Dimensions for BG-2004 with up to date Correction Slip during any stage of

construction.

Page 41: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 41

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

APPENDIX-B

SPECIAL CONDITIONS OR ISSUE OF IDENTITY CARDS BY CONTRACTORS

(i) The contractor is bound to issue identity card to each and every person employed by him and deployed for

execution of the contract work as per the prescribed format provided in the tender document at his cost.

Failure on the part of the contractor to issue identity cards to their employees will be treated as breach of

contract conditions and therefore will be dealt as per clause No-62(VII) of GCC.

(ii) It is mandatory on the part of every employee, deployed by the contractors to keep in his possession, the

identity card, issued by the contractor through out the execution of the work. Failure to possess such

identity will be treated as unauthorized presence in the Railway premises; such persons shall be liable for

prosecution as per law.

(iii) It is mandatory for the contractor to submit the list of the employees issued with the identity cards and

deployed for execution of the particular; contract to the Railway's Engineer at site before commencement

of the work and also for any subsequent changes made during the execution of the work.

(iv) No claims whatsoever arising out of implementation of special conditions pertaining to issue of identity

cards shall be admissible.

FORMAT OF IDENTITY CARD

Identity Card Sr. No:

Date of issue:

Contract Agreement No:

Name of the contractor & Address:

Particulars:

1. Name of the employee :

2. Date of Birth/Age :

3. Personal Identification Mark :

4. Permanent Address :

(Signature of Contractor) (Signature/Thumb Impression of employee)

(The person who signed the original

Tender document or the contract

Agreement) -------

(Authority: GM(W)CSTM's L.No:W.187.R.A.1.Special Conditions Dtd:29.6.01

Circulated vide CE(C)CSTM's L.No: EW.187.R.465.V dtd.11.7.2001)

Page 42: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 42

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

APPENDIX-C

SPECIAL CONDITION FOR TENDERER WHEN DOWNLOAD THE TENDER DOCUMENT FROM WEBSITE

The following procedure is laid down:

1. Tenderer can download the tender document from web site www.wcr.indianrailw.gov.in. Tenderer submitting

the offer on the tender document downloaded from website should enclose requisite cost of tender

document along with their offer, failing which offer will be summarily rejected. In case drawing is referred to

in the website the cost of the drawing will be the part of the tender cost.

2. Tenderer using the tender document downloaded from the website should keep watch on the website day

to day for the corrigendum/addendum to the NIT/tender document and there will not be any separate

individual communication for the same. In complete downloaded loaded shall be liable to be rejected.

3. Tenderer submitting the offer on the tender document downloaded from website should sign the

Declaration by the Tenderer regarding tender form downloaded from website without fail. If the declaration

is not signed by the tenderer, the offer will be summarily rejected.

4. The tenderers/firms who are found to be indulging in changing/adding or deleting, the content of the tender

documents will be liable to face necessary action as per extant instructions which could be removal from

the approved list, banning, suspension of business dealing. Such tenders shall be summarily rejected.

5. Declaration by the tenderer for the tender document download. We hereby declare that we have downloaded the tender document from website www.wcr.indianrail.gov.in

and printed the same. We have verified the content of the printed document from the website and there is

no addition, no deletion and or no alteration to the content of the tender document.

6. In case of any dispute, the hard office copy of tender document shall be considered as final.

Page 43: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 43

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

APPENDIX-D

PRICE VARIATION 1. Price Variation Clause shall be applicable only for tenders of value Rs. 50 lakh and more, irrespective of

the contract completion period. 2. If required, the percentages of various components, as detailed in Para 46A.5 of Price Variation Clause in

GCC may be varied by the concerned SA Grade Officer in consultation with the concerned FA&CAO, keeping in view the special features and complexities of the work involved.

3. Clause 46A- Price Variation Clause to the General Conditions of Contract, as detailed at Annexure-A alongwith associated instructions mentioned herein, shall be applicable with prospective effect.

46A-1 Price variation clause shall be applicable only for tenders of value as prescribed by the Ministry of Railways through instructions/ circulars issued from time to time and irrespective of the contract completion period.

Materials supplied free of cost by Railway to the contractors shall fall out side the purview of price variation clause. If, in any case, accepted offer includes some specific payment to be made to consultants or some

materials supplied by Railway free or at fixed rate, such payments shall be excluded from the gross value

of the work for the purpose of payment/recovery of price variation.

46A-2 The base month for price variation clause shall be taken as month of opening of tender including extensions, if any, unless otherwise stated elsewhere. The quarter for applicability of PVC shall commence

from the month following the month of opening of tender. The price variation shall be based on the average price Index of the quarter under consideration.

46A-3 Rates accepted by Railway administration shall hold good till completion of work and no additional individual claim shall be admissible on account of fluctuations in market rates, increase in taxes/any other levies/tolls etc. except that payment/recovery for overall market situation shall be made as per price variation clause given hereunder.

46A-4 Adjustment for variation in prices of material, labour, fuel, explosives. Detonators, steel concreting,

ferrous, non ferrous, insulators, zinc and cement shall be determined in the manner prescribed. 46A-5 Components of various items in a contract on which variation in prices be admissible,

shall be material, labour, fuel, explosives, detonators, steel cement, concreting, ferrous, non ferrous, insulator, zinc, erection etc. However, for fixed components, no price variation shall be admissible.

46A-6 The percentages of labour component, material component, fuel component etc. in

various types of engineering works shall be as under :

Component Percentage Component Percentage

(A) Earthwork contracts :

Labour component 50 % Other material components 15 %

Fuel Component 20 % Fixed component * 15 %

(B) Ballast and Quarry products contracts :

Labour component 55 % Other material components 15 %

Fuel Component 15 % Fixed component * 15 %

(C) Tunneling contracts

Labour component 45 % Detonators component 05 %

Fuel Component 15 % Other material components 05 %

Explosive component 15 % Fixed component * 15 %

(D) Other works contracts :

Labour component 30 % Fuel component 15 %

Material Component 40 % Fixed component * 15 %

* It shall not be considered for any price variation.

46A-7 The amount of variation in prices in several components (labour material etc.) shall be worked out by the following formula :

(i) L = R x ( I - Io ) x P_

Page 44: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 44

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Io 100 (ii) M = R x ( W - Wo ) x Q_

Wo 100 (iii) U = R x ( F – Fo) x Z_ Fo 100

(iv) X = R x ( E – E o) x S_ Eo 100

(v) N = R x (D – D o) x T_

Do 100 (vi) Ms = O x ( Bs-Bso )

(vii) Mc = A x ( Wc-Wco ) / Wco For Railway Electrification works :

(viii) Mcc = [(C-Co)/Co x 0.4136] x G

(ix) Mf = [Sf-Sfo)/Sfo + (Z-Zo)/Zo x 0.06] x H

(x) Mnf = [Cu-Cuo)/Cuo] x J

(xi) Mz = [Z-Zo)/Zo] x W

(xii) MIN = [ In-Ino)/In] x 85 Where :

L Amount of price variation in labour. M Amount of price variation in materials

U Amount of price variation in Fuel. X Amount of price variation in Explosives.

N Amount of price variation in Detonators.

Ms Amount of price variation in Steel. Mc Amount of price variation in Cement.

Mcc Amount of price variation in Concrete. Mf Amount of price variation in Ferrous.

Mnf Amount of price variation in non Ferrous. Mz Amount of price variation in Zinc. MIN Amount of price variation in Insulator.

O Weight of steel in tones supplied by the contractor as per the ‘on account’ bill for the month under consideration.

R Gross value of 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 contractors (such

payment will be indicated in the contractor’s offer) A Value of cement supplied by contractor as per on account bill in the quarter

under consideration. Io Consumer price index number for industrial workers – All India – Published in

RBI bulletin for the base period.

I Consumer price index number for industrial workers – All India – Published in RBI bulletin for the average price index of the 3 months of the quarter under consideration.

Wo Index number of wholesale prices – By groups and sub-groups – All commodities as published in the RBI bulletin for the base period.

W Index number of wholesale prices – By groups and sub-groups – All commodities as published in

the RBI bulletin for the average price index of the 3 months of the quarter under consideration. Fo Index number of wholesale prices – By groups and sub-groups for fuel, power, light and lubricants

as published in the RBI bulletin for the base period. F Index number of wholesale prices – By groups and sub-groups for fuel, power, light and lubricants

as published in the RBI bulletin for the average price index of the 3 months of the quarter under consideration.

Page 45: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 45

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Eo Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the base period.

E Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the average price index of the 3 months of the quarter under consideration.

Do Cost of detonator as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the base period.

D Cost of detonator as fixed by DGS&D in the relevant rate contract of the firm from whom

purchases of explosives are made by the contractor for the average price index of the 3 months of the quarter under consideration.

Bs SAIL’s (Steel Authority of India Limited) ex works price plus excise duty there of (in rupees per tone ) for the 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.

Bso SAIL’s ex works price plus excise duty there of (in rupees per tone ) 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.

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 3 months of the quarter under consideration. C RBI wholesale price index for cement for the month which is six months prior to date of casting of

foundation. Co RBI wholesale price index for cement for the month which is one month prior to date of opening of

tender. Z IEEMA price for zinc for the month is two months prior to date of inspection of material.

Zo IEEMA price for zinc for the month is one month prior to date of opening of tender.

Cu IEEMA price for Copper wire for the month is two months prior to date of inspection of material. Cuo IEEMA price for Copper wire for the month is one month prior to date of opening of tender.

Sf IEEMA price index for iron & steel for the month which is two months prior to date of inspection of material.

Sfo IEEMA price index for iron & steel for the month which is one month prior to date of opening of tender.

In RBI wholesale price index for structural clay products for the month which is six months prior to

date of casting of foundation. Ino RBI wholesale price index for structural clay products for the month which is one month prior to

date of opening of tender.

P % of labour component. Q % of material component.

Z % of fuel component. S % of Explosive component.

T % of Detonators component. G % of Concreting component.

H % of Ferrous component.

J % of non Ferrous component. W % of Zinc component.

46A-8 The demands for escalation of cost shall be allowed on the basis of provisional indices made available by

Reserve Bank of India. Any adjustment needed to be done based on the finally published indices shall be

made as and when they become available. 46A-9 Relevant categories of steel for the purpose of operating price variation formula, as mentioned in this

clause, based on SAIL’s ex works price plus excise duty thereof, shall be as under :-

Sl. No. Category of steel supplied

in Railway work.

Category of steel produced by SAIL whose

Ex-works price plus excise duty would be adopted to determine price variation.

Page 46: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 46

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

1 Reinforcement bars and other rounds. TMT 8 mm IS 1786 Fe 415/Fe 500

2 All types and sizes of angles. Angle 65 x 65 x 6 mm IS 2062 E 250 A SK

3 All types and sizes of plates. PM plates above 10-20 mm IS 2062 E 250 A SK

4 All types and sizes of channels and

joists.

Channels 200 x 75 mm IS 2062 E 250 A 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. 1, 2, & 3 above.

46A-10 Price variation during extended period of Contract.

The price adjustment as worked out above, i.e. either increase or decrease shall be applicable up to the

stipulated date of completion of work including the extended period of completion where such extension

has been granted under clause 17-A of the General conditions of contract. However, where extension of time has been granted due to contractor’s failure under clause 17-B of the General conditions of contract, price adjustment shall be done as follows :

(a) In case the indices increase above the indices applicable to the last month of original completion period or

the extended period under clause 17-A, the price adjustment for the period of extension granted under

clause 17-B shall be limited to the amount payable as per the indices applicable to the last month of the original completion period or the extended period under clause 17-A of the General conditions of contract,

as the case may be.

In case the indices fall below the indices applicable to the last month of original/extended period of completion under clause 17-A, as the case may be, then the lower indices shall be adopted for the price

adjustment for the period of extension under clause 17-B of the General conditions of contract.

Page 47: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 47

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Appendix-E

Clause 55-B to GCC

Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952. The contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident Fund Scheme, 1952; Para 3 & 4 of Employees Pension Scheme, 1995; and Para 7 & 8 of Employees Deposit Linked Insurance Scheme, 1976; as modified from time to time through enactment of “Employees Provident Fund & Miscellaneous Provisions Act, 1952, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid act and the rules.” Employees Provident Fund Scheme, 1952 : Payment of Contributions : The employer shall, in the first instance, pay both the contribution payable by himself (in this scheme referred to as the employer’s contribution) and also, on behalf of the member employed by him directly or by or through a contractor, the contribution payable by such member (in this scheme referred to as the member’s contribution). In respect of employees employed by or through a contractor, the contractor shall recover the contribution payable by such employee (in this scheme referred to as the member’s contribution) and shall pay to the principal employer the amount of member’s contribution so deducted together with an equal amount of contribution (in this scheme referred to as the employer’s contribution) and also administrative charges. It shall be the responsibility of the principal employer to pay both the contribution payable by himself in respect of the employees directly employed by him and also in respect of the employees employed by or through a contractor and also administrative charges. (Explanation :- For the purpose of this paragraph, the expression “administrative charges” means such percentage of the pay (basic wages, dearness allowance, retaining allowance, if any and cash value of food concessions admissible thereon) for the time being payable to the employees other than an excluded employee, and in respect of which provident fund contribution are payable as the Central Government may, in consultation with the Central Board and having regard to the resources of the fund for meeting its normal administrative expenses fix.) Duties of Contractors : Every contractor shall, within seven days of the close of every month, submit to the principal employer a statement showing the recoveries of contributions in respect of employees employed by or through him and shall also furnish to him such information as the principal employer is required to furnish under the provisions of the scheme to the Commissioner. Employees Pension Scheme, 1995 : From and out of the contributions payable by the employer in each month under section 6 of the ‘Act” or under the rules of the provident fund of the establishment which is exempted either under clauses (a) & (b) of sub section (1) of section 17 of the act or whose employees are exempted under either paragraph 27 or paragraph 27-A of the Employees Provident Fund Scheme, 1952, a part of contribution representing 8.33 percent of the employee’s pay shall be remitted by the employer to the Employee’s Pension Fund within 15 days of the close of every month by a separate bank draft or cheque on account of the Employee’s pension Fund contribution in such manner as may be specified in this behalf by the Commissioner. The cost of the remittance, if any, shall be borne by the employer. The Central Government shall also contribute at the rate of 1.16 percent of the pay of the members of the Employee’s Pension Scheme and credit the contribution to the Employee’s Pension Fund. Provided that where the pay of the member exceeds Rs 6,500 (Rupees Six thousands and five hundred) per month, the contribution payable by the employer and the Central Government be limited to the amount payable on his pay of Rs 6,500 (Rupees Six thousands and fine hundred) only. Payment of Contribution : The employer shall pay the contribution payable to the Employee’s Pension

Page 48: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 48

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Fund in respect of each member employed by him directly or by or through a contractor.

It shall be the responsibility of the principal employer to pay the contributions payable to the Employee’s Pension Fund by himself in respect of the employees directly employed by him and also in respect of the employees employed by or through a contractor.

Employees Deposit Linked Insurance Scheme, 1976 : Contribution : The contribution payable by the employer and the Central Government under sub section (2) and sub section (3) of section 6-C of the Act, shall be calculated on the basis of the basic wages, dearness allowance (including the cash value of any food concession) and retaining allowance , if any, actually drawn during the whole month whether paid on daily, weekly, fortnightly or monthly basis. Provided that where the monthly pay of an employee exceeds six thousand five hundred rupees, the contribution payable in respect of him by the employer and the Central Government shall be limited to the amounts payable on a monthly pay of six thousand five hundred rupees including dearness allowance, retaining allowance (if any) and cash value of food concession. Mode of payment of Contribution : The contribution by the employer shall be remitted by him together with administrative charges at such rate as the Central Government may fix from time to time under sub section 4 of section 6-C of the Act, to the Insurance Fund within fifteen days of the close of every month by a separate bank draft of cheque or by remittance in cash in such manner as may be specified in this behalf by the Commissioner. The cost of remittance, if any, shall be borne by the employer. It shall be the responsibility of the employer to pay the contribution payable by him self in respect of the employees directly employed by him and also in respect of the employees employed by or through a contractor.

Page 49: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 49

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Proforma-1 WEST CENTRAL RAILWAY

5.1 (ENGINEERING/CONSTRUCTION DEPARTMENT)

(Particulars of Tenderer)

1.

Full name of contractor/Construction firm

and year of establishment.

:

2. Registered Head Office & Postal

Addressed.

Telephone Nos. with STD No.

:

3. Branch Office address, if any.

Telephone Nos. with STD No.

:

4. Constitution of firm (give full details

including names of Partners/Executives/

Power of Attorney holders, etc.)

:

5. Particulars of Registration with

Government/ Semi-Govt. Organization,

Public Sector, Undertaking & Local

Bodies etc.

:

Page 50: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 50

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Proforma-II

WEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)

DETAILS OF WORKS EXECUTED SIMILAR TO TENDERED WORK

(Works of at least 35% value of present tender completed during last 3 years to be given)

Sr.

No.

Descrip-

tion of

work

Contract

awarding

authority

Agree-

ment No.

& Date

Cost

of

Work

Date of

commen-

cement of

work

Date of

comple-

tion as per

agreement

Actual

date of

comple-

tion

Whether

arbitration

demanded

or not

Note: Certificate from authority concerned/employer to be attached.

Page 51: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 51

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Proforma-III

WEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)

DETAILS OF ALL CIVIL ENGINEERING WORKS CARRIED OUT DURING PAST THREE YEARS

Sr.

No.

Descrip-

tion of

work

Contract

awarding

authority

Agree-

ment No.

& Date

Cost

of

Work

Date of

commen-

cement of

work

Date of

comple-

tion as per

agreement

Actual

date of

comple-

tion

Whether

arbitration

demanded

or not

Total turnover during preceding three years from the date of opening of tender.

Note: Certificate from authority concerned/employer to be attached.

Page 52: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 52

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Proforma-IV

WEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)

DETAILS OF CIVIL ENGINEERING WORKS IN HAND

Sr.

No.

Descrip-

tion of

work

Contract

Awarding

authority

Agree-

ment No. &

Date

Cost of

work

Date of

Commen-

cement of

work

Date of

Completio

n as per

agreement

%age

progress of

work

Whether

arbitration

demanded

or not

Note: Certificate from authority concerned/employer to be attached.

Page 53: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 53

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Proforma-V

WEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)

A.DETAILS OF PLANTS & MACHINERY OWNED BY TENDERER

Sr.

No.

Particulars

of

equipments

No. /

Unit

Kind /

Make

Capa-

city

Age

and

Condi-

tion

Details of

work where

machinery

is in use at

present

Details of

machinery is

hypothecated

to any bank or

institution

Remarks

B. DETAILS OF PLANTS & MACHINERY PROPOSED TO BE HIRED FOR WORK

Sr.

No.

Particulars of

equipments

No./ Unit Kind/ Make Capacity R e m a r k s

Note: Supporting documents should be attached.

Page 54: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 54

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Proforma-VI

WEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)

PARTICULARS OF TECHNICAL STAFF TO BE EMPLOYED ON THE WORK

Sr.

No.

Name &

Designation

Qualification Professional

Experience

R e m a r k s

Note: Supporting documents should be attached.

I hereby certify that no retired Engineer/Gazetted Officer of the Railways who has retired within 2 years of

date of submission of tender and has not obtained permission of competent authority has been engaged by me/our

firm. I also certify that none of my relative is engaged in Engineering Department in Central Railway.

Page 55: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 55

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Proforma-VII

WEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)

(Particulars of site –conditions)

I/We hereby solemnly declare that I/We visited the site of work personally and have made myself/ourselves fully

conversant of the conditions therein and in particulars the following.

1. Topography of the area :

2. Soil strata at site of work :

3. Sources and availability of construction materials :

4. Rates for construction materials, water and electricity :

including all local taxes, royalties, octroi etc.

5. Availability of local labour (both skilled and unskilled) :

and relevant labour rates and labour laws.

6. Existing roads and approaches to site of work :

7. Availability and rates of private land, etc. required by :

me/us for various purposes.

8. Climatic conditions and availability of working days :

I/We have quoted my/our rates for various items in the tender schedule taking into account all the above

factors also.

Signature of Tenderer(s)

Page 56: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 56

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

Proforma-VIII

Declaration by tenderers downloading tender document from website

DECLARATION (A) I/We declare that the information/Tender form downloaded is original and in the event of this being different

from original Tender document, my tender form may be rejected by Railway Administration. (B) Declaration by the tenderer for the tender document download

I/We hereby declare that I/We have downloaded the tendered document from West Central Railway's website www.wcr.indianrail.gov.in and printed the same. I/We have verified the content of the printed document from the website and there is no addition, no deletion and or no alteration to the content of the tender document. I also declare that I have seen the web site till the date of opening of the tender and have down loaded the corrigendum (if any) from the web site. In the event of my tender document not being in consonance with uploaded tender document /corrigendum tender document my tender shall be liable to be rejected.".

Signature & Seal of Tenderer Name Capacity / Authority to sign

Full Address

Page 57: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 57

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

5.2 ACCEPTANCE OF TENDER

I accept the tender on reverse and agree to pay the rate as entered in the schedule of

rates and quantities at . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . percent (%) Above/Below/At Par with the

schedule of rates and quantities for MS Items and at rates indicated below for NS items.

Chief Engineer (Const)

Chief Project Manager

Deputy Chief Engineer (Const)

Executive Engineer (Const)

West Central Railway

For and on behalf of the President of India

Division . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Contractor/s:

Witnesses:

(1) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

(2) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Page 58: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 58

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

5.3. AGREEMENT FOR WORKS

Contract Agreement No. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Dated . . . . . . . . . . . . . . . . .

Articles of agreement made this . . . . . . . . . . . . day of . . . . . . . . . . . . . . . .2014 between the President of

India acting through the Railway Administration hereinafter called the "Railway" of the one part and . . . . . . . . .

. . . . . . . . . . . . . . . . Herein after called the "Contractors" of the other part.

Whereas the Contractor has agreed with the Railway for the performance of the work “Construction of

building for S &T installation at Shamgarh and Garoth station in connection with replacement of

signaling gears in Kota- Nagda section of Kota division of West Central Railway.”

Set-forth in the schedule hereto annexed upon the General Conditions of Contract and the Specifications of

the Central Railway and the special conditions and special specifications if any and in conformity with the

drawings hereunto annexed and whereas the performance of the said work is an act in which the public are

interested.

NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by the Railway, the

Contractor will duly perform the said works in the said schedule 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 conditions of contract on

or before the . . . . . . . day of . . . . . . . . . . . 20 . . . . and will maintain the said works ----------------------------------

-------------------------- from the certified date of their completion and will observe, fulfil and keep all the

conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same had

been fully set-forth herein) and the Railway both hereby agree that if the contractor shall duly perform the said

works in the manner aforesaid and observe and keep the 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 specified in the schedule hereto annexed.

Contractors Chief Engineer (Construction)/

Chief Project Manager/

Dy. Chief Engineer (Construction)/

Address: Executive Engineer (Construction)

West Central Railway

For & On behalf of the President of India

Date . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . . . . . .

Signature of witnesses with address

1 . . . . . . . . . . . . . . . . . . . . . . . . . . .

2 . . . . . . . . . . . . . . . . . . . . . . . . . . .

Page 59: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 59

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

6.0 Tender Schedule

6.0 Name of work: Construction of building for S &T installation at Shamgarh and Garoth station in

connection with replacement of signaling gears in Kota- Nagda section of Kota division of West

Central Railway.

Sr.

No

.

US

SO

R/N

S i

tem

/su

b ite

m N

o.

Description

QU

AN

TIT

Y

Un

it

Rate

Am

ou

nt

Schedule A - USSOR 2011 items

1 011010 Earth work in excavation as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap: the lift to be measured from natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications-in

(a) 011011 All kinds of soils 320 1 cum 82.76 26,483.20

2 011050 Extra for lead of earth work above initial lead of 50m, in all kind of soils and rocks :

(a) 011051 for every 50 m or part thereof - lead over 50m and upto 150m

110 1 cum 11.09 1,219.90

(b) 011052 for every 50m or part thereof - lead over 150m and upto 500m

110 1 cum 8.50 935.00

3 011070 Extra for every additional lift of 1.5m or part thereof, after the initial 1.5m, for earth work in all soils

110 1 cum 8.29 911.90

4 012010 Extra over item 011010 for excavation in foundations for buildings and bridges to cover dressing to neat dimension and plumbing sides etc. Note : Dressing under this item is payable for the total quantity of excavation in foundation and not partly

320 1 cum 8.70 2,784.00

5 012040 Filling, watering and ramming earth in 15 cm layers in floors and foundations with surplus earth from foundations including 50m lead and 1.5m lift

220 1 cum 18.30 4,026.00

6 012050 Supplying and filling sand in plinth and under floors including watering, ramming, consolidating and dressing complete

200 1 cum 658.72 1,31,744.00

Page 60: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 60

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

7 013120 Earthwork in filling in embankment, guide bunds, around buried type abutments, bridge gaps, trolley refuges, rain bunds if provided, platforms etc. with earth excavated from outside railway boundary entirely arranged by the contractor at his own cost as per RDSO's latest guidelines and specifications and special condition of contract including all leads, royalty, lifts, ascents, descents, crossing of nallahs or any other obstructions. The rates shall include all dressing of bank to final profile, demarcation and setting out of profile, site clearance, removing of shrubs, roots of vegetations growth, heavy grass, benching of existing slope of old bank, all handling/re-handling. taxes, octroi and royalty etc. as a complete job. Cut trees shall be property of railways and to be deposited in the railway godown unless specified otherwise in the Special conditions of contract

200 1 cum 185.40 37,080.00

8 032060 Extra for providing and mixing water proofing material of brand approved by railway, if not included in relevant item.

360 1 per 50 kg of cement

77.82 28,015.20

9 031010 Providing and laying in position cement concrete of specified proportion excluding cost of cement, centering and shuttering - All works upto Plinth level :

(a) 031011 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 20mm nominal size)

85 1 cum 1435.82 1,22,044.70

10 031020 Providing and laying cement concrete, up to plinth in retaining walls, walls (any thickness) including attached plasters, columns, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets etc, excluding the cost of cement and of shuttering, centering.

(a) 031023 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm nominal size)

15 1 cum 1643.29 24,649.35

11 031060 Centering and shuttering including strutting, propping etc. and removal of form work for :

(a) 031061 Foundations, footings, bases of columns 70 1 Sqm 111.95 7,836.50

12 031040 Dry concrete without mortar in foundation and floors rammed in layers not exceeding 15 cm thick :

(a) 031041 a) With graded stone aggregate 40mm nominal size

30 1 cum 863.13 25,893.90

13 033060 Supply and using cement at worksite :

(a) 033063 PPC 144.8574

1 Tonne

5198.00 7,52,968.77

Page 61: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 61

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

14 041010 Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete

(a) 041011 All work upto plinth level, including raft foundation of washable aprons, HS tank, pile cap, footings of FOB, and Platform shelter etc.

65 1 cum 1773.10 1,15,251.50

(b) 041012 All work in buildings above plinth level upto floor two level.

90 1 cum 1961.06 1,76,495.40

15 042010 Centering and shuttering including strutting, propping etc. and removal of form for :

(a) 042011 Foundations, footings, bases of columns, raft foundation of washable aprons, Pile caps, Footings of FOB etc.

100 1 Sqm 111.50 11,150.00

(b) 042013 Suspended floors, roofs, landings, balconies, FOB slabs, walkway slabs and access platform

390 1 Sqm 185.57 72,372.30

© 042014 Lintels, beams, plinth beams, bed blocks, girders, bressumers and cantilevers

320 1 Sqm 159.48 51,033.60

(d) 042015 columns, pillar posts and struts 250 1 Sqm 195.10 48,775.00

(e) 042025 Edges of slabs and beams in floors and walls under 20 cm wide

200 1 metre

65.70 13,140.00

(f) 42028 small surface cantilever slab 25 1 Sqm 291.92 7,298.00

(g) 042029 Weather shade, Chajjas, corbels etc. including edges

25 1 Sqm 331.42 8,285.50

16 043010 Providing, hoisting and fixing in position upto floor two level M20 Grade precast RCC work including setting in cement mortar 1:3 (1 cement : 3 coarse sand) and finishing smooth with 6mm thick cement plaster 1:3 (1 cement : 3 fine sand) on exposed surfaces complete including cost of centering, shuttering, finishing, Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability, excluding cost of cement and steel reinforcement, as per approved plan & direction of Engineer incharge.

(a) 043014 In Shelves, cantilevers, chajjas, sunshades etc.

15 1 cum 3120.50 46,807.50

(b) 043015 In slabs for drain covers, manhole covers, flue tops etc.

15 1 cum 2377.67 35,665.05

17 045010 Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete.

Page 62: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 62

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

(a) 045016 Thermo-Mechanically Treated bars 19705 1 Kg 47.58 9,37,563.90

18 051010 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in :

(a) 051015 Cement mortar 1:6 (1 cement : 6 fine sand) 150 1 cum 2134.90 3,20,235.00

19 051040 Extra over item 051010 & 051020 for brick work in superstructure beyond plinth level upto floor two level :

130 1 cum 137.77 17,910.10

20 061010 Random rubble masonry with hard stone in foundation and plinth including levelling up with concrete as per specifications, upto plinth level with :

(a) 061013 Cement mortar 1:6 (1cement: 6coarse sand)

170 1 cum 1475.48 2,50,831.60

21 071010 Providing wood work in frames of doors, windows, clerestory windows and other frames and trusses, wrought, framed and fixed in position :

(a) 071012 Sal wood 850 1 cudm

45.28 38,488.00

22 072010 providing and fixing pannelled/glazed shutters

(a) 072012 second class teak wood, 30 mm thick 20 1 Sqm 1583.74 31,674.80

(b) 072037 glazing with float glass 4mm thick 18 1 Sqm 260.07 4,681.26

23 072150 Providing and fixing to IS: 2202 Part-1 marked flush door shutter decorative type, core of block board construction with frame of 1st class hard wood and well matched teak 3ply veneering with vertical grains or cross bands and face veneers on both faces of shutters

(a) 072151 35mm thick including ISI marked stainless steel butt hinges with necessary screws

50 1 Sqm 985.40 49,270.00

(b) 072152 30mm thick including ISI marked stainless steel butt hinges with necessary screws

14 1 Sqm 960.42 13,445.88

(c )

072153 25mm thick (for cupboard) including ISI marked nickel plated bright finished M.S. piano hinges with necessary screws

15 1 Sqm 936.99 14,054.85

24 074230 Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. flats, square or round bars etc. all complete

(a) 074232 Fixed to opening/ wooden frames with rawl plugs screws etc.

1050 1 Kg 66.09 69,394.50

25 074260 Providing and fixing fly proof galvanized M.S. wire gauge to windows and clerestory windows using galvanized M.S. wire gauge with average width of aperture 1.4mm in both directions with wire of dia 0.63mm

(a) 074261 With 2nd class teak wood beading 50x20mm

30 1 Sqm 507.48 15,224.40

Page 63: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 63

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

26 075050 Providing and fixing M.S. sliding door bolts generally conforming to IS: 281, bright satin finish or black stone enamelled with nuts and screws etc. complete of size

(a) 075051 300x16 mm 16 1 Each 114.12 1,825.92

(b) 075052 250x16 mm 16 1 Each 109.12 1,745.92

27 075200 Providing and fixing ISI -1378marked oxidised M.S. tower bolts black finish (Barrel type) with necessary screws etc. complete of size.

(a) 075202 200x10 16 1 Each 53.69 859.04

(b) 075204 100x10 16 1 Each 21.03 336.48

28 075230 Providing and fixing ISI marked oxidised M.S. handles conforming to IS: 4992 - with necessary screws etc- of size

(a) 075231 125 mm 16 1 Each 14.64 234.24

(b) 075232 100 mm 16 1 Each 12.21 195.36

© 075233 75 mm 8 1 Each 8.72 69.76

29 081410 Steel work welded in built up sections/ framed work including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required

(a) 081412 In gratings, frames, guard bar, ladders, railings, brackets, gates and similar works

300 1 Kg 75.57 22,671.00

30 082010 Providing and fixing anodised aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular and other sections of approved make conforming to IS:733 and IS:1285, anodised transparent or dyed to required shade according to IS:1868 (Minimum anodic coating of grade AC 15), ... Contd. -

... Contd. -- fixed with rawl plugs and screws or with fixing clips, or with expansion hold fasteners including necessary filling up of gaps at junctions, at top, bottom and sides with required PVC/neoprene felt etc. Aluminium sections shall be smooth, rust free, straight, mitered and jointed mechanically wherever required including cleat angle. Aluminium snap beading for glazing/ panelling, C.P. brass/stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing and panelling to be paid for separately)

(a) 082011 For fixed portion 200 1 Kg 311.49 62,298.00

Page 64: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 64

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

(b) 082012 For openable/sliding portions and fixing hinges / pivots, PVC/ neoprene gasket required and making provision for fixing of fittings. (Fittings shall be paid for separately)

100 1 Kg 319.91 31,991.00

31 082030 Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with PVC/ neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-in-charge. (Cost of aluminium snap beading shall be paid in basic item)

(a) 082031 With float/frosted glass panes of 4mm thickness (weight not less than 10.0 kg/sqm)

30 1 Sqm 589.93 17,697.90

32 091090 Laying cement concrete 1:2:4 (1cement: 2coarse sand: 4graded stone aggregate 20mm nominal size) of thickness 40 to 100mm as under layer of flooring

35 1 cum 1901.47 66,551.45

33 092030 Cement concrete pavement with 1:2:4 (1cement: 2coarse sand: 4graded stone aggregate 20mm nominal size) complete

15 1 cum 1880.30 28,204.50

34 094070 Providing and fixing 10mm thick heavy duty acid and/or alkali resistant factory made tiles conforming to Group V-RD series of approved make and colour using acid and/or alkali resisting mortar bedding and joints filled with acid and/or alkali resisting cement as per IS: 4457 complete including cost of acid/alkali resistant cement

(a) 094071 In flooring on a bed of 10mm thick mortar 1:4 (1 Appropriate cement : 4 coarse sand)

55 1 Sqm 888.28 48,855.40

(b) 094072 In dado/skirting on 12mm thick mortar 1:4 (1 Appropriate cement : 4 coarse sand)

17 1 Sqm 947.14 16,101.38

35 095010 providing and fixing Ist quality ceramic tiles

(a) 095012 200x300 mm 65 1 Sqm 495.19 32,187.35

36 095020 Providing and fixing ceramic tiles conforming to IS:15622 of manufacturers approved by railway in all colours, shades, design and abrasion resistance class as approved by the Engineer-in-Charge in floors and landings over 20mm thick bed of cement mortar 1

(a) 095022 Of Group B-II Clause 5.1 (for abrasion resistance) of IS:15622 (Ceramic Floor Tiles) of size 400x400mm and above

230 1 Sqm 491.71 1,13,093.30

(b) 095026 Of Group B-I-a of IS : 15622 (Vitrified tiles) of size above 400x400mm upto 600x600 mm

70 1 Sqm 777.44 54,420.80

Page 65: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 65

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

37 096070 Kota stone slab flooring of size up to 60x60cm over 20mm (average) thick base of 1:4 cement mortar (1cement: 4coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete

(a) 096071 20mm thick 150 1 Sqm 710.22 1,06,533.00

38 096080 Kota stone slabs 25mm thick in risers of steps, skirting, dado and pillars laid on 12mm (average) thick cement mortar 1:3 (1cement: 3coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slab, including rubbing and polishing complete :

40 1 Sqm 667.71 26,708.40

39 098090 Laying 80 mm thick oversized stone ballast 75 mm to 100 mm gauge in soling of floors, hand packed including hand packing, filling voids with sand and watering, ramming and leveling

350 1 Sqm 81.52 28,532.00

40 108160 providing and fixing on wall face unplasticized PVC

(a) 108162 110 mm 60 1 metre

104.95 6,297.00

41 108170 providing and fixing on wall face unplasticized PVC

(a) 108172 coupler 110 mm 16 1 Each 123.14 1,970.24

42 108180 providing and fixing on wall face unplasticized PVC

(a) 108182 bend 87.5 degree, 110 mm 16 1 each 110.37 1,765.92

(b) 108184 shoe (plain), 110 mm 16 1 each 100.49 1,607.84

43 108190 providing and fixing on wall face unplasticized PVC

(a) 108192 110 mm 50 1 each 90.59 4,529.50

(b) 108200 providing and fixing to the inlet mouth of rainwater pipe

16 1 Each 29.22 467.52

44 111020 15 mm cement plaster on the rough side of single or half brick wall of mix -

(a) 111021 1:4 (1cement: 4 fine sand) 1150 1 Sqm 65.37 75,175.50

45 111030 20 mm cement plaster of mix -

(a) 111032 1:6 (1cement: 6fine sand) 90 1 Sqm 77.03 6,932.70

46 111150 Cement plaster to ceiling of mix -

(a) 111151 6 mm thick 1:3 (1cement: 3 fine sand) 350 1 Sqm 49.16 17,206.00

47 112040 providing and applying plaster of paris putty of 2mm

900 1 Sqm 62.28 56,052.00

Page 66: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 66

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

48 115030 colourwashing such as green, blue or buff

(a) 115031 new work, two or more coats 350 1 Sqm 10.05 3,517.50

49 115040 distempering with oil bound washable distemper

(a) 115042 new work, two or more coats 900 1 Sqm 47.49 42,741.00

50 121010 Applying Priming Coat : 0

(a) 121011 With ready mixed pink or grey primer of approved brand and manufacture on woodwork (hard and soft wood)

220 1 Sqm 19.25 4,235.00

51 121090 Painting with aluminium paint of approved brand and manufacture to give an even shade

(a) 121091 Two or more coats on new work 100 1 Sqm 34.86 3,486.00

52 121150 Painting two coats (excluding priming coat) with chocolate, red, grey or buff ready mixed paint of approved quality, on steel or wood work

250 1 Sqm 38.79 9,697.50

53 131140 Providing and fixing medium grade G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the wall etc. Concealed pipe including painting with anti corrosive bitumestic paint, cutting chase and making good the wall

(a) 131141 15 mm dia. nominal bore 80 1 metre

172.79 13,823.20

(b) 131143 25 mm dia. nominal bore 60 1 metre

260.28 15,616.80

54 131150 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work

(a) 131153 25 mm dia. nominal bore 170 1 metre

223.65 38,020.50

(b) 131156 50 mm dia. nominal bore 120 1 metre

327.67 39,320.40

55 131160 Making connection of medium grade G.I. distribution branch with G.I. main of following sizes by providing and fixing tee, including cutting and threading the pipe etc. complete

(a) 131162 50 to 80 mm nominal bore 3 1 each 470.76 1,412.28

(b) 131163 100 mm to 150 mm dia. 3 1 Each 830.12 2,490.36

56 132010 Providing and fixing brass bib cock of approved quality

(a) 132011 15 mm nominal bore 6 1 Each 154.55 927.30

Page 67: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 67

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

57 132020 Providing and fixing brass stop cock of approved quality

(a) 132021 15 mm nominal bore 6 1 Each 151.88 911.28

58 132030 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end)

(a) 132031 25 mm nominal bore 3 1 Each 405.36 1,216.08

(b) 132034 50 mm nominal bore 3 1 Each 1011.96 3,035.88

59 132040 Providing and fixing ball valve (brass) of approved quality complete high or low pressure with plastic floats complete :

(a) 132043 25 mm nominal bore 3 1 Each 383.97 1,151.91

60 132140 Providing and fixing unplasticised PVC connection pipe with brass unions: 45 cm length

(a) 132141 15 mm nominal bore 6 1 Each 54.85 329.10

61 132220 providing & fixing c p brass angle valve 6 1 each 373.07 2,238.42

62 134010 Providing and fixing PTMT bib cock of approved quality and colour

(a) 134011 15mm nominal bore, 86mm long. Weighing not less than 88 gms

3 1 Each 120.87 362.61

63 136150 Providing and placing on terrace/staging (at all heights) polyethylene water storage tank ISI : 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank

400 1 litre 6.43 2,572.00

64 143170 Making connection of drain or sewer line with existing manhole including breaking into and making good the walls, floors with cement concrete 1:2:4 mix (1cement: 2coarse sand: 4graded stone aggregate 20mm nominal size) cement plastered on both sides with cement mortar 1:3 (1cement: 3coarse sand) finished with a floating coat of neat cement and making necessary channels for the drain etc. complete

(a) 143171 For pipes 100 to 230mm diameter 3 1 Each 146.52 439.56

65 151020 Providing and fixing white vitreous china pedestal type water closet (European type W.C. pan) with seat and lid, 10litre low level white, P.V.C. flushing cistern with manually controlled device (handle lever) conforming to IS: 7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required

Page 68: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 68

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

(a) 151021 W.C. pan with ISI marked white solid plastic seat and lid

2 1 Each 2321.78 4,643.56

66 151070 Providing and fixing wash basin with C.I./ M.S. brackets, 15mm C.P. brass pillar taps, 32mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever required

(a) 151074 white vitreous china flat back wash basin size 550x400mm with single 15mm C.P. brass pillar tap

2 1 Each 1156.08 2,312.16

67 151110 Providing and fixing white, vitreous china pedestal for wash basin completely recessed at the back for the reception of pipes and fittings

2 1 Each 750.33 1,500.66

68 153410 Providing and fixing Towel rail (C.P.)brass15 mm dia x 600 mm long having approx. wt.500 gm

2 1 Each 298.51 597.02

69 152080 Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete

(a) 152082 Flexible pipe 32mm dia. 2 1 Each 51.11 102.22

70 153230 Supplying, fitting and fixing cowls to vent pipes :

(a) 153232 Wire cowls for pipes of size 100/150 mm dia.

2 1 Each 73.17 146.34

71 153470 Providing and fixing C P brass grating with openable lid :

(a) 153471 Grating 100 mm nominal dia. and 12 mm. high domed shape having wt. not less than 25 gms

2 1 Each 81.70 163.40

72 153640 Providing and fixing 10 cm inlet and 5 cm outlet S.C.I. floor trap of self cleansing design with S.C.I. screwed down or hinged grating with or without vent arm complete, including cost of cutting and making good the walls and floors

2 1 Each 356.23 712.46

73 154010 Providing and fixing 110mm dia PVC soil, waste and vent pipes including jointing and cost of spun yarn and sand etc. complete

100 1 metre

199.41 19,941.00

74 171010 repair to plaster of thickness 12 mm to 20 mm

(a) 171011 with cement mortar 1:4(fine sand) 200 1 Sqm 89.92 17,984.00

75 181020 demolishing plain cement concrete

(a) 181021 1:2:4 or richer mix 15 1 cum 418.43 6,276.45

(b) 181022 mix leaner than 1:2:4 15 1 cum 258.56 3,878.40

© 181030 demolishing RCC work 7 1 cum 608.14 4,256.98

76 182010 demolishing brick work

Page 69: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 69

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

(a) 182013 in cement mortar 7 1 cum 355.18 2,486.26

77 182030 demolishing stone rubble masonary

(a) 182033 in cement mortar 55 1 cum 423.54 23,294.70

(b) 182070 dismantling old plaster or skerting raking 200 1 Sqm 9.27 1,854.00

78 183020 dismanting tile works in floor, dado, skirting 90 1 Sqm 18.73 1,685.70

79 185010 dismantling door/window 4 1 each 84.64 338.56

80 187011 dismantling and stacking fencing post 25 1 each 48.70 1,217.50

76 Any other USSR items connected with the work but not covered in the tender schedule which may be required to be operated during execution of the work to a maximum cost of Rs: 1000000.00 or 10% of contract value whichever is less.

1,00,000.00

Total of Schedule "A" 47,29,693.03

Add % above USSR 31.00%

14,66,204.84

Total of Schedule "A" 61,95,897.86

“THE TENDERERS ARE INSTRUCTED TO QUOTE ONLY SINGLE PERCENTAGE RATE

(ABOVE OR BELOW) RAILWAY’S ESTIMATED RATE ON COMPLETE TENDER VALUE .

IF SINGLE PERCENTAGE ABOVE/BELOW RAILWAY’S ESTIMATED TENDER VALUE AS

A WHOLE ARE NOT QUOTED OR VARIOUS RATES AGAINST VARIOUS

ITEMS/SCHEDULES. IS QUOTED THEN THE TENDER SHALL BE SUMMARILY

REJECTED”

Page 70: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 70

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

7.0 OFFER SHEET

Name of work: Construction of building for S &T installation at Shamgarh and Garoth station in

connection with replacement of signaling gears in Kota- Nagda section of Kota division of West Central

Railway.

I/We agree to carry out the work with common & single percentage Above/Below/At Par the estimated rates by

Railways as under:

Schedule

Sr.

No. Description

Rly's Estimated

Amount

Tenderer/s percentage

above/below/at par (in figures &

words)

1 2 3 4

Total estimated value (Rs) ` ` ` ` 61,95,897.86

Rates offered should be written in words as well as in figures. In case of discrepancies between the rate quoted in figures and words, the rate quoted in words will prevail. Notes for guidance: The tenderer/tenderers shall quote his/their rates in the offer sheet. The tenderer

should offer single percentage rate for Schedule A in the offer sheet in column '4' only. The offered rates

may be above/below/at par the Rly's estimated amount in column-3. The rates offered should be written in

words as well as in figures. In case of discrepancies between the rate quoted in figures and words, the rate

quoted in words will prevail.

1. It is certified that I/We have inspected the site of work & acquainted myself/ourselves with local conditions. 2. I/We have carefully gone through the Specifications, Special Conditions etc. attached with the tender

documents. 3. I/We undertake to keep this offer valid for period indicated in 'tender form' from the date of opening of

tender and further not to revoke the same before the expiry of such period.

“THE TENDERERS ARE INSTRUCTED TO QUOTE ONLY SINGLE PERCENTAGE RATE

(ABOVE OR BELOW) RAILWAY’S ESTIMATED RATE ON COMPLETE TENDER VALUE . IF

SINGLE PERCENTAGE ABOVE/BELOW RAILWAY’S ESTIMATED TENDER VALUE AS A

WHOLE ARE NOT QUOTED OR VARIOUS RATES AGAINST VARIOUS

ITEMS/SCHEDULES. IS QUOTED THEN THE TENDER SHALL BE SUMMARILY

REJECTED”

Page 71: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 71

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

8.0 SPECIAL CONDITION/SPECIFICATION OF CONTRACT (PART-I) TECHNICAL 8.01;SCOPE OF WORK: The work consists of “Construction of building for S &T installation at Shamgarh

and Garoth station in connection with replacement of signaling gears in Kota- Nagda section

of Kota division of West Central Railway.

8.2 PREAMBLE:

8.2.1 The scope of work as detailed herein after is an outline of the work expected from the contractor. It is not the intent to specify all the minute details of work expected. All items which are required for execution of the above mentioned work are deemed to be included in the scope and details of the work whether explicitly mentioned or not. The contractors are expected to render all necessary and complete services required in every respect to ensure smooth & timely planning and execution of the work.

Contractors are required to go through the tender document carefully covering all the terms and conditions of contract, the schedule of quantities and rates and the special notes as given in the aforementioned schedule of quantities and rates.

Contractors are advised to visit the site of work to assess the site condition prior to tendering. General features of the tender.

Work will have to be executed as per detailed Drawings which will be approved by the Railway Engineer or his representative from time to time. Certain minor changes in the drawing depending upon the site conditions, if required shall be done during the execution of the work, Contractor is bound to do the work as per changed drawing and no claim or dispute will be entertained by the Railway on this account.

The contract work envisages execution of all items of works as shown in the contract drawings or incidental thereto-complete construction of the above-mentioned work, as covered under the various items of works detailed in the Tender Schedule.

The detailed description of work to be executed under this tender is as under: (a) Execution of any other items which are part or connected with the works covered in this tender. (b) Foundation: As per approved drawings.

8.3 Schedules of the tender Tender for the work consists of two Schedules, Schedule - ‘A’ consists of USSR items based on USSR –

2011 of West Central Railway. Tenderer/s will have to quoted his/their single rate in % (Percentage) above/below/at par.

8.4 Reference Codes and Manuals: The work shall be carried out as per the provisions of various codes and manuals with their respective

latest amendment as indicated below, contractor should also arrange to produce respective Codes for ready reference at site (with amended up to date). (i) BS-14: Durability of Concrete, RDSO publication. (ii) IS: 456 (Latest edition): Code of Practice for plain and reinforced concrete. (iii) IS: 800- (Latest edition): Code of Practice of use of structural steel in general building construction

(Revised Eighth Re-print April-1977 (incorporation amendments No:1 & 2). (iv) IS: 432 Part-I: Code of Practice for Mild steel and medium tensile steel bars. (v) IS: 383(Latest edition): Specification for coarse and fine aggregates from natural sources for

concrete (second revision). (vi) IS: 516-(Latest edition): Method of test for strength of concrete. (vii) IS: 1199-(Latest edition): Method of sampling and analysis of concrete. (viii) IS: 1904-( latest version): Code of practice for design and construction of foundations in soils:

General requirements (third revision). (ix) IS: 2386-(Latest edition): Methods of test for aggregates for concrete. (x) IS: 2502-(Latest edition): Code of practice for bending and fixing of bars for concrete

reinforcement. (xi) IS: 3025 Methods of sampling and test (Physical and chemical) for water and waste water. (xii) IS: 8112-(Latest edition): Specification for 43 Grade OPC (First revision). (xiii) IS: 12269-(Latest edition): Specification for 53 Grade OPC. (xiv) IS: 9103-(Latest edition): Specification for admixtures for concrete (first revision). (xv) IS: 2505-(Latest edition): Concrete Vibrators-Immersion type-General requirements. (xvi) IS: 4656-(Latest edition): Specification for form vibrators for concrete. (xvii) IS: 3764-(Latest edition): Code of safety for excavation of work (First revision). (xviii) IS: 73-(Latest edition): Paving Bitumen-Specification (Second revision). (xix) IS: 10262-(Latest edition): Guide lines for concrete mix design.

Page 72: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 72

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

(xx) Various IS codes of testing for soils. (xxi) IS: 1786-1985(Latest edition): Code of practice for cold twisted bars for concrete reinforcement. (xxii) IS: 875-1964(Latest edition): Code of practice for structural safety of buildings and loading

standards. (xxiii) IRC code for items not specifically covered by any other Railway codes or provisions mentioned in

these documents. (xxiv) IS: 961(Latest edition) Structural steel (High Tensile).

(xxv) Specifications and criteria laid down for the Indian Railway Unified Standard Specifications (Works

and Materials) Volume – I & II with all correction slips. regarding the quality of raw material, workmanship, execution and finishing etc.

(xxvi) Indian Railway Schedule of Dimension for Broad Gauge 2004 with latest correction slip. (xxvii) Indian Railway Unified Standard Specifications (Works and Materials) Volume – I & II with all

correction slips. (xxviii) Any other relevant Indian Railway Standards Indian Standard specification and Indian Road

Congress standard. (xxix) For any item not covered by the code of practice-Standard specifications indicated here in above

the relevant provisions from IS Standards and code of practice shall apply. (xxx) IS: 455-(Latest edition): Specification for Portland slag cement. (xxxi) IS: 1489-(Latest edition): Specification for Port land Pozzalana Cement. (xxxii) Engineering Code of Railway. (xxxiii) Indian Railway Works Mannual-2000 with all correction slips. Wherever any reference to Code, Specifications etc., is made in this document, it shall be taken as a reference to the latest version thereof including all amendments and corrections etc. In the event of any difference of opinion in regard to any item of work not explicitly covered by specifications or Codes in or in regard to the interpretation of specifications including codes, the directions and decisions of the Chief Engineer(Construction), in-charge shall be final and binding on the successful tenderer. Priority wise references : In case of any discrepancy of disagreement between different specifications to be followed for any item of work, the following reference shall be adopted in the order of precedence as they appear below: (i) Provisions in these documents. (ii) Indian Roads Congress specifications. (iii) IRS Codes of practice/standards Specifications. (iv) IS Codes. (v) British Standard Specifications. (vi) American Standard Specifications. (vii) Provisions of any other relevant Codes decision of Chief Engineer(Construction) for the application

of any other codes shall be final and binding. 8.5 Methodology of Construction, procurement of materials & testing: 8.5.1 The successful tenderer(s) shall be required to specify in details the method of construction for various

components of the miscellaneous work. Miscellaneous items of work under Schedule : As per Rly’s Drgs/Requirements some of the items may be required for completion of the work at site but

may not be available in the itemized tender schedule. To facilitate timely completion of the work without any impediment on account of such unforeseen items of work, a provision has been made in the contract for the rates at which such unlisted items of work shall be executed by the contractor. This will form part of Schedule Rates & quantities of the contract.

For the purpose of any of the USSR items of works as required by the Engineer shall be executed by the contractor. These items of works are to be executed as per the Rly’s Standard Specification/ IS Specification/ manufacturers specification. Decision of the Railway Engineer in-charge shall be final of Schedule:

Some of the items of works to be done under the contract as per Railway’s drawings and requirements are grouped in Schedule of contract. These works are not covered under Standard schedule items.

These items of work are to be executed as per specification given in the contract thereof, and where specifications are not given, the execution of work shall in all respect be as specified in the standard specification and/or the relevant Indian Standard Code of Practice and/or relevant IRC code, MOST

Page 73: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 73

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

specifications and/or manufacturers recommended specifications, as appropriate and decided by the Engineer whose decision in this regard shall be final and conclusive.

8.6 Progress control charts: 8.6.1 Tenderer shall prepare and submit a schedule net-work in the form of PERT CHART OR CPM or MS

Project Charts or Bar charts or any other approved form of scheduling network, serve as a guide line for carrying out the various items of work.

The activities shall have to be planned so as to complete the work within stipulated period of completion. The overall time frame for completing whole contract work within contract period shall be binding on the contractor & to complete the work so as to meet the Railway’s requirements as directed by the Engineer from time to time.

8.7 Site Installations & associated works: 8.7.1 No separate item has been proposed for provision of approach road, transporting and installation of

machineries, plants, equipment’s etc. at site required for the successful execution and completion of the work.

8.7.2 The same should be catered for in various items of work. Nothing extra will be paid for transporting of the above mentioned machineries, tools & plants, equipments, labours etc. to the site of work or back from the work site or any other circumstances whatsoever as may arise.

8.7.3 Dewatering, if any, required for execution of any item if work is also included in the item of work and nothing extra will be paid even for such contingencies.

The rate quoted by the contractor is inclusive of all above works wherever required. No extra payment will be made for such works/arrangements if required. Earth filling made to facilitate work should be removed to the extent as directed by the Site Engineer and the site is to be cleared. No extra payment will be made for such site clearing on completion of the work.

Page 74: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 74

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

9.0 SPECIAL CONDITION/SPECIFICATION OF CONTRACT (PART-II) TECHNICAL

9.1 The specification given herein under given reference to the item number in schedule of quantities and

Rates of the tender. This specification shall be in addition to the Standard Specifications and shall

supersede the Standard Specifications in case of any conflict between these Specifications on one hand

and Standard Specifications on the other.

9.11 The tenderer are requested to quote their rates on attached offer sheet only.

9.12 All the material used should be the best quality of IS standard first got approved by AXEN/XEN incharge

before start the work. If any material rejected by AXEN/XEN incharge, the same should be removed from

site at once and nothing will be paid.

9.13 SPECIAL CONDITIONS FOR PROCUREMENT OF STEEL

“All Reinforcement Steel (TMT Bars) and Structural Steel shall be procured as per specifications mentioned

in BIS’ S documents-IS: 1786 and IS: 2062 respectively. Independent tests shall be conducted, wherever

required to ensure that the materials procured conform to the Specifications.

These steel shall be procured only from those firms which are Established , Reliable , Indigenous &

Primary Products of steel , having Integrated steel plants, (ISP) , using iron ore as the basic raw material

and having in-house iron rolling facilities, followed by production of liquid steel and crude steel , as per

Ministry of steel’s guidelines.

However , only certain isolated sections of Structural steel not being rolled by ISP’s can be procured from

the authorized re rollers of ISP’s or authorized Licensee of BIS having traceability system and who use

billers produced by ISP’S . Traceability shall be ensured by an officer specially authorized by the

concerned SAG Officer of the Zonal Railway on case to case basis for this purpose.”

9.14 The reinforcement steel, cement, coarse aggregate, fine aggregate and other materials supplied by the contractor should confirm to the latest version of relavent IS specification (corrected up to date). Necessary test certificates for above materials shall be obtained with contractor’s own expenditure and submitted to the Railway engineers. The materials without test certificate from approved Lab / Engineering College shall not be used in the work.

9.15 All RCC work of USSR except bridge will be executed in M-25 Grade and nothing extra will be paid on this account.

Page 75: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 75

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

10.0.0 ADDITIONAL SPECIAL CONDITIONS

10.1.1 GENERAL:

The rates quoted by the contractor for concreting and supply fabrication and erection of structural steel and

other items of schedule of this work include the cost of all items in Clause-10.0. Nothing extra shall be paid

for these items.

10.1.2 Photographs, site record and video film or work during execution of works:

The successful Tenderer/s will be required to prepare video film recording of entire construction and edit

the same with proper commentary. The same shall cover the whole work in a duration of about 2 hours or

as instructed by Engineer-in –charge. This film shall pictorially represent the entire construction of

foundation and sub-structure and super-structure. Two copies of video films shall be handed over to the

Railway along with necessary details, instructions, literature etc. The photographs and films shall have to

be submitted along with Running Bills of the work. In case of non-fulfillment of this condition, Rs.5,000/-

lump sum will be deducted from contractor's bill. No extra payment will be made for this item.

10.1.3 Laboratory Equipment: The following items of laboratory equipment shall be provided in the Field

Laboratory by the contractor. The installation of Field laboratory is for efficient and quality work and no

payment will be made for these items. In case of non-fulfillment of this condition, Rs. 50,000/- lump sum will

be deducted from contractor's bill. The list given below is indicative however, equipment to be provided at

site shall be decided by Engineer-in-charge.

• General: Balance: (a) 7 Kg to 10 Kg capacity semi-self indication : 1 No.

Type-accuracy 1 gm. Electronic. (b) Pan balance 5 Kg capacity Accuracy 0.5 gm. : 1 No.

• Ovens electrically operated, thermostatically controlled: (a) From 100

0 C to 220

0 sensitivity 1

0 C : 1 No

• Sieves : as per IS:460-1962: 1 I.S. Sieve sets 450mm internal dia as per IS of : 1 Set

required sieve sizes complete with lid and pan. 2. (I.S. Sieve sets 450mm internal dia (brass frame : 1 Set

and steel or brass wire cloth mesh) of required sieve sizes complete with lid and pan.

3. Sieve shaker capable of taking 200mm and : 1 No 450 mm dia sieves electrically operated with

time switch assembly (As per IS) 4. Concrete Cube testing machine : 1 No 5. Stop watches 1/5 sec. Accuracy : 1 No 6. Glassware comprising beakers, pipettes, : As required

dishes, measuring cylinders (100 to 1000 cc capacity) glass rods and funnels, glass thermo- meters range 0

0 C to 100

0 C and metallic

thermometers range up to 3000 C.

7. Hot plates 200mm dia (1500 Watt) : 1 No. 8. Enamel Trays:

600mm x 450mm x 50mm : 1 No. 450mm x 300mm x 40mm : 1 No. 300mm x 250mm x 40mm : 1 No. Circular plates of 250mm dia : 1 No.

For measuring the thickness of galvanizing (i) Alcometer (Electronic) : 1 No.

For cement, Cement concrete and Materials:

Page 76: WEST CENTRAL RAILWAY KOTA DIVISION ...wcr.indianrailways.gov.in/wcr/corrigendum/1392448993197...Talavali, Luniricha and Rohalkurdh station in connection with replacement of signaling

DOWNLOADED FROM WEBSITE 76

T.No. Dy.CE/C/ Kota/ SGZ-GOH/S&T/Bldg/2014

Tenderer/tenderers Dy. Chief Engineer (Const-II)/

Executive Engineer (Const)/WCR/Kota

(i) Water distill : 1 No (ii) Vicat needle apparatus for setting time with : 1 No

plungers, as Per IS:269-1967. (iii) Aggregate crushing value IS-2386 : 1 No (iv) Moulds:

Cubical 150 x 150 x 150mm : 12 Nos (v) High frequency mortar cube vibrator for cement : 1 No testing. (vi) Concrete mixer power driven 1 cu.ft. capacity : 1 No (vii) Flakiness index test apparatus : 1 No. (viii) Aggregate IMPACT test apparatus as per : 1 No. IS:2386(part 4) 1963. (ix) Flow table as per IS: 712-1973 : 1 No. (x) Equipment for slump test : 1 No. (xi) Equipment for determination of specific : 1 No.

gravity for fine and coarse aggregate as per IS:2386 (Part-3) 1963. (xii) Flexural attachment to compression testing machine : 1 No.

(xiii) Needle vibrator : 1 No (xiv) Vibrating hammer as per B.S. specification : 1 No (xv) Air entertainment meter. : 1 No (xvi) 0.5 Cft. 1 Cft cylinder for checking bulk density : As required

of aggregate with tamping rod. (xvii) Soundness testing apparatus for cement : 1 Set

For control of profile and surface evenness: (xvii) 3-meter straight edge and measuring wedge : 1 Set (xviii) Steel tape: (a) 10m long : 1 Set

(b) 30m long : 1 Set. (xix) Rapid moisturimeter : 1 Nos.

END OF TENDER DOCUMENT.